Advert For Tender Opportunity at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited

(RC No. 333613)

 

Addax Petroleum

 

Advert For Tender Opportunity

Provision of Rig Support Services in OML-126/137

 

 

Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L’s 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 APE(N)L’s OML-126/137 (Offshore) facilities. The contracts are proposed to commence in Q2, 2013 and continue for a duration of 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.

 

NJQS Category

 

Scope of Work Description

 

ETB-0537

Completion Services -Stand Alone Screen

 

3.04.21 Contractor must be able to provide Stand Alone Screen & Services including but not limited to the following:

  • Various sizes of standard and high premium Stand Alone Screen (SAS) w/varying gauges or mesh sizes with BTC threads.
  • Various sizes of controlled delayed swell packers in synthetic oil based mud Oil and water swellable)
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services
ETB-0538 Coring Services

 

3.04.11

 

Contractor must be able to provide Core acquisition tools and Services but not limited to the following:

  • Coring Equipment & Tools (121/4”, 81 /2 and 6” coring system/tools for consolidated unconsolidated formations)
  • Coring services (consolidated and unconsolidated formations)
  • Core preservation services;
  • All necessary Consumables and spam parts; and
  • All other related equipment tools and experienced personnel necessary to satisfactorily perform the above services.

 

ETB-0539

Dounhole Testing Services

3.04.30
  • Contractor must be able to provide Downhole Testing Equipment & Services including but not limited to the following;
    • Drill Stem Test (DST) (various sizes of retrievable and permanent downhole testing packers, locators and seal assemblies, safety valves, besting and circulating valves, gauge carriers, bottom hole sampler carriers, rupture disk and tubing fill valves, surface test tree manual valves, hydraulic actuator, swivel, check valve, emergency shutdown system, high accuracy and high resolution gauges, surface readout equipment etc).
    • Tubing Conveyed Perforation (TCP) (H various sizes/charges/shot per foot tubing conveyed perforation RDX & HMX guns, gun spacer, automatic gun drop sub, mechanic firing head, mechanic and automatic tubing release, automatic time-delay firing head, pressure vent etc.
    • All necessary Consumables and spam parts; and
    • All other related equipment tools and experienced personnel necessary to satisfactorily perform the above services.
ETB-0540

Gyro Services

3.04.29 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
  • Multi-axis Gyro sensor multi-shots continuous North Seeking Gyro
  • North Seeking Gyroscopic probe operational in MWD collar of various major directional drilling contractors
  • GR/CCL subs to run in some applications with North Seeking Gyro tools
  • Mono cable or multi-conductor wireline unit and accessories
  • Gyro While Drilling (GWD) Tools;
  • Wireline pressure control equipment
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personal necessary to satisfactorily perform the above services.
ETB-0541

Route Survey, Rig Move & Positioning Services

3.04.07
  • Contractor must be able to provide Rig Move and Positioning Equipment & Services including but not limited to the following:
  • Onshore equipment for rig move (Complete long range 700 km differential GPS shore station emitting on 2 HF frequencies located in suitable location near Qua Ibo and Lagos in Nigeria and other neighboring countries etc);
  • Offshore equipment for route survey (Quality Integrated Navigation System to collect bathymetry and side scan sonar data, process data or Starfix system or equivalent navigation software integrated to DGPS system with DGPS correction sources accuracy within -K)3m in x, y, z axis, Navigation Software package with the ability to transform project files between Datum/Projections in Nigeria Mid-Belt & UTM zone 32N grid with minimum three decimal values etc);
  • Offshore equipment for rig positioning (Quality Integrated Navigation System (Q1NSY) to collect bathymetry, side scan sonar data, sector scan sonar data, process data or Starfix system or equivalent navigation software integrated to DGPS system with DGPS correction sources accuracy within -K) 3m in x, y, z axis. Navigation Software package with the ability to transform project files between Darum/Projections in Nigeria Mid-Belt & UTM zone 32N grid with minimum three decimal values)-
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services,

 

ETB-0543

Wellbore Cleanup Tools and Services

3.04.36
  • Contractor must be able to provide Wellbore Cleanup Tools and Services including but not limited to the following:
  • Wellbore Cleanup Tools (various sizes of casing scrapers, casing brushes, riser brushes, jetting tools, riser/ jetting tools, debris catchers, magnets, junk baskets, mud tank cleaning equipment etc).
  • Wellbore Cleanup Services when required;
  • All necessary consumables and spare parts; and ;
    • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services
ETB-0544

Completion Services –Cased Hole and Intelligent

3.04.21
  • Contractor must be able to provide Intelligent and Cased Hole Completion Equipment & Services and will not be limited to the following;
  • Intelligent completion (complete cased hole intelligent completion services to include intelligent completion downhole hardware, surface control monitoring and interface to Xmas tree and sand control hardware etc).
  • Cased hole upper completion for horizontal wells (4-1/2” tubing retrievable subsurface safety valve flapper type, c/w self equalizing feature, permanent lock open feature, and 3.81″ nipple profile c/w jam nut type connection for ¼” control line, tubing mounted nipples, flow couplings, gas lift mandrels, retrievable production packers, 4-1/2″ self indexing guide shoe etc)
  • Bucking services and pressure testing of bucked sub assemblies
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.
ETB-0545

Slickline Services

3.04.24 Contractor must be able to provide Slickline Tools/Equipment & Services including but not limited to the following;

Slickline tools/equipment (double drum slick-line unit c/vv power pack, hydraulic BOFs & pressure control equipment rope sockets, pulling / running tools, gauge cutters, blind boxes etc).

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 Product/Services category in NipeX Joint Qualification System (NJQS) database as stated above. All successfully pre-qualified suppliers in these categories will j receive Invitation to Tender (111) 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 click on supplier product group’.

3.3.    If you am 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.

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

 

 

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.com  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 vole, 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 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 die 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 die duration of the project
  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

 

5.       Closing Date

Only tenderers who are registered with the required NJQS Product/Category as at 12:00 Hours on December 28, 2012 being the advert closing date shall be invited to submit Technical Bids.

 

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 inclined 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, subcontractors or agents, nor shall it entitle pre-qualified Contactors 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 Tender

(ii)             Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

 

  • APE(N)L will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents. Please visit the NipeX portal at www.nipexng.com  for this Advert and other relevant information;

 

Signed:

MANAGEMENT

Expression of Interest at West African Power Pool

West African Power Pool

Internal Audit Services for the WAPP Secretariat

 

Expression of Interest

 

The West African Power Pool (WAPP) is a regional institution established through various decision of the Heads of State and Government of ECOWAS Member Countries with the mandate to coordinate the implementation of electric power infrastructural development in the sub-region in order to ensure accessibility of electricity, pooling and  utilization of existing and potential energy sources of all  member states of the ECOWAS, and facilitate the creation of a regional electricity market in West Africa.  The   Membership of WAPP consists of electricity utilities/companies within the sub-region and other organisations with an interest in the sub-regions power sector.

 

The governance structure of WAPP consist of:

 

(i)                General Assembly, which is the highest decision making organ of the institution

(ii)             Executive Board, appointed by the General Assembly has decision making authority to develop and implement initiatives to achieve the mission of WAPP

(iii)           Organisational Committees, which support the Executive Board and consist of experts from WAPP Members, and

(iv)           WAPP Secretariat,   responsible for the   day to   day management and coordination of the affairs of the institution.

 

The Secretariat is headed by a Secretary General who is supported by three Departments. There is an Internal Audit unit comprising of one staff that reports to the WAPP Finance Committee. In order to make the Internal Audit unit more effective, WAPP Secretariat intends to hire the services of an external audit firm that will second an experienced professional for a period of one year, renewable once, to help build up the Internal Audit unit and put in place proper systems and procedures. The scope of services shall be as follows:

 

 

1.       Prepare a strategic audit plan covering a three year period that will identify all the auditable areas to be covered by the Internal Audit Unit during the subsequent three years;

 

2.       Prepare and conduct risk-based audit plans/programmes in accordance with WAPP’s Regulations/programmes, develop and discuss findings, draft audit reports of assignments for approval, come to agreement on recommendations and time lines for corrective actions with responsible officers of departments audited and monitor the implementation status of agreed recommendations;

 

3.       Document, evaluate and test systems and controls to determine their adequacy and effectiveness to ensure (i) compliance with policies and procedures, (ii) accomplishment of management’s objectives, (iii) reliability and integrity of information, (iv) economic use of resources, and (v) safeguarding of assets, and provide appropriate advice for improvement;

 

4.       Take initiative in identifying appropriate audit tools, best practices and identify/perform tasks aimed at ensuring that audit assignments are conducted in accordance with International Auditing Standards;

 

5.       Develop a training plan for the WAPP internal audit unit and follow up its implementation to ensure that the unit functions properly after the expiry of the assignment;

 

6.       Continuous review of all documents and manuals and recommending amendments to reflect current Resolutions and Decisions and bench mark against similar institutions

 

7.       Oversee the deployment of WAPP Risk Management Systems

 

8.       Develop terms of reference of a WAPP Audit Committee (Organizational Committee).

 

 

 

The West African Power Pool (WAPP) now invites eligible registered audit firms within the ECOWAS region to indicate their interest in providing the services. Interested audit firms must provide information and documentations indicating that they are qualified to perform the services including experience in similar assignments.   The   Consultant   shall   also provide   adequate information on their organisational and administrative structure, areas of their core business, skills and experiences of personnel to be directly involved with the assignment or act as support in carrying out assignment. The firm identified with the following at a minimum:

 

(a)     An audit firm registered in an ECOWAS member country with a valid operating license;

 

 

(b)     Identified expert must be a qualified accountant (ACCA, CPA or equivalent) and must have acquired at least seven years of post qualification experience in auditing in an established audit firm;

 

(c)      Must be familiar with a regional/international environment and must have adequate experience in preparing/reviewing strategic/audit plans and follow up their implementation.

 

The audit firm will be selected in accordance with the procedures for Quality and Cost Based Selection (QCBS) method set out in the WAPP Procurement Procedure Manual and WAPP Tender Code which is available at the ecowapp.org web site of WAPP Secretariat.

The estimated duration of the assignment is one year, renewable once.

 

Interested audit firms may obtain further information at the addresses below:

Address (1)

Secretary General

West African Power Pool (WAPP)

Zone des Ambassade PK.6

06 BP 2907, Cotonou, Republic of Benin

Tel/Fax: 22921377144 or +22921339976, +22921339980

E-mail: babajarjusey@ecowapp.org

 

Expressions of interest must be delivered to the address above not later than 20th December, 2012. Electronic delivery at the above address is accepted.

Invitation for Pre-Qualification for 2000/2010 TETF Library Intervention for the Supply of Library Text Books at Adekunle Ajasin University

Adekunle Ajasin University

P.M.B 001, Akungba-Akoko, Ondo State, Nigeria

 

Invitation for Pre-Qualification for 2000/2010 TETF Library Intervention for the Supply of Library Text Books

 

 

  1. A.   Introduction: 

Adekunle Ajasin  University, Akungba-Akoko,  Ondo State, is about to utilize some TET Intervention Fund for the supply of Library text-books, and hereby invites interested and reputable suppliers/vendors with requisite competence and expertise to apply to take part in the   pre-qualification exercise for the supply of Library text-books as listed below in lots:

 

Lot A:         Supply of Library Text-books

 

Lot B:         Supply of Library Text-books

 

Lot C:         Supply of Library Text -books

 

 

B. Pre-Qualification Requirements:  

Each interested   pre-qualification applicant is requested to submit the following:

 

  1. Evidence of incorporation/registration with the Corporate Affairs Commission.
  2. Evidence of Tax Clearance Certificate for the past three years.
  3. Evidence of VAT registration and remittance.
  4. Company’s profile and office address.
  5. Evidence of similar jobs done in the past five years (i.e. Letters of Award and Certificates of practical completion of similar works)
  6. Audited Account of the Company for the past three years
  7. Evidence from Company’s bankers as to its financial strength, worthiness and solvency.
  8. Qualification and experience of key personnel.

 

 

  • Arrangement of documents should follow the order in the list above, appropriately numbered. Each parcel should have a Table of Content indicating the pages or folios on which these items are to be found.

 

  1. C.   Submission:  

Pre-qualification documents are to be submitted with the above-stated requirements.

 

 

The envelope for each render should be wax-sealed and marked at the top left corner.

 

Pre-Qualification Documents on TETfund Library Books Supply, Lot…………….. addressed and envelope to:

 

The Registrar,

Adekunle Ajasin University,

P.M.B.001,

Akungba-Akoko,Ondo State.

 

Pre-qualification documents should be submitted not later than Thursday, 27th December, 2012. Pre-qualification documents shall be opened on Thursday, 27th December, 2012, at the University’s Council Chamber at 10.00am.

 

 

Important Notes:

  1. The submission of pre-qualification documents does not in any way compel Adekunle Ajasin University, Akungba-Akoko, to short-list any of the vendors for tender.
  2. The University or its agents reserve(s) the right to verify any submission or claims by companies. Companies shall, therefore, by their response to this invitation, grant the University necessary authority and guarantee for such verification; and
  3. Only companies adjudged to be competent at the end of the pre-qualification exercise shall be short-listed and invited to obtain and submit tenders for the project. The University shall not enter into any correspondence with any Company which fails this pre-qualification exercise, or provide reasons for such failure.

 

The University is not Liable to any Vendor(S)/Contractor(S) Not Considered as Qualified.

 

Signed

R.B, Olotu

Registrar and Secretary to Council

 

 

Invitation to Prequalify for Provision of Security Services at Society for Family Health

Society for Family Health

 

Invitation to Prequalify for Provision of Security Services

 

Society for Family Health (SFH) Nigeria is a Non-governmental, non-profit organization, registered in Nigeria as an incorporated trust in December, 1985. SFH primarily engages in intervention in three key areas namely HIV/AIDs Prevention & Control; Maternal and Child Health, particularly Malarial Control and Safe Water System; Reproductive health with emphasis on Child Spacing intervention. Society for Family Health head office is in Abuja with twenty five (25) regional offices spread across the six geo-political zones of Nigeria. However, for this purpose the security services are divided into three major territories listed below.

 

 

Territory

 

Lot designation

 

Northern

 

Lot 1

 

Southwest

 

Lot 2

 

South East/ South-South

 

Lot 3

 

 

Objective of service:

 

SFH seeks to recruit competent and reputable security companies to provide security services including:

  • Protection of life and assets at the SFH head office and regional offices.
  • Training and deployment of security guards to SFH offices.
  • Training of personnel to manage modern security equipment.
  • Regular security patrols in and around Organisation premises.

 

 

Prequalification requirements:

  • A certified true copy of certificate of registration, incorporation and licence issued by Nigeria Security and Civil Defence Corps.
  • The company profile including the curriculum vitae of Directors and key personnel.
  • The office addresses including a verifiable evidence of presence in preferred locations.
  • Verifiable evidence of communication equipment and readiness of trained security operatives.
  • List of clientele with address, names and number of contact person(s)
  • Tax clearance for the last three years

 

 

Submission of Application:

The completed Pre-qualification submissions must be presented sealed in an envelope and received at the address below, on or before 5.00pm of 20th December, 2012.

 

Director Procurement

Society for Family Health

8 Port Harcourt Crescent

Area 11, Garki

Abuja.

 

 

Organizations may bid for multiple lots submitting bids for these lots separately and marking these envelopes on the top right hand corner with the code “Security services Lot……….”

 

 

Note:

SFH shall not be responsible for payment of any expenses incurred by the bidder for the submission of this bid.

 

Only organizations that satisfy the Pre-qualification requirements will be contacted with Requests for Quote (RfQs).

Invitation for Expression of Interest for Strengthening of Facility/Ward Health Committees at The Partnership for Transforming (PATHS)

Invitation for Expression of Interest for Strengthening of Facility/Ward Health Committees

 

The Partnership for Transforming (PATHS) 2 project, a 6-year national program funded by the UK’s Department for International Development (DFiD) to lead health system strengthening efforts in Nigeria is working to encourage citizens to voice their experiences of and concerns with health system service delivery. PATHS Voice and Accountability is looking forward to engaging CSOs to support strengthening of Facility/Ward Health Committees to place pressure through effective advocacy on government to be more responsive and accountable in their service delivery.

 

 

Looking for:

CBOs based in Jigawa, Enugu, Kaduna, Kano and Lagos with capacity to deliver based on this placement requirements.

 

Expected Outputs:

Key Deliverables from the assignment include

  • Facility/Ward Health Committee reconstituted

 

  • Clear evidence of Facility/Ward Health committees taking up their intended roles

 

  • Clear evidence of LGAs/SMOH and SMLOG providing a response to concerns raised by Facility/Ward Health Committees

 

  • Narrative and financial reports submitted every month to the PATHS2 outlining activities undertaken, the outcomes (including monitoring data) and providing a full financial account.

 

 

Project Tasks:

The work streams are:

  • The development of Facility Health Committees as a mechanism to promote citizen voice and enable greater accountability of Government and health providers to service user;

 

  • Advocacy initiatives to pressure government to improve service delivery;

 

  • Participatory policy/strategy development and resource tracking to improve government responsiveness and the allocation and expenditure of health sector resources.

 

 

Register Your Interest:

Interested groups or organizations should kindly register their interest via email as indicated below which will qualify them for the full proposal. Ensure you indicate your contact person’s name and telephone number on or before December 14th to: consultantinfo@paths2.org