Invitation to Tender at Jos Electricity Distribution Company

Power Holding Company of Nigeria

 

Jos Electricity Distribution Company

 

Invitation to Tender

General Procurement Notice (GPN)

 

1.       The Jos Electricity Distribution Company wishes to bring to the notice of interested, competent and reputable Contractors/Suppliers that the JEDC would carry out procurement of the under-listed goods and services to be funded from IGR and other sources for the fiscal year 2013.

 

  1.        i.            Supply of Cash Receipting Machines
  2.      ii.            Supply of Stationery
  3.   iii.            Supply of Furniture
  4.   iv.            Supply of Vehicles
  5.      v.            Line / Trace Clearance on 33KV and 11KV networks
  6.   vi.            Construction of 33KV & llKV Lines
  7. Supply of Poles
  8. Supply of Overhead Line Materials
  9.   ix.            Supply of Aluminium Conductors
  10.      x.            Supply of Underground Cables
  11.   xi.            Supply of Cash Receipting Machines
  12. Refurbishment of Vehicles and Transformers
  13. Supply of Office equipment (Computers, Printers etc.)
  14. Boreholes Works
  15. Renovation of Offices and Substation buildings
  16. Training/Consultancy services
  17. Supply of Security equipment and Uniforms.
  18. Supply of Safety Materials
  19. Supply of Termination Kits
  20. Supply of Computers and Accessories
  21. Supply of Billing Materials
  22. Panel Meters and LV MD Meters
  23. Supply of Vending Machines for PPM Meters,
  24. Supply of PPM Meters, Meter Installation Equipment, and Meters Installation Works.
  25. Upgrading of Billing Infrastructure (Services, Works-station and Printer)
  26. Installation of Statistical Automated Meters
  27. Electronic Payment and Token and Vending System (EVPS)
  28. Supply of Distribution Transformer of various sizes

 

2.        Requirements

i.        Certificate of Incorporation / Business Registration

ii.       Current Tax Clearance Certificate for the last three (3) years.

iii.      Value Added Tax Registration Certificate

iv.      Verifiable evidence of previous experience in area of interest.

v.       Company Profile

 

3.       Submission of Document

All Contractors / Suppliers are expected to submit relevant documents in a sealed envelope marked GPN. Closing date is 19th February 2013 by 10.00am and should be submitted by hand or registered mail addressed to:

The Chief Executive Officer

Power Holding Company of Nigeria

Jos Electricity Distribution Company

No. 9 Ahmadu Bello Way, PMB 2727,

Jos Plateau State, Nigeria.

 

4.    NOTE:

i.        This Notice is not an invitation to bid

ii.       Only the Contractors / Suppliers adjudged technically responsive will be considered for competitive tender

iii.      The adjudged technically responsive Contractors/Suppliers shall be invited to purchase Bid Document at a stipulated amount

iv.      JEDC will not enter into any correspondence with any unsuccessful bidders

v.       Interested Suppliers / Contractors are advised to visit the JEDCs Notice

Board regularly for specific procurement Notices for minor value

procurement as the need arises, while specific Procurement Notices will be placed in the Media for major procurement.

 

Signed:

Management

Jos Electricity Distribution Company

Tender Opportunity at CHEVRON NIGERIA LIMITED

CHEVRON NIGERIA LIMITED

A Chevron Company

Operator of the NNPC/Chevron Joint Venture


Tender Opportunity

Provision of Expandable Sand Screens Services (Onshore) To Support Onshore Drilling and Completion Operations

1.     Introduction:

Chevron Nigeria Limited invites interested and pre-qualified companies for this tender opportunity for the provision of EXPANDABLE SAND SCREEN (ONSHORE)

 

2.     Scope of Work:

  • Provision of Expandable Sand Screens with required weave screen sizes (base pipe O.D 4.5″ & 5.5″ and Related Accessories.
  • Supply of Qualified Personnel for installation of Expandable Sand Screens and related services (installation and maintenance).
  • Operational (installation and maintenance) Equipment to install Expandable Sand Screens and related Services.
  • Provision of compatible liner hanger and liner hanger top packer for the sizes of screens provided.
  • Provision of service tools for liner hanger and liner top packers respectively.

 

 

Mandatory Tender Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre -qualified in the 3.04.21 (Well Completions) 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).

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

 

a.       Meet   all   JQS   mandatory   requirements   to   be   listed   as “PREQUALIFIED” for a category in the JQS database.

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

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”).

 

  1. 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.
  2. 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.
  3. 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.

 

  • Bidders who for the purpose of this bid process enter into a JV, Partnership, Consortiums, etc with another bidder bidding this tender will be disqualified.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of CNL to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre­qualified companies to submit technical tenders first. Following; a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

 

 

4.       Nigerian Content Requirements:

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and Co7.
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role. Work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.
  • Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.
  • Tenderers (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, pares, equipments, systems and packages to be used in the proposed project under tender.

 

Closing Date:

Only tenderers who are registered with NJQS Product/Category 3.04.21 (Well Completions) by 4:00pm, February 26th, 2013 being the advert close date shall be invited to submit technical bid.

 

Please note the following:

Suppliers eligible for this tender opportunity are expected to be pre-qualified in NJQS under this product/service category.

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

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

 

Management

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

 

Tender Opportunity at Addax Petroleum Development

Addax Petroleum Development

(Nigeria) Limited

 

Tender Opportunity

Provision of Rig Support Services in OML-126/137

 

 1.     Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below, at APBN)L’s OML-126/137 (Offshore) facilities. The contracts are proposed to commence in Q4, 2013 and continue for a duration or two (2) years with APE(N)L having the sole option to extend the duration for a further period of one (1) year.

 

2.     Scope Of Services Requirements:

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of Equipment and Services suitable for use in an offshore operation as listed in the table below;

 

Tender No. NJOS Category Scope of work description
ETO0536 Completion Services -Expandable Sand Screen 3.0421 (Well Completion  Services)

  Contractor must be able to provide Expandable Sand Screens & Services including but not limited to the following:

  • Various sizes of Expandable Sand Screen (ESS) w/varying gauge or mesh sizes
  • Various sizes Expandable blank pipes
  • Appropriate hangers and packers for various casing sizes.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.
ETO0540 Gyro Services

 

3.04.29 & 3.04.25

(Cased Hole Logging & Directional Surveying Services

  • Contractor must be able to provide Gyro Tools/Equipment and Services including but not limited to the following;
  • Battery operated memory single-shot / multi-shots North Seeking Gyro services deployable by
  • Drop, wireline or slickline Single-shot / multi-shots surface readout North Seeking Gyro
  • North Seeking Gyroscopic probe operational in MWD collar of various major directional drilling contractors GF/CCL subs to run in some applications with North Seeking Gyro tools
  • Gyro While Drilling (GWD) Tools
  • Wireline pressure control equipment
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

ETB-0542 Subsea Wellhead Equipment and X-mas Trees Supply/Services: 1.01.09 (Wellhead

Equipment Xmas Tress and accessories)

Contractor must be able to provide Subsea Horizontal Xmas Tree, Subsea Test Tree, IWOCS, Wellhead Equipment and Services including but not limited to the following;

Type A: Subsea Wellhead equipment for Conductor and Casing profiles; 36” OD Conductor pipe, 20” OD Surface casing, 16″ OD Casing (Liner), 13 5/8” OD Intermediate-1 casing and 9 7/8” OD Intermediate-2 / production casing. The wellhead shall comprise;

  • Mud mat with PGB type interface shall accommodate a mud mat receptacle installed to the 36″ wellhead housing conductor extension pipe joint.
  • 36” x 2” wall LF wellhead housing coupled with pipe extension joint shall incorporate anti-rotation, cement ports, annulus shut off, preload feature and mud mating receptacle installed to conductor extension pipe.
  • Subsea wellhead system: 18 3/4” HP 3 hanger wellhead housing, H4 profile, VX-VT gasket, 15,000 psi MWP.
  • All casing hangers shall be run as single trip system whereby the casing hanger running tool casing hanger and pck off assembly are made up and run as one assembly. Annulus seal shall have metal to seal capabilities with backup resilient seal. The wellhead system and all components shall be a proven design with proven track record.
  • Type B: Subsea Wellhead equipment for conductor and casing profiles; 30” CD conductor pipe, 20” OD surface casing, 13

3/8 OD intermediate-1 casing and 9 5/8” OD intermediate-2 / production casing. The subsea wellhead type shall comprise

  • Mud mat with PGB type interface shall accommodate a mud mat receptacle installed to the 30” wellhead housing conductor extension pipe joint.
  • 30″ x 13′ wall LP wellhead housing coupled with pipe extension joint shall incorporate anti-rotation cement ports, annulus shut off, preload feature and mud mating receptacle installed to conductor extension pipe.
  • Subsea wellhead system: 18 ¾” 3 hanger housing, 10,000 psi MWP with H4 connector profile. All casing hangers are to run as single trip system whereby the casing hanger running tool, casing hanger and pack off assembly are made up and run as one assembly. Annulus seal shall have metal to metal seal capabilities with backup resilient seal. The wellhead system and all components shall be a proven design with proven track record.
  • Subsea wellhead should be capable to accept another contractor’s Horizontal Subsea Xmas tree, Subsea Test Tree and other ancillary tools as may be required without any technical issue.
  • Type A ‘Subsea Tree: 5″ x 3″ 15,000 psi horizontal design production Subsea Xmas tree connecting to the wellhead with HT-H4 hydraulic connector. The forged tree-head forms die basis of the tree having a concentric stepped internal profile for tubing hanger and integral Production and Annulus Master Valves and Annulus Access Valve. Wing blocks contain remaining valves and other equipment. The upper profile for the tree head is a standard 18 ¾” OD H4 wellhead profile allowing the BOP stack to be landed on top of the tree. Control of the tree functions is achieved by work-over umbilical linked to the tree by an ROV deployed stub-plate
  • Type B Subsea Tree: 5″ x 2” 5,000 psi horizontal design production Subsea Xmas tree connecting to the wellhead with HT-H4 hydraulic connector. The forged tree-head forms the basis of the tree having a concentric stepped internal profile for tubing hanger and integral Production and Annulus Master Valves and Annulus Access Valve. Wing blocks contain remaining valves and other equipment. The upper profile for the tree head is a standard 18 ¾” OD H4 wellhead profile allowing the BOP stack to be landed on top of the tree. Control of the tree functions is achieved by work-over umbilical linked to the tree by an ROV deployed stab-plate
  • Tubing Hanger (TH) with single trip capability to run, orient, land and lock hanger in the x-mas tree.
  • Subsea Test Tree (SSTT) with the following minimum features;
  • an integrated quick disconnect package.
  • Interface with tubing hanger running tool (THRT) as a space out  joint to allow a pipe ram to be closed the tubing hanger and SSTT.
  • space out joint with integrated control lines required for the THRT and TH functions.
  • to allow BOP shear ram closed above the SSTT without the SSTT being disconnected.
  • SSTT valves, both isolation and cut/seal with fail safe close.
  • independent primary and secondary disconnect features.
  • installation and Workover Control System (TWOC5) with the following features capable to monitor and control deployment and retrieval of tubing hangers, landing strings and Xmas trees;
  • Tree umbilical compatible with requirements for trees
  • Tree flying umbilical
  • Tree jumper, umbilical reeler & umbilical sheave.
  • URT/Land string for umbilical reeler, jumper and sheave.
  • Clamps for URT/Land string for umbilical reeler, jumper and sheave.
  • Umblical deployment frame .
  • Horizontal Subsea Xmas tree & Subsea Test Tree should be capable to accept 3rd party’s Subsea wellhead as may be required without any technical issue.
  • All necessary Consumables and spare parts; and
  • All other related equipment tools and experienced personnel necessary to satisfactorily perform the above services

 

 

3.       Mandatory Requirements:

3.1.     To be eligible for any of the tender exercise, interested contractors are required to be pre-qualified in the Well Completion Services (3.04.21), Cased Hole Logging & Directional Surveying Services (3.0429 & 3.04.25) and Wellhead Equipment Xmas Trees and Accessories (1.0109) Product/Services category in NipeX Joint Qualification System (NJQS) database respectively. All successfully pre-qualified suppliers in these categories will receive Invitation to Tender (TIT) as applicable.

3.2.    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 on ‘check my supplier status and thereafter dick on ‘supplier product group’.

3.3.    If you are not listed in a product/service category that 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.

3.4.    To initiate the NJQS Pre-qualification process, access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

35.     To be eligible, all tenderers shall be required to comply with the Nigerian Content requirements in the NipeX system.

 

 

  1. 4.     Nigerian Content Requirements:
  • Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup and www.nigcontent.com in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered
  • Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.
  • Furnish details of company ownership and share holding structure.
  • With photocopies of its CAC Forms CO2 and CO7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all ire to be used, number of personnel, name of organization providing such training and 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.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities)
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.
  • Provide MOA with Oil & Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project.
  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

 

  1. 5.     Closing Date
  • Only tenderers who are registered with the Well Completion Services (3.0421), Cased Hole Logging & Directional Surveying Services (3.04.29 & 3.04.25) and (Wellhead Equipment, Xmas Trees and Accessories (1.01.09) NJQS Product/Category respectively as at 12:00pm on February 26, 2013 being the advert closing date shall be invited to submit Technical Bids.

 

 

  1. 6.     General Conditions
  • Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert
  • As stated in item 3 hereto. Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.
  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.
  • This Advert shall neither be construed as any form of commitment on the part of APE(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

(i)                Pre-qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders

(ii)             Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be APE(N)L will communicate through individuals or appointed Agents.

 

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

Invitation For: Expression of Interest and Pre-Qualification for Provision of Nigerian Agency Services to NLNG Chartered Vessels at Nigeria LNG Limited (NLNG)

Invitation   For:

 

Expression of Interest and Pre-Qualification for Provision of Nigerian Agency Services to NLNG Chartered Vessels

 

1.     Introduction

Nigeria LNG Limited (NLNG) requires the services of Nigerian Port Agents for the provision of agency services to NLNG chartered vessels in Nigeria.

 

NLNG hereby invites interested Nigerian Port Agents to express their interest to participate in tendering for this service.

 

2.     Scope of Work

The service to be rendered is the provision of agency services to NLNG chartered ships in Nigeria and shall include the following:

 

2.1     To deliver complete Port Call management services for every NLNG-related port call (including emergencies and calls handled by Charterers Nominated Agents, and ports nominated from time to time by NLNG as strategic exceptions) including but not necessarily limited to, the following activities:

a)       Management of port agency network in Nigeria (including the load port in Bonny);

b)      Management of and full accountability to NLNG funding and payment of port costs;

c)       Execution of the post-port call administrative process;

d)      Communication to NLNG of disbursements in a summarized, predefined format and within agreed deadlines;

e)       Prompt delivery of specified documents relating to the port call;

f)       Provision of all information in a timely and error-free automated manner;

g)       Storage of original documentation to meet NLNG audit access requirements, including provision of specific electronic archiving access;

h)      Maintenance of accurate port data, updating same at mutually-agreed specified intervals;

i)       Development and maintenance of Agency Manual that will guide the operations of the agency’s activities;

j)       Provision of 24 hour x 365 day cover;

k)      Computing and IT to be consistent and compatible with that of NLNG, and upgraded in line with current best industry standards

 

2.2     At NLNG nominated ports or terminals in Nigeria, the agent shall be required to comply with the following Scope of Services specified (and as may be modified from time to time):

a)       To make proper and timely notifications to Government Authorities and Port Authorities as well as to maintain contact with NLNG’s Designated LNG and other chartered Vessel(s) and service providers.

 

b)      To submit applications and copies of “Free Pratique Messages” from Master to Port Health Office at the required intervals before Vessel’s arrival;

 

c)       To establish close communication with Vessel, exchanging information such as ETA, boarding time of pilot, berthing/anchoring prospects, and bunker delivery information (as required), port information, regulations, restrictions, updates, etc; and,

 

d)      To submit notification of Vessels arrival (as required), Inward/Outward Clearance and Cargo Manifest (if any) to Customs Office and Authorities (Port Authority/Immigration).

 

2.3     To make proper and timely arrangement of the following according to the schedule of Vessel on arrival, in port and on departure:

a)       Pilots for berthing and un-berthing of Designated Vessel(s);

b)      Tug boats for maneuvering, escort, surveillance watch, if requested by Master under advice from Pilot or in accordance with port regulations; and

c)       Clearance formalities including prompt attendance of all relevant Government Authorities.

 

2.4     To make proper and timely payments of Tonnage Dues/Port Dues, if required, to Customs and Port Authority Office respectively

 

2.5     To keep NLNG advised on Vessel’s movements at Loading/Discharge port and en route from Loading/Discharge Port and any other relevant Information, which may affect NLNG’s business.

2.6     To collect all the documents relating to Cargo Operations and other Services and send them to the appropriate parties concerned as per NLNG’s instructions.

 

2.7     To collect invoices for Port Charges from Port Authorities/Contractors and check the contents against actual services rendered, and also collect published Tariffs and Rates. Prepare accurate and timely disbursement accounts, including all invoices to NLNG for due payment

 

2.8.    To notify any nominated supplier about the requirements for bunker fuel for the Designated Vessel(s), and co-ordinate timely dispatch of same, including the co-ordination of the activities of the Independent Surveyor, if appointed by NLNG.

 

2.9     To provide Master with up-to-date information on Port Restrictions, Port Charges, Tariff Rates and Dues, Port Regulations, etc., and keep NLNG advised on pertinent marine developments that may affect vessel movements in and out of LNG and other Terminals worldwide.

 

2.10   To attend to any other activities, services, requirements or formalities as are customarily required as agents for NLNG in respect of the Designated Vessels’ smooth and efficient port calls.

 

2.11   To provide emergency response assistance to NLNG, if and when required.

 

2.12   To provide to NLNG, Services such as transportation of personnel where and when necessary.

 

2.13   To act on behalf of NLNG, in cases where NLNG’s interests require protection.

 

2.14   To provide to Bonny Gas Transport Limited (BGT) owned vessels such services normally provided to vessel owners which include provision of stores, refuse disposal sludge removal and any other services agreed to be owner’s services. These services shall form part of the scope of services for which remuneration is covered as a lump sum payment.

 

2.15   To provide NLNG with useful information on position, schedules and operations status of the nominated vessel as and when required by NLNG, including to details on the nominated vessel as may be requested by NLNG.

 

2.16   Performance in the management and execution of the above items will be monitored in a structured way at regular performance review meetings between NLNG and the Agent at intervals not exceeding six months.

 

2.17   The Agent shall actively pursue reduction in the cost of each Port Call in Nigeria (including but not limited to the costs of tugs and other essential port services).

 

2.18   The Agent shall collaborate with others where appropriate and in support of NLNG objectives.

 

2.19   To represent NLNG at reconciliation meetings with port and terminal authorities or any other government authority responsible for vessels clearance, especially where such meetings are called to reconcile invoices, payments, or any other financial transactions connected to vessels port calls.

Apart from the normal services as described above, the Agent shall be prepared to render other ancillary Services as may be required by NLNG from time to time but not specified herein.

 

The Agent shall ensure that all the above Services shall be carried out in a timely, efficient and proper manner, and always in compliance with applicable regulations at the nominated ports and NLNG Business principles.

 

 

  1. 3.     Commencement and Duration

The expected commencement of the contract is fourth quarter of 2013 and the duration will be for 2 years.

 

  1. Compliance with Local Regulations

The provision of port agency services in Nigeria is regulated by Nigerian Ports Authority, whose responsibility it is to license and register Nigerian Port Agents. They are also required to be registered by Nigerian Customs Service and the Nigerian Maritime Administration and Safety Agency. The Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 further supports and details expected Nigerian Content deliverables within Contracts in the Nigerian Oil & Gas industry as listed below.

 

  1. 5.     Nigerian Content

NLNG is committed to the development of the Nigeria Oil & Gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development.

 

Interested Companies shall comply with the Provisions of the Nigerian Content Act that relate to this service and in particular comply with the minimum Nigeria Content percentage (%) for the scope which are covered in the Act.

 

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

 

 

Nigerian Content Requirements

Companies responding to this advert are required to submit the following in compliance to Nigerian Content Act, 2010:

 

1.       Documentation to demonstrate that the entity is a Nigerian-registered company Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria.

 

2.       The process and Procedure that explain the methodology of how it intends to comply with the requirements of the Nigerian Oil & Gas Industry Content Development Act 2010 (Nigerian Content Plan) and how to achieve the set target(s) in the Schedule of the Nigerian Oil & Gas Industry Content Development Act and any targets set by the Board

 

3.       A plan for giving first consideration to services provided within Nigeria with a list of work packages, 3rd Party Services and subcontracts which should be reserved for Nigerian indigenous contractors including those that will be provided by Companies of Nigerian origin

 

4.       A plan for how it intends to give first consideration to raw materials and manufactured & assembled goods of Nigerian origin which shall include a breakdown of all raw materials to be utilized and identifying those that are found locally, finished products and materials that will be procured from Nigerian Manufacturing & Assembly plants, finished goods that order can be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported.

 

5.       An employment and training plan (ETP) which shall explain how first considerations shall be given to employment and training of Nigerians in work programme on the contract hiring and training needs with a breakdown of the skills needed and anticipated skill shortage in the Nigerian labour force including the training and understudy program for succession planning.

 

6.       Technology Transfer Plan (TIP) which shall explain the methodology of how it intends to promote the effective transfer of technology from alliance partners to Nigerian individuals and companies.

 

 

7.       Research & Development Plan (RDP) which shall explain the methodology of promoting education, attachments, training, research and development in Nigeria in relation to the contract

 

8.       Details of the Company’s corporate organizations overall human resources structure (management, supervisors, senior & junior skilled officers, etc) identifying positions manned/occupied by Nigerian nationals with evidence of type of employment in-country and identifying the positions manned/occupied by other nationals.

 

9.       Proposed organogram for this work scope populated with nationality, qualification of personnel and years of experience of personnel on the job (attach CV of key finance, operational and technical personnel) including a succession plan in this work scope.

 

10.     A detailed description of the location of in-country committed facilities & infrastructure (assets, equipment technical office, and administrative space storage, etc) in Nigeria to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies is owned by the local subsidiaries.

 

  1. 6.     Other Regulatory Requirements

Agent is expected to obtain and demonstrate compliance with the following regulatory requirements:

 

a)       NPA Permit to operate as a port agent;

b)      Nigerian Customs Service (NCS) Permit to operate as an agent;

c)       N1MASA Permit to operate as an agent;

d)      DPR Permit to operate as an agent in the Nigerian Oil and Gas Industry

e)       Any evidence of compliance with the requirements of any other regulatory agency.

 

 

  1. 7.     Other Submissions

In addition to the submission for Nigerian Content and other regulatory requirement, companies signifying interest by responding to this Advertisement shall also submit;

 

1.       Evidence of approval by the relevant Nigerian Government Authorities to provide the agency services in Nigeria (e.g. NPA, NCS, NIMASA, DPR, etc.)

 

2.       Proof of Partnership, membership, association with a global hub agency organization

 

3.       Company profile and details of any technical support relationship with foreign companies (if any).

 

4.       Audited Financial Report of the agency company for the last 3 years

 

5.       Copies of Tax Clearance certificate for the last 3 years, VAT registration certificate, and Tax identification Number

 

6.       Copies or Evidence of a Public /Third party liability insurance and Employers liability (workman’s compensation) Insurance policies

 

7.       Proof of availability of agency administration tools and systems or capacity to acquire similar tools that will be used to cover NLNG agency operations before the commencement of operations with NLNG.

 

8.       Proof of ownership of ancillary services or contract with Nigerian Owners of such services that are required to support the operation of Agency Services in Nigeria.

 

9.       Details of relevant verifiable experience of similar contract(s) that contractor has undertaken as main contractor especially with Oil / Gas Companies over the past five years.

 

10.     The CV of a contract manager that will act as single point contact based in Nigeria for performance monitoring, recording, reporting and administration of the port agents’ activities.

 

11.     Documented Quality, Health, Safety and Security Policies and manuals.

 

12.     Proof of certification of the company HSE Management System to a recognized standard

 

13.     Copy of the Company’s Quality Management Certificate

 

14.     Detailed company Health, Safety and Environment (HSE) management plan.

 

15.     Evidence of Staff training in Health, Safety, Security, Environment and Quality (HSSEQ)

 

16.     Emergency response contact details that will support the operation.

 

17.     Community relations proposal giving in detail how your company has successfully handled community related issues in the past in your area of operation and propose to do during the execution of the service.

 

18.     Further innovation proposals that would enhance the development of Nigerian content on the service including plans for transition to 100% Nigerian ownership of the Agency Service Company

 

19.     Any additional information that will enhance the potential of the company.

 

 

  1. 8.     Pre-Qualification

As part of the pre-qualification process, NLNG will conduct vendor%

I.C.T Project Management Consultancy Services (RFP) at National Judicial Council, (NJC)

National Judicial Council

I.C.T Project Management Consultancy Services (RFP)

 

The National Judicial Council (NJC), through the Judiciary Information Technology Policy Committee (JITPO-COM) has begun a process of designing, developing and acquiring state-of-the-art Information Systems with the intention of improving the operations of the Nigerian Judiciary through the Computerization of all processes in Courts and Judicial Bodies.

 

These efforts are in conjunction with local and foreign Development Partners and will entail acquisition, development and installation of Hardware and Software Systems, including Oracle technologies (i.e. Oracle Forms, Oracle Database, OAS, Oracle Workflow, WebLogic etc), JAVA, Perl, Linux, Windows Server, MS Visual Studio (.NET), Networking Technologies including TCP/IP, WLAN, VPN, MPLS etc.

 

NJC is requesting proposal for professional Consultancy Services to provide high level Project Management.

 

Scope of Services

  • Provide Technical Support for all Hardware and Software technologies listed above
  • Provide Technical Support for all Hardware and Software Installations and Customization
  • Provide project management services in line with global best practice
  • Implement systems to ensure effective management and tracking of all project components (Reports, issues, stakeholders, risks, resources, etc). identify in-house skills gap
  • Provide technical Mentoring for selected in-house staff
  • Assist in organizing Training within all Project Sites
  • Assist to prepare Operational Procedures for all implemented systems.

 

Requirements

The submissions should include:

  • Technical Proposal
  • Financial Proposal
  • Evidence of registration with Corporate affairs commission <*
  • Evidence of payment of tax for the last three (3) years
  • Financial statement for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital
  • Current company’s audited statement of accounts
  • Evidence of employees Retirement Savings Accounts (RSA) with a pension fund administrator.

 

 

All proposals will undergo due diligence procedures and will be reviewed on the basis of the following:

  • Evidence that they meet the minimum qualification criteria as listed in the advert
  • Profile of key professionals
  • Experience of the firm(s) in similar task
  • Support services of the firm(s).

Consulting firm(s) may associate to with other firms to enhance their qualifications, but should mention whether the association is in the form of a ‘Joint Venture1 or ‘Sub-consultancy1. Consulting firms that do not meet the above requirements NEED NOT APPLY.

 

Interested Consulting Firm(s) should forward their documents in hard copies to the following address by courier, and soft copies to the following email address, not later than 20th February, 2013

 

The Director of PRS,

National Judicial Council,

Supreme Court Complex,

Three Arms Zone,

Abuja.