Tender Opportunity at Mobil Producing Nigeria Unlimited

Mobil Producing Nigeria Unlimited

 

An ExxonMobil Subsidiary

 

Operator of the NNPC/MPN Joint Venture.

 

Tender Opportunity:

 

Provision of Water Based Drill Cuttings Disposal Services

 

 

1       INTRODUCTION

Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage Water Based Drill Cuttings Disposal Services on its offshore locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of two (2) years with a one (1) year optional renewal period. Contract is expected to commence in August 20 1 4

 

  1. 1.     SCOPE OF WORK

The scope of work includes but is not limited to the provision of Water Based Drill Cuttings Disposal Services, associated tools and highly qualified specialist personnel.

 

Interested companies must be able to provide the following

  1. A Bulk Pneumatic Cutting Collection and Containment System installed on board Company provided support vessel is required to facilitate the transfer, storage and disposal of Water Based Drill Cuttings and Water Based Liquid Waste generated from drilling operations. Storage containment will be required to transfer cuttings/wastes collected from the designated Area of Operations to a secondary location designated by the client as the “Point of Discharge” (which shall be >12 nautical mile and > 200ft of water depth) where it shall be discharged.
  2. Bulk Cuttings Transfer System (system for 3 Boats): All-in one cuttings storage  Tank / pneumatic conveyance pumps (Not greater than 6.1m tall and 15m3 each): Pneumatic Diverter Valve: Pressure Regulators: 1, 000CFM Air Compressors; Flexible Adaptor for cuttings conveyance from rig bulk containment system to Vessel storage tanks with connectors.
  3. Contractor personnel shall provide complete operation, maintenance and optimization of equipment packages.

 

3.   MANDATORY REQUIREMENTS

  1. A.   To be eligible for this tender exercise, interested contractors are required to be prequalified in the 30426 • Cutting Injections / Cutting Disposal category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT).
  2. 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.
  3. C.   If you are no 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.
  4. D.   To initiate the JQS prequalification process, access www.nipexng.com to download an application form, make necessary payments and contact NipeX office for further action.
  5. E.   To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

  1. 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 by 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 deliberate the utilization of Nigerian human, material resources and services in the 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 shares by Nigerians.

 

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

 

As part of their submissions, Tenderers shall:

  1. Provide a description of its committed infrastructure (asset, equipment,  technical office, and administrative space, storage, workshop,  assembly area, repair, and maintenance, testing, laboratory, etc.) in Nigeria (offices equipment etc.) to support this contract, evidence that a minimum of 50% of  all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary.
  2. 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 (C02 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.
  3. C.   Submit a plan on how it intends to give first consideration to service provided from within Nigeria, raw materials and manufactured & assembled goods of Nigerian origin, to meet the NC targets of 100% man-hour for Cutting Injections/Cutting Disposal Services in line with the requirements of the Act (Where NC target is 100% then service will be restricted to Indigenous Company’s only).
  4. D.   Demonstrate key Management positions that are Nigerian Nationals and the  percentage of the Company total workforce ( direct and in-direct employees) that are Nigerians

 

Notes:

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

 

  1. CLOSE DATE

Only tenderers who are registered with the 30426 – Cutting Injections/ Cutting Disposal NJQS Product/ Service category as 8th February 2013 being the advert close date shall be invited to submit Technical Bids

 

  1. ADDITIONAL QUALIFICATION

 

  1. Interested suppliers must be pre-qualified for this product/service category in NJQS.
  2. Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS
  3. 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
  4. This advertisement shall not entitle pre-qualified 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
  5. All cost incurred in registering and prequalifying for this and other Product/service categories in NJQS shall be borne solely by suppliers
  6. 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

 

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

Prequalification of Contractors for the Execution of Capital Projects under 2013 Budget at Central Bank of Nigeria

Central Bank of Nigeria

Prequalification of Contractors for the Execution of Capital Projects under 2013 Budget

 

The Central Bank of Nigeria proposes to undertake, under its 2013 Capital Projects, intervention in Public Institutions. The project which involve the replacement, rehabilitation and upgrading of the elements of existing structures and appertaining facilities, includes:

 

1.       Intervention in Secondary Schools (REF: CBN/CDP/2013/05A)

2.       Intervention in Tertiary Institutions (REF: CBN/CDP/2013/05B)

3.       Intervention in other Public Sector Institutions (REF: CBN/CDP/2013/05C)

 

Consequently, the Bank wishes to invite reputable Construction Companies to indicate interest to prequalify for the projects.

 

Pre Qualification Requirement:

 

Interested Construction Companies wishing to carry out the above job must submit the following documents with the expression of interest:

 

Mandatory: (Without which companies will be disqualified)

 

(i)                Evidence of registration with Corporate Affairs Commission.

(ii)             Certified true copy of Memorandum and Article of Association.

(iii)           Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years).

(iv)           Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

(v)             Evidence of payment of training contributions to ITF (Industrial Training Fund).

(vi)           Evidence of Registration with FRC (Financial Reporting Council of Nigeria).

 

Others

(vii)        Comprehensive company profile.

(viii)      Proposed Management team, Organisational Chart, with CV’s of key personnel to be deployed on the Project.

(ix)           Evidence of successfully executing projects within the last five years, similar in scope & complexity, and costing not less than N400 Million. (Copies of letters of award & successful completion certificates and supporting reference letters should be attached)

(x)             Reference letter from bank stating willingness to grant a credit line of a minimum of N50 Million in order to carry out such a project.

(xi)           Current Company’s audited statement of accounts for the past 3 years, and duly stamped by a registered Auditor. (Note that account statements will be compared with submitted tax clearance certificates)

(xii)        List of equipment to be deployed for the project and evidence of ownership or lease

(xiii)      Proposed method statement for the execution of the project.

(xiv)      Health, Safety and Environment (HSE) Policy.

(xv)        Quality Assurance Policy (Evidence of ISO Certifications will be an advantage)

(xvi)      Evidence of commitment to Local content policy

(xvii)   Company’s registered address, functional contact email address, GSM phone number(s) and facsimile number(s).

 

 

Submission:

Application for Expression of Interest, accompanied by the above listed documents should be forwarded in wax sealed envelope boldly marked at the top left corner:

 

“Expression of Interest for CBN Intervention Projects in……………… (Ref………………..)

 

And addressed to:

 

The Secretary,

Major Contracts Tenders Committee

 2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

 

Fax No: 09 616 38239

 

Email: igbadamosi@cbn.gov.ng

 

Closing Date:

All submission must be received at the above Office not later than 1st March 2013.

 

Important Notice:

  1. This is not an Invitation to tender. Full tendering procedure will be applied to Companies prequalified and found capable of executing the project.

 

  1. Only Successful Companion will be contacted for the tender process.

 

  1. Nothing in the advert shall be construed to be a commitment on the part of the CBN.

 

Signed:

Management,

Central Bank of Nigeria

Invitation for Pre Qualification and Tender at Michael Okpara University of Agriculture Umudiki

Michael Okpara University of Agriculture Umudiki

P.M.B. 7267, Umuahia, Abia State, Nigeria Office of the Registrar

 

Invitation for Pre Qualification and Tender

 

1.0     Bids are hereby invited from interested and reputable Contractors with relevant Experience and good track record in respect of:

 

2.0     Construction of Centre for Gender and Child Development at Michael Okpara University of Agriculture, Umudike.

 

This is a two floor building with spaces including Offices, Seminar rooms and Conveniences.

 

The Non-refundable processing fee of N20, 000.00 (Twenty thousand naira) only should be made Payable in Bank Draft to The Michael Okpara University of Agriculture, Umudike

 

 

3.0     Bidding Criteria

Interested contractors are required to submit the following;

 

  1. Company profile and organizational structure including names and resume of key personnel.

 

b.  Verifiable list of previous/similar major works carried out in the recent past with their locations and clients (copies of completion certificate/final payment certificate should be attached).

 

c.  Evidence of incorporation and current tax clearance certificate for last three (3) years.

 

d.  Reference letter from the company’s banker(s)

 

e.  List of equipment to be used for the project and their location (state whether the equipment are leased, hired or owned).

 

f.   Evidence of compliance with pension reform Act 2004 (as amended)

 

g.  Evidence of compliance with the amended Industrial Training fund Act 2011.

 

 

4.0     Collection of Bidding /Tender Documents

 

The bidding documents are to be collected from the office of the Ag. Director of Physical Planning, upon evidence of payment of non-refundable fees to the Bursary Department, Michael Okpara University of Agriculture, Umudike

 

5.0     Submission of Documents

Duly completed documents should be ready packaged for the review of the University.

 

It should be delivered to:

 

The Registrar

Michael Okpara University of Agriculture, Umudike

Abia State

Room 214, Alex Ekwueme Building

 

To reach him on or before 11th February, 2013 by 12.00 noon

 

 

6.0     For Further Enquiries Contact:

 

The Vice-Chancellor or the Ag. Director,

Physical Planning Michael Okpara University of Agriculture, Umudike

 

7.0     Opening of Pre-Qualification Documents.

 

Interested competent Contractors are invited to the opening of the bid document on 11th February, 2013 by 12noon in the Vice-Chancellor’s Conference Room Michael Okpara University of Agriculture, (MOUA) Umudike.

 

8.0     Please Note That:

  • Michael Okpara University of Agriculture is neither committed nor on obligation to shortlist any Contractor or Agent.
  • The University reserves the right to reject any and/or all-bidding package.
  • This advertisement for invitation shall neither be construed as commitment on the part of the University nor shall it entitle any contractor to make any University of Agriculture, Umudike.

 

Dr. A.C. Nwokocha

Registrar

 

Invitation to Bid at Rural Water and Environmental Sanitation Agency, Osun

 

 

Government of the State of Osun, Nigeria

 

Rural Water and Environmental Sanitation Agency

 

Invitation to Bid

 

Bid For: Construction of Boreholes

 

Ref. No: OS/RUWESA/AfDB/W004/2013

 

Name of Project: RWSS Sub- Programme

 

Date: 21st Janaary, 2013

 

The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation Sub-programme in the State of Osun and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: i. e. Drilling and installation of 36 Hand-Pump Boreholes in Public Primary Schools. The Contract is no. OS/RUWESA/AfDB/W004/2013

 

2.       Bidding is opened to all Bidders from eligible member countries as defined in the AfDB’s Rules and Procedures for the Procurement of Goods and Works, July, 2012 Edition.

 

3.       The contract is Drilling and Installation of 36 Nos. of hand pump boreholes in Public Primary Schools. The scope of the works; Geophysical investigation, Drilling of 180mm diameter hole through all formations to the aquifer of adequate depth (0-50m), Pump testing, Construction of Platform, Installation and Water quality analysis at Atakunmosa East, Atakunmosa West, Ede North, Egbedore, Ife East Area Office, Ife North, Ifelodun, Ila, Iwo, Orolu and Osogbo LGAs

 

4.       The Bid Security should be in an acceptable form equal to One Million Naira (NGN1, 000, 000.00) or equivalent amount in other freely convertible currencies.

5.       The Project Implementation Unit, State of Osun Rural Water and Environmental Sanitation Agency (RUWESA) now invite sealed bids from prospective eligible bidders for the above-mentioned packages.

 

6.       Bidding will be conducted using International Competitive Bidding (ICB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, July 2012 Edition.

 

7.       Interested eligible bidders may obtain further information from The Programme Manager, State of Osun Rural Water and Environmental Sanitation Agency (RUWESA), ruwesaosun@yahoo.com.

 

8.       A complete set of Bidding Documents in English Language which contain detailed specifications of the works may be purchased by interested bidders upon payment of a non-refundable fee of NGN20,000,00 (Twenty Thousand Naira) or equivalent amount in other freely convertible currencies.

 

9.       Bids must be delivered to the State of Osun Tenders Board, Governor’s Office, Gbongban Road, Abere by 4th March, 2013 at 12:00 noon and must be accompanied by the required bid security, Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the State of Osun Tenders Board, Governor’s Office, Gbongban Road, Abere by 4th March, 2013 at 12:30 p.m.

 

10.     An information meeting will be held on 18th February, 201 3, by 10:00a.m at RUWESA Conference Room.

 

Signed:

The Programme Manager,

State of Osun Rural Water and Environmental

Sanitation Agency (RUWASA),

State of Osun New Secretarial, P.M.B 4466,

Osogbo, Nigeria.

 

E-mail: ruwesaosun@yahoo.com.

 

Tel: + 234 8034745942 or +234 8125141688

EXPRESSION OF INTEREST (EOI) FOR PROVISION OF CONSULTANCY SERVICES at CENTRAL BANK OF NIGERIA

CENTRAL BANK OF NIGERIA

 

EXPRESSION OF INTEREST (EOI) FOR PROVISION OF CONSULTANCY SERVICES

 

The Central Bank of Nigeria proposes to undertake, under its 2013 Capital Projects, Intervention in Public Institutions. The projects which will involve replacement, rehabilitation and upgrading of the elements of existing structures and appertaining facilities, includes:

 

  1. Intervention in Secondary Schools (REF: CBN/CDP/2013/05A).
  2. Intervention in Tertiary Institutions (REF: CBN/CDP/2013/05B).
  3. Intervention in other Public Sector Institutions (REF: CBN/CDP/2013/05C)

 

Consultancy Services will be required in the underlisted areas in order to successfully execute the project;

 

i.            Project Management.

ii.            Architectural Services.

iii.            Structural Engineering Services.

iv.            Quantity Surveying Services.

v.            Electrical Engineering Services.

vi.            Mechanical Engineering Services.

 

Consequently, reputable firms interested in rendering services to the Bank in the above listed categories, are requested to send in their Expression of Interest (EOI) for that purpose.

 

Requirements

Interested firms are required to submit proposals prepared in English Language with the following requirements which shall be used as criteria for preliminary selection

 

Mandatory (Without which companies will be disqualified)

i.            Evidence of registration with Corporate Affairs Commission.

ii.            Certified true copy of Memorandum and Article of Association.

iii.            Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertake by the Company in the last three (3) years).

iv.            Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

v.            Evidence of payment of training contributions to ITF (Industrial Training Fund)

vi.            Evidence of Registration with FRC (Financial Reporting Council of Nigeria).

 

Others

  1. Evidence of participation in similar projects (of value not less than N400Million)
  2. Corporate profile of the firm including CV of key personnel Supported by Professional licenses, registered address, functional contact e-mail address, GSM phone number(s), facsimile number(s).
  3. Audited accounts in the last three (3) years duly stamped by licensed Auditors.
  4. Verifiable reference of related services rendered in the last three (3) years (attach letters of engagement).
  5. References of satisfactory performance on similar projects from three (3) previous clients.
  6. For Electrical Engineering Services, Evidence of Competences on
  • Power and Distribution.
  • Information/Communication Technology infrastructure (ICT).
  • Security and Safety installations

 

  1. Mechanical Engineering Services, evidence of Competences on
  • Waste and Storm water Drainage systems.
  • Heating, Ventilation and Air-Conditioning (HVAC).
  • Fire Fighting and Suppression systems

 

Remuneration

Interested firms should note that consultants’ remunerations shall be based on the Federal Government approved fees for consultancy services in Public Sector.

 

Submission

Applications for EOI accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left corner and boldly written

 

“EOI for…………………..Consultancy Services for CBN Intervention Project In …. (Ref ……………………………………………………” and addressed to:

 

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria

Fax No: 09-616-38239

e-mail: igbadamosi@cbn.gov.ng

 

Closing Date

All submissions must be received at the above Office not later than 28th February 2013

 

Important Notice

  • Only short listed firms will be contacted
  • The Bank reserves the right to reject any proposals.

 

Signed

MANAGEMENT