Tender Opportunity for the Supply of Automotive Gas Oil (AGO) for our Deepwater (PSC) Offshore Fields Operations at Total Upstream Nigeria Limited

Total Upstream Nigeria Limited

Operator of the OML 130 Asset

 

Tender Opportunity for the Supply of Automotive Gas Oil (AGO) for our Deepwater (PSC) Offshore Fields Operations

 

1.     Introduction

Total Upstream companies in Nigeria (TUCN) invites interested and reputable Contractors with suitable equipment and relevant experience for consideration to tender for the Provision of Automative Gas Oil (AGO) for our Deepwater (PSC) Offshore operations. The duration of this contract will be for two years plus one year option.

 

2.     Scope of Work

The scope of the contract is for the procurement, quality assurance and transportation, handling, transfer, storage and delivery of Gas Oil (AGO) by Oil product tanker vessels to our Deepwater (PSC) offshore locations.

 

3.     Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 2.07.02 Petroleum Products (Gas, Oils, Fuels etc) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified tenderers in this category will receive invitation to Technical Tender for this service.
  • To determine if you are pre-qualified and view the product services 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.
  • If your company is not listed in the product/service category and you are registered with DPR to do business in this category, please contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.
  • 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.
  • To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.     Nigerian Content

COMPANY is committed to the promotion of the Nigerian Oil and Gas business in alignment with the Nigerian Content Act 2010 for the Nigerian Oil and Gas Industry Content Development. It is important that prospective bidders familiarize themselves and comply with the provisions of the Nigerian Oil & Gas Industry Content Development Act otherwise referred to as The Nigerian Content Act at the stage of bidding. 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 of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board)

 

Prospective bidders shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content percentage for the scopes (engineering, procurement, construction & installation) which are covered in the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfilment of the Nigerian Content Act, during the bidding stage. Contractors that demonstrate their commitment to meet or exceed the Nigerian Content Act requirements shall be a ground for preferential consideration in the technical and commercial bid evaluation.

 

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian Government shall result to disqualification from bidding this contract.

 

During the bidding stage, contractors shall:

 

  1. Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board. How it intends to give first consideration to services provided from within Nigeria, first consideration to goods manufactured in Nigeria and first consideration for employment and training of Nigerians in work programme. The NCP shall, consistent with the Act, demonstrate that Nigeria indigenous service companies have been given exclusive considerations to bid and execute work in land and swamp operating areas and their full utilization and engagement in exploration, seismic data processing, engineering design, reservoir studies, manufacturing, fabrication and provision of services. That the project or contract has given full and effective support to technology transfer by encouraging foreign and multinational companies to develop joint ventures and alliances with Nigerian service companies and suppliers. Tenderers detailed plan to achieve/sustain the minimum percentage Nigerian Content level as prescribed by the applicable measurement metrics in the Schedule of the Nigerian Content Act 20 10.
  2. Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent: CAC 2.3, 2425 etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and multinationals 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 CEO of both parties and stating the specific work scope to be performed by each member of the alliance.
  3. Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, chemical storage facilities, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries or submit a credible and verifiable plan towards compliance to these requirements. Submit the detailed description of facilities and infrastructure in Nigeria with evidence of ownership and location in-country.
  4. Provide a project-specific training, man-hour budget, skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past performance on training and development for Nigerians nationals & indigenous business. Plan for the sponsorship of Nigerians to acquire competence and/or certification. Further development of local employees as professionals. Bidders would be requested to execute an enforceable MOA with Local Training Service Provider for the provision of training services in specific technical disciplines involved in the project
  5. All personnel positions (key & non-key) shall be staffed by Nigerian national employees. These include but not limited to Engineers, Technicians, assistants and other personnel required on the contract. Therefore, tenderer shall provide evidence of contractor organization with personnel list by name nationality and position nominated to on the contract.
  6. Provide description of how bidder has given first considerations to the utilization of Nigerian resources (labour, raw materials & manufactured goods and services) in the execution of this contract. Maximizing Nigerian Content is a key Project priority.

 

5.     Closing Date

Only tenderers who are registered with NJQS product/category 2.07.02 as at 28th February 2013 being advert close date shall be invited to submit technical bids.

 

 

6.     Additional Information

Evidence of proper documentation substantiating the ability to undertake the scope of work will be demanded as part of the technical requirements. These will include:

(A)    Performance

a)       List of experience in such deliveries (past record).

b)      Reference of three (3) years major customers that can be contacted for information.

 

(B) Financial Standing

a)       Evidence of 200 million Nigerian Naira (NGN) or equivalent working capital and summary of current Bank Statement or proof of other financial facilities.

b)      Evidence of three (3) years Tax Clearance Certificate and suitable proof of sources of capital.

 

(C)    Equipment Requirement

a)       Description and specification of equipment currently owned by supplier and proof of ownership. Where equipment is to be leased or rented, provide evidence of availability of equipment for the work Scope.

b)      All Oil product tanker vessels shall be in compliance with OCIMFor NIMASA standards and regular SIRE reports.

c)       All Oil product tanker vessels shall be equipped with suitable equipment such as hoses and fenders to transfer AGO at sea to platform supply vessels.

 

(D)    Technical Information

a)       Details of supplier’s Quality Assurance and Quality Control Procedures.

b)      Evidence showing details of Onshore Base for technical support, Laboratory Analysis and Services.

 

(E)     HSE

a)       Details of supplier’s Health, Safety and Environment (HSE) Policy and Program together with Sustainable Development (SD).

b)      Safety records for records accident injuries, damages and summary for near misses, LTI, for the three (3) years.

 

Please visit Nipex portal at www.nlpexng.com for this advert and other information.

Tender Opportunity for the Supply of Automotive Gas Oil (AGO) for our Deepwater (PSC) Offshore Fields Operations at Total Upstream Nigeria Limited

Total Upstream Nigeria Limited

Operator of the OML 130 Asset

 

Tender Opportunity for the Supply of Automotive Gas Oil (AGO) for our Deepwater (PSC) Offshore Fields Operations

 

  1. 1.     Introduction

Total Upstream companies in Nigeria (TUCN) invites interested and reputable Contractors with suitable equipment and relevant experience for consideration to tender for the Provision of Automative Gas Oil (AGO) for our Deepwater (PSC) Offshore operations. The duration of this contract will be for two years plus one year option.

 

  1. 2.     Scope of Work

The scope of the contract is for the procurement, quality assurance and transportation, handling, transfer, storage and delivery of Gas Oil (AGO) by Oil product tanker vessels to our Deepwater (PSC) offshore locations.

 

  1. 3.     Mandatory Requirements
  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 2.07.02 Petroleum Products (Gas, Oils, Fuels etc) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified tenderers in this category will receive invitation to Technical Tender for this service.
  • To determine if you are pre-qualified and view the product services 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.
  • If your company is not listed in the product/service category and you are registered with DPR to do business in this category, please contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.
  • 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.
  • To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

  1. 4.     Nigerian Content

COMPANY is committed to the promotion of the Nigerian Oil and Gas business in alignment with the Nigerian Content Act 2010 for the Nigerian Oil and Gas Industry Content Development. It is important that prospective bidders familiarize themselves and comply with the provisions of the Nigerian Oil & Gas Industry Content Development Act otherwise referred to as The Nigerian Content Act at the stage of bidding. 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 of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board)

 

 

Prospective bidders shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content percentage for the scopes (engineering, procurement, construction & installation) which are covered in the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfilment of the Nigerian Content Act, during the bidding stage. Contractors that demonstrate their commitment to meet or exceed the Nigerian Content Act requirements shall be a ground for preferential consideration in the technical and commercial bid evaluation.

 

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian Government shall result to disqualification from bidding this contract.

 

During the bidding stage, contractors shall:

 

  1. Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board. How it intends to give first consideration to services provided from within Nigeria, first consideration to goods manufactured in Nigeria and first consideration for employment and training of Nigerians in work programme. The NCP shall, consistent with the Act, demonstrate that Nigeria indigenous service companies have been given exclusive considerations to bid and execute work in land and swamp operating areas and their full utilization and engagement in exploration, seismic data processing, engineering design, reservoir studies, manufacturing, fabrication and provision of services. That the project or contract has given full and effective support to technology transfer by encouraging foreign and multinational companies to develop joint ventures and alliances with Nigerian service companies and suppliers. Tenderers detailed plan to achieve/sustain the minimum percentage Nigerian Content level as prescribed by the applicable measurement metrics in the Schedule of the Nigerian Content Act 20 10.
  2. Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent: CAC 2.3, 2425 etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and multinationals 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 CEO of both parties and stating the specific work scope to be performed by each member of the alliance.
  3. Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, chemical storage facilities, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries or submit a credible and verifiable plan towards compliance to these requirements. Submit the detailed description of facilities and infrastructure in Nigeria with evidence of ownership and location in-country.
  4. Provide a project-specific training, man-hour budget, skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past performance on training and development for Nigerians nationals & indigenous business. Plan for the sponsorship of Nigerians to acquire competence and/or certification. Further development of local employees as professionals. Bidders would be requested to execute an enforceable MOA with Local Training Service Provider for the provision of training services in specific technical disciplines involved in the project
  5. All personnel positions (key & non-key) shall be staffed by Nigerian national employees. These include but not limited to Engineers, Technicians, assistants and other personnel required on the contract. Therefore, tenderer shall provide evidence of contractor organization with personnel list by name nationality and position nominated to on the contract.
  6. Provide description of how bidder has given first considerations to the utilization of Nigerian resources (labour, raw materials & manufactured goods and services) in the execution of this contract. Maximizing Nigerian Content is a key Project priority.

 

 

  1. 5.     Closing Date

Only tenderers who are registered with NJQS product/category 2.07.02 as at 28th February 2013 being advert close date shall be invited to submit technical bids.

 

  1. 6.     Additional Information

Evidence of proper documentation substantiating the ability to undertake the scope of work will be demanded as part of the technical requirements. These will include:

(A)    Performance

a)       List of experience in such deliveries (past record).

b)      Reference of three (3) years major customers that can be contacted for information.

 

(B) Financial Standing

a)       Evidence of 200 million Nigerian Naira (NGN) or equivalent working capital and summary of current Bank Statement or proof of other financial facilities.

b)      Evidence of three (3) years Tax Clearance Certificate and suitable proof of sources of capital.

 

(C)    Equipment Requirement

a)       Description and specification of equipment currently owned by supplier and proof of ownership. Where equipment is to be leased or rented, provide evidence of availability of equipment for the work Scope.

b)      All Oil product tanker vessels shall be in compliance with OCIMFor NIMASA standards and regular SIRE reports.

c)       All Oil product tanker vessels shall be equipped with suitable equipment such as hoses and fenders to transfer AGO at sea to platform supply vessels.

 

(D)    Technical Information

a)       Details of supplier’s Quality Assurance and Quality Control Procedures.

b)      Evidence showing details of Onshore Base for technical support, Laboratory Analysis and Services.

 

 

(E)     HSE

a)       Details of supplier’s Health, Safety and Environment (HSE) Policy and Program together with Sustainable Development (SD).

b)      Safety records for records accident injuries, damages and summary for near misses, LTI, for the three (3) years.

 

Please visit Nipex portal at www.nlpexng.com for this advert and other information.

Invitation to Tender for the Procurement of a Firm of Estate Surveyors and Valuers to Provide Consultancy Services for the Compensation Valuation and Resettlement for Zungeru Hydroelectric Power Project at Federal Ministry of Power

Federal Republic of Nigeria

 

Federal Ministry of Power

 

Invitation to Tender for the Procurement of a Firm of Estate Surveyors and Valuers to Provide Consultancy Services for the Compensation Valuation and Resettlement for Zungeru Hydroelectric Power Project

 

Introduction

Following the completion of the Environmental Impact Assessment (EIA) and the Resettlement Action Plan (RAP) for the Zungeru Hydroelectric Power Project, the Federal Ministry of Power now intends to procure a firm of Estate Surveyors and Valuers to provide consultancy services for the compensation valuation and resettlement of project affected persons within the project area. Accordingly, the Ministry, in line with Public Procurement Act 2007, invites experienced and reputable Firms or Joint Ventures to apply for the provision of consultancy services for the Compensation, Valuation and Resettlement for the Zungeru Hydroelectric Power Project.

 

 

Scope of Services

2.       The scope of services shall include:

i.        Reconfirmation of identified project affected persons;

ii.       Checking of identification numbers and issuance of identification cards;

iii.      Identification and valuation of farmlands and other land holdings and economic trees;

iv.      Reconfirmation of households (buildings, deities, burial ground and other public building;

v.       Assessment of compensation payable to affected persons and communities; and

vi.      Liaising with the Emirates, District Heads and village Heads for possible resettlement sites.

 

Conditions for Pre-Qualification

3.       The requirement for the pre-qualification for the tender from interested consulting firms or Joint Ventures are as follows:

 

  1. Company Profile with copy of Article of Association and CAC Form C07;
  2. Company Registration with Professional Bodies particularly Institution of Estate Surveyors and Valuers or its equivalent;
  3. Verifiable evidence of Firm’s experience in similar consultancy services on compensation valuation including at least a Dam project and participation in the resettlement activities;
  4. Curriculum Vitae of individual experts/staff who will be assigned to the required services including qualification, individual experience in handling assignments and attestation available;
  5. Financial Capacity Profile of the firm and Evidence of Tax Clearance Certificate for 2010,2011,2012;
  6. Evidence of Consultancy services with a contractual value of over N90million;
  7. Submission of three (3) years Audited Account for 2010, 2011, 2012;
  8. Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice;
  9. Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian.

 

 

4. Quality and Cost Based selection method shall be used in accordance with the procedures set out in the Public Procurement Act 2007 – BPP Standard Request for Proposal (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008. Evaluation criteria for both technical and financial proposals are contained in the Request for Proposal (RFP). Copies of the RFP and the reports of the Resettlement Action Plan (RAP) in two (2) volumes can be picked up from the office of the Secretary, Ministerial Tenders Board.

 

 

Submission of Proposal

5.       Tenders must be submitted in six (6) copies including one original in a sealed envelope clearly marked “Tender for Estate Surveyors and Valuers” at the top right hand corner and addressed to:

 

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III, Abuja, FCT

 

To be delivered by HAND on or before 12:00 noon on 12th March, 2013. Delivery through Courier will NOT be accepted.

 

Important Information

  • No representative or agent should bid for or on behalf of any Firm as the client shall not discuss or deal with any third party.
  • Federal Ministry of Power reserves the right to verify and authenticate any claim by Firms. Prospective Firms should therefore include in their submissions necessary authority for verification.
  • The Federal Ministry of Power shall not enter into any debate or discussion with any party with respect to the rejection of bid not conforming to the rejection of bid not conforming directives and accompanying documents.

 

Enquiries on the Invitation

 

6.       All enquiries are to be directed to:

 

Director (Power)

Federal Minister of Power

Federal Secretariat Complex Room 454, Phase 1

Annex III, Abuja, FCT

 

Signed:

Permanent Secretary

 

 

Invitation for Pre-Qualification of Contractors for the Year 2013 Capital Projects at The Federal Polytechnic, Nasarawa

The Federal Polytechnic, Nasarawa

P.M.B. 001 Nasarawa, Nasarawa State

 

Invitation for Pre-Qualification of Contractors for the Year 2013 Capital Projects

 

Contact: 08036789844

 

Introduction

The Federal Polytechnic, Nasarawa is desirous of undertaking a Pre-qualification exercise for its 2013 Capital Projects.

 

Invitation

Application is hereby invited from interested and reputable investors/Contractors with relevant experience, good track record and financial capability for pre-qualification to tender for the following projects:

 

Lot A:        Completion of 750 capacity lecture theatre

 

Lot B:         Construction of Road Network and Drainage

 

Lot C:        Procurement and installation of security Gadgets/Equipments

 

Lot D:        Capacity Building workshop/ seminars for Academic Staff of the Polytechnic

 

 

C.      Pre-Qualification Criteria

 

Prospective bidders are required to submit the following Documents:

1)      Evidence of incorporation with Corporate Affairs Commission (CAC)

2)      Evidence of Tax Clearance Certificate for the last three (3) years (2010, 2011, 2012) corresponding to declared turnover.

3)      Evidence of VAT Registration with TIN No. and past remittances for the last three (3) years (2010, 2011, 2012).

4)      Evidence of PENCOM registration in accordance with the pension Reform Act, 2004 including evidence of remittances of employees’ pension contribution/deductions.

5)      Evidence of Financial capability to execute the Projects (Bank Statement for the last 6 months), Credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required.

6)      Company Audited Account for the last three (3) years (2010, 2011, and 2012).

7)      List of key Technical personnel including photocopies of their qualification

8)      List of plants and equipment owned or to be hired with proof of ownership of owned.

9)      Verifiable list of SIMILAR work successfully completed with names of clients, evidence of award and completion certificate attached for the past three (3) years.

10)    A sworn Affidavit certifying that all documents for the pre-qualification are genuine and current.

11)    A sworn Affidavit indicating whether any officer of the Federal Polytechnic Nasarawa is a former or present Director, shareholder or has any pecuniary interest in the company.

 

 

Submission of Pre-Qualification Documents

Bound pre-qualification documents in wax – sealed envelope appropriately marked at the left hand corner stating the job the company is applying for e.g.

Lot A, and addressed to:

 

The Registrar,

The Federal Polytechnic,

P.M.B. 001 Nasarawa,

Nasarawa State

 

The sealed envelope is to be dropped into the LOCKED STEEL Tender Box in front of the Security Post at the Entrance of Administrative Block after signing a register at the same place on or before 26th February, 2013. Any submission after 12,00noon of the closing date will be rejected.

 

Firms interested in more than one (1) LOT must submit separate documents for each LOT.

 

The opening of the documents shall commence by 2.00pm on the same day (26th February, 201 3) at the ETF Auditorium of the Institution. Contractors or their representatives, NGOs and General Public are encouraged to attend.

Please Note:

1)    That due diligence would be followed as all documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

 

 

Signed:

F J. SABO (MRS.)

Registrar

 

 

Pre-qualification/Tender Bid at NNPC Pension Fund Limited

NNPC Pension Fund Limited

Construction of a Block of 11 (NOS.) Luxury FLATS IN Victoria Island, Lagos

 

1.       This invitation is for interested construction companies for the construction of the above named projects in Lagos.

 

2. Pre-qualification/Tender Bid

All companies wishing to express their interest to bid for these projects, shall submit the under listed documents, detailing their company’s capabilities, relevant experience and financial status

 

  • Evidence of registration with the Corporate Affairs Commission (CAC).
  • Organizational structure and available workforce with CV of key personnel.
  • Evidence of technical and managerial capability for the job.
  • Evidence of successful completion of similar work within the past 5 years.
  • List of equipments or evidence of access to same.
  • Tax Clearance Certificate for the last 3 years and Tax payer Identification Number (TIN).
  • Bank reference.
  • Company’s audited accounts and financial reports for the past 3 years.
  • VAT registration certificate with evidence of remittances.
  • Evidence of ITF contribution.
  • Evidence of compliance with the Pension Act.

 

3.       Submission of Documents:

Pre Qualification documents and tender documents should be submitted separately not later than 12:00 noon, 26th of February, 2013 sealed and marked as Technical and Tender Documents to

Moez’art, 1st floor, No. 10 Coker Road, Ilupeju, Lagos

 

 

Please Note:         Collection of Tender documents and sighting of drawings will be done at the above named office.