Request for Expressions of Interest (EOIs) from Interested Consultancy Firms for Consultancy Services for the Feasibility Studies & Engineering Design and Environmental Impact Assessment (EIA) for Small and Medium Hydropower Projects in Different Locations Nationwide at Federal Ministry of Power

Federal Republic of Nigeria

Federal Ministry of Power

 

Request for Expressions of Interest (EOIs) from Interested Consultancy Firms for Consultancy Services for the Feasibility Studies & Engineering Design and Environmental Impact Assessment (EIA) for Small and Medium Hydropower Projects in Different Locations Nationwide

 

Background

The Federal Government of Nigeria through the Federal Ministry of Power is desirous of improving power supply in the country through the diversification of sources of electricity supply. Accordingly, the Federal Ministry of Power requests for Expressions of Interest (EOIs) that will lead to short-listing of Eligible Consulting Firms for the development of Small and Medium Hydropower Plants for Power generation in different locations nationwide.

 

Scope of Works                                   

2.       The consultancy Services will cover the following areas:

Lot A-         Feasibility Studies & Engineering Designs and Preparation of Contract Documents in different locations

 

Lot B-         Environment Impact Assessment in different locations

 

3.       The various work streams entailed in these consultancies will be elaborated in the various Requests for Proposal (RFP) that will contain the Terms of Reference for the assignments.

 

Pre-Qualification Requirements for Submission of Expressions of Interest

 

4.       The requirements for pre-qualification for the Expression of Interest (EOIs) from prospective consulting firms are as follows:-

i.        Company Profile with copy of Article of Association and CAC Form C07.

ii.       Company Registration with professional bodies particularly COREN or its equivalent for Lot A.

iii.      Evidence of Firms accreditation with the FME/NESREA for Lot B only.

iv.      Evidence of ownership or access to Laboratory accredited by FME/NESREA for Lot B only.

v.       Curriculum Vitae of individual staff who will be assigned to the required services including qualification, individual experience in handling assignments and attestation available.

vi.      Financial Capacity Profile of the firm and Evidence of Tax Clearance Certificate for 2009, 2010, and 2011.

vii.     Evidence of experience in at least three (3) Hydropower Projects executed within the last five (5) years with verifiable letters of contract award.

viii.    Evidence of Hydro Consultancy services with a contractual value of over N50 Million for Lot A and over N10 Million for Lot B in each of the last 3 years.

ix.      Submission of three (3) years Audited Accounts for 2009, 2010, and 2011.

x.       Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Fund Administrator (PFA) of choice.

xi.      Evidence of Remittance of both Employer and Employee Pension Contribution to the appropriate Pension Fund Custodian.

 

5.       Firms will be selected in accordance with the procedures set out in the BPP Standard Request for Proposal (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008.

 

Submission of Proposal

6.       The Expressions of Interest (EOIs) must be submitted in six (6) copies including one original in a sealed envelope clearly marked “Expression of Interest for any of the Lots” at the top right hand corner and addressed to:

 

The Secretary

Ministerial Tenders Board (MTB)

Federal Ministry of Power

Federal Secretariat Complex

Room 347, Phase 1, Annex III,

Abuja, FCT

 

to be delivered by hand on or before 12th December , 2012 by 12:00noon. Delivery through Courier will not be accepted. The bid opening will be the same day at 1:00pm in the Honourable Minister’s Conference Room, Federal Secretariat Complex, Phase I, Annex III, Maitama, Abuja.

 

Further Information

7.       Only pre-qualified consultancy firms will be invited to collect the respective Request for Proposal (RFP) for each project lot.

 

Interested firms may obtain further information from the address below:

 

Director (EIS)

Federal Minister of Power

Federal Secretariat Complex

Room 330, Phase 1, Annex III,

Abuja, FCT

 

Signed:

Dr. (Mrs.) Dere Awosika MFR, mni

Permanent Secretary.

 

 

Invitation for Pre-Qualification of Contractor(s) at Federal Mortgage Bank of Nigeria

Federal Mortgage Bank of Nigeria

(P.M.B. 2273 Central Business District, Abuja)

 

Invitation for Pre-Qualification of Contractor(s)

 

1.     Introduction

The Management of the Federal Mortgage Bank of Nigeria (FMBN) wishes to invite reputable, experienced, technically competent qualified contractor(s) for tender in respect of the following projects:

a.       Renovation/rehabilitation/construction works at the Bank’s 15 Storey Office Building (MKH) situated at No. 23 Marina, Lagos. RC: MKH/201.

 

b.       Supply and installation of Lift(s) system at the Bank’s MKH Building No.23 Marina Lagos RC: MKH/202.

 

2.       Pre-Qualification Requirements.

a)       Evidence of registration with Corporate Affairs Commission (CAC)

b)      Evidence of technical competence (key staff &equipment)/company profile

c)       Evidence of recent 3 years Tax Clearance

d)     Copy of Value Added Tax (VAT) certified for the last (3) years.

e)       Evidence of similar projects executed

f)      Names and addresses of clients for each referred project on item (e) above including telephone numbers and e-mail addresses.

g)       Evidence of compliance with the provision of the Pension Reform Act 2004. h)               Evidence of registration with professional bodies,

i)      Foreign manufacturers should provide names and addresses of local representative in Nigeria in case of “RC: MKH/202”.

j)      Health and quality assurance programme

k)     Letter of guarantee from the company’s Bank.

I)      Evidence of compliance with Industrial Training Fund.

 

3.       Pre-Qualification/Tender Document(s)

Interested companies/contractors should pay a non-refundable fee of N20,000.00 (twenty thousand naira) only to the Treasury Services Unit of the Bank’s Head office, Abuja and a photocopy of the receipt should be attached to the pre-qualification documents.

 

The completed pre-qualification documents should be enclosed in “SEALED” envelopes and the “LOT/RC No” inscribed at the right corner and addressed to:

 

The Managing Director,

Federal Mortgage Bank of Nigeria,

Plot 266 Cadastral AO,

Central Business District,

Abuja.

 

4.       Submission of Pre-Qualification Documents:

The completed Pre-qualification documents should be deposited in the Tender Box at the Office of the HOD (Organizational Resourcing Department, Head Office, Abuja.

 

5.       Closing Date:

The submission of pre-qualification documents closes on 11th December, 2012, by 11:45am and will be opened at 12:00noon the same date at the Bank’s Seminar Room Head Office, Abuja.

 

6.       Please Note

The Bank   shall not enter into any correspondence with any contractor or company as to why they are not successful. All incurred and associated expenses in preparation of the Tender Documents shall be borne by the prospective contractor(s).

 

  • Only short-listed Contractors/companies shall be invited for Tenders.

 

Thank you.

 

Signed

Management

Federal Mortgage Bank of Nigeria

 

 

Expression of Interest (EOI) at Debt Management Office Nigeria

Debt Management Office Nigeria

 

Government of Nigeria (EOI)/Prequalification Documents for Consultancy Services on Automated and Integrated Information Technology (IT) System for the Federal Government of Nigeria(FGN) Bond Market and ITS Interactivity with the IT Systems of Other Market Regulatory Agencies and Participants

 

Background:

The Debt Management Office (DMO) hereby invites submission of Expression of Interest (EOI) for prequalification from qualified and reputable consultants with proven competence in the field of IT for the financial market for the provision of consultancy services in respect of the procurement and installation of an Automated and Integrated Information Technology (IT) System for the primary Federal Government of Nigeria (FGN) Bond Market at the Debt Management Office. Abuja, Nigeria.

 

As part of its debt management strategy and in line with the government’s Transformation Agenda, the Debt Management Office  (DMO) proposes to procure, install and operate an Automated and Integrated Information Technology (IT) system that will handle all activities in the primary FGN Bond market on an on-line and real time basis. The IT system is also expected to interconnect with the IT Systems of, and ensure sustained interface with, regulatory bodies and market participants, provide other functionalities including data gathering and analysis, information dissemination to domestic and international investors and the general market. One of the main objectives of the proposed IT system is to further develop the FGN bond market through automation in order to support the DMO’s strategies in achieving its mandate.

 

In order to achieve the above objective and as this is a highly specialized area of operations which requires competent supervision of its configuration and implementation, it is necessary for the DMO to engage the services of a Nigerian

Information Communications Technology (ICT) Consultant with vast experience in this area, at the international level, as well as hands-on experience in IT project implementation in Nigeria, to guide and support the DMO in this venture.

 

Scope of Work

The Scope of the work for the consultancy services will include but not limited to:

  • Carrying out a study of the critical areas required to allow for an enabling environment for a fully automated integrated IT system for all activities in the primary FGN bond market and its interconnectivity with the IT systems of relevant regulatory agencies and other major participants in the FGN bond market.

 

  • Aiming at mitigating operational risks at the FGN bond market via the enabling IT infrastructure which will include Straight-Through-Processing (STP), linking all relevant offices within the DMO and the DMO to external stakeholders.

 

  • Working with and guiding the DMO throughout the entire, process of procuring, installing and managing, up to six months after the successful test-run, of the installed IT System.

Critical Deliverables:

The critical deliverables of the consultancy services will mainly be derived from the scope of work and will include but not limited to:

 

(i)      Report on the ideal infrastructure platform that will provide for on-line and real-time automation.

 

(ii)     Report on a regulated environment that enforces fair competition on the FGN bond market which will address transparency,  default-free transactions, zero abuse of privileges, enforcement of rules and regulations, non-repudiation of deals, etc.

 

(iii)    Report on a structured Local Area Network (LAN) and Wide Area Network (WAN) that will be dedicated to the proposed automated bond auction and other activities with the appropriate software and hardware. This will include a schematic drawing of a dedicated structured local area bond auction and other activities network at the DMO or any designated place and also a dedicated and secured wide area/internet network to securely and reliably interconnect all counterparties and associated hardware, software and peripherals.

 

(iv)    Report on the Primary Dealer Market Maker (PDMM) system and in particular the IT systems currently being used by the PDMMs.

 

(v)     Report on the IT systems currently being used by Nigerian relevant regulatory agencies in the FGN bond market.

 

(vi)    Report on the logistic aspect of connecting a hub based in the United Kingdom as against the provision of local node.

 

Required Expertise

The required expertise and experience for the consultancy services being required will include but not limited to:

 

  • Good knowledge of the operations of the financial market, with particular emphasis on the FGN bond market auctioning and other operations.

 

  • Experience in mapping fixed income securities primary market processes and in specifying IT system function and interface requirements.

 

  • Knowledge of the Nigerian financial markets, its various actors, stakeholders, practices and processes and the inter­relationships between its various actors and stakeholders.

 

  • Experience in developing system interfaces and in configuring databases and developing data marts.

 

  • Previous exposure to the functionalities of IT systems for the activities in the fixed income securities market.

 

  • Any other relevant knowledge that will engender providing top of the range relevant consultancy services.

 

Mandatory Requirements

Consultancy firms which wish to respond to this request for Expression of Interest should submit EOIs providing or detailing the following documents or information as a basis for pre-qualification.

 

a.       Evidence of registration with the Corporate Affairs Commission (CAC) of Nigeria.

 

b.       Evidence of similar projects handled in the past in relevant areas, including status of the project.

 

c.       Evidence of current registration with and having the Certificate of Compliance from, the Pension Commission of Nigeria (PENCOM) with regard to compliance with the 2004 pension Act, 2004.

 

d.       Tax clearance certificates and VAT certificate for the last three years (2009-2011).

 

e.       Company profile, which should include CVs of key personnel which must have experience in the financial market and IT.

 

f.       Evidence that some of the Principal staff of the Consulting firm have the following:

(i)      Current registration with COREN

(ii)     A minimum of Microsoft Certified Technology Specialist (MCTS) Certification.

(iii)    A minimum of Information Technology Infrastructure Library (ITIL) v2 Foundations Certification.

 

g.       Financial capability showing profitability, including audited accounts for the last three years (2009 – 2011).

h.       Bank reference from any of the money deposit banks in Nigeria.

 

i.        Exhibit knowledge of the FGN bond market and the Primary Dealer Market Maker (PDMM) system of the FGN bond market.

j.        Exhibit knowledge of the IT infrastructure currently being used by the PDMMs and the relevant regulatory agencies in respect of the operations of the FGN market.

 

Submission of Expression of Interest

Expressions of Interest/Pre-qualification documents, which are to be in English Language, must be submitted in six (6) copies in a sealed envelope clearly marked:

 

“Expression of Interest/Pre-qualification Documents for IT Consultancy Services to the DMO for the FGN Bond Market”.

 

The Expression of Interest/Prequalification Documents should be addressed and delivered on or before Monday, 10th December, 2012 by 12 noon (Nigerian Time) to the following address:

 

The Chairman,

DMO Tenders Board,

Debt Management Office,

NDIC Building, (1st Floor),

Plot 447/448 Constitution Avenue,

Central Business District, Abuja.

 

Tel: 09-8766786; 09-8761611, Email: enquires@dmo.gov.ng

Website: www.dmo.gov.ng

 

Important Notice

  • Companies which have submitted EOIs within the stipulated time are invited to witness the public opening and evaluation of the EOIs by 1 p.m. (Nigerian Time) in the DMO Conference Room at the address where the EOIs are to be submitted. This serves as a notice and invitation to all interested stakeholders to observe the bid (EOI) opening.

 

  • After the evaluation of the EOIs, a short list of companies which have met the criteria will be drawn up on the basis of the evaluation of the EOIs.

 

  • Companies on the short list will be invited to submit a Technical Bid and a Financial Bid which will be used as a basis for the selection and subsequent appointment of the company to provide the IT consultancy services being sought for.

 

  • Furthermore, the DMO will not enter into any dialogue with any firm for not being Shortlisted or pre-qualified.

 

Signed:

Debt Management Office

NDIC Building (First Floor), Plot 447/448, Constitution Avenue

Central Business District, P.M.B. 532, Garki, Abuja

 

Tel: 09-8766786; 09-8761611, Email: enquiries@dmo.gov.ng

Website: www.dmo.gov.ng

 

Invitation to Tender for the Lease of Wide Area Network (Wan) Service for the Central Bank of Nigeria (Ref: CBN/ITD/IOM/RFP/WAN/LINK/001) at Central Bank of Nigeria

 

Central Bank of Nigeria

 

Invitation to Tender for the Lease of Wide Area Network (Wan) Service for the Central Bank of Nigeria (Ref: CBN/ITD/IOM/RFP/WAN/LINK/001)

 

The Central, Bank of Nigeria is desirous to undertake the lease of MPLS links for the deployment of a carrier on carrier MPLS network. Consequently, the Bank wishes to invite reputable and competent companies to tender for the provision of the required MPLS WAN links.

 

Scope of Work:

The scope of the bid requested is to implement resilient Wide Area Network (WAN) to interconnect the three Data Centres located at Central Bank of Nigeria Head Office Abuja, Garki and Lagos to thirty-six (36) CBN locations:

 

Communication links group A

i.        2 Mbps each, between Central Bank of Nigeria Headquarters Data Centre, Abuja and each of the thirty-six (36) Central Bank of Nigeria locations.

ii.       Carrier on Carrier MPLS 1Gbps Fiber link from Central Bank of Nigeria Headquarters Data Centre to Central Bank of Nigeria Lagos Data Centre.

 

Communication links group B

i.        2 Mbps each, between Central Bank of Nigeria Lagos Data Centre, and each of the thirty-six (36) Central Bank of Nigeria locations.

ii.       Carrier on Carrier MPLS 1Gbps Fiber links from Central Bank of Nigeria Lagos Data Centre to Central Bank of Nigeria Garki Data Centre.

 

Please note that prospective bidder may choose to bid 2 Groups but can only win one.

 

General Requirement

Interested and competent Service Providers wishing to provide the above service to the Central Bank of Nigeria must submit the following documents for verification:-

a)       Evidence of registration with Corporate Affairs Commission

b)      Evidence of payment of tax for the last three (3) years as and when due.

c)       Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), facsimile number(s).

d)      Verifiable evidence of similar jobs successfully executed in the past.

e)       Reference letter from bank stating financial ability to carry out such project(s).

f)       Current company’s audited statement of accounts.

g)       Evidence of registration with NCC and other relevant agencies to provide WAN services in Nigeria.

h)      Evidence of employees’ Retirement Savings Account (RSA) with Pension Fund Administrator

j)       Evidence of remitting employer and employees pension contribution to appropriate pension fund custodian

j)       Evidence of Transferring all Pension Funds and Assets prior to the commencement of the pension reform Act to license pension operators

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

 

Specific Requirement:

I)       An evidence of operation as a WAN Links Service Provider in Nigeria

m)     Evidence of the deployment of similar WAN Links Service to other          clienteles.

 

Collection of Bid Documents

Interested Service Providers who possess the above minimum requirements may collect the bidding documents on the payment of a non-refundable fee of N50,000.00 (Bank Draft in favour of Central Bank of Nigeria) from:

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Telephone: 09-46237216

Email: mctc@cbn.gov.ng  

 

Submission

Applications to tender for the procurement of the items which should be accompanied by the above listed documents should be forwarded in wax boldly marked at the top left corner:- “Lease of Wide Area Network (WAN) Services for the Central Bank of Nigeria” And addressed to:-

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Telephone: 09-46237216

Email: mctc@cbn.gov.ng

 

Closing Date: All submissions must be received at the above Office on or before 7th January 2013.

 

Opening Date: All submissions will be opened on or before 7th January 2013.

 

Important Notice

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

B)      The successful company(s) will be notified formally.

 

Signed:

Management

 

Invitation for Pre-Qualification for Tender NG02002421 – EPC of Single Point Mooring (SPM) and Offloading System for Bonga Southwest/Aparo Field Development (OMLs 118/132/140) at Shell Nigeria Exploration and Production Company Limited (SNEPCo)

Shell Nigeria Exploration and Production Company Limited (SNEPCo)

Operator of the Bonga Southwest/Aparo Unit

 

Invitation for Pre-Qualification for Tender NG02002421 – EPC of Single Point Mooring (SPM) and Offloading System for Bonga Southwest/Aparo Field Development (OMLs 118/132/140)

 

1.0     Introduction and Project Outline

 

Shell Nigeria Exploration and Production Company (SNEPCo) as Operator of the Bonga Southwest/Aparo (8SW/A) Unit Area (straddling NNPC OMLs 118/132/140 block boundaries), invites interested and reputable contractors with relevant experience to apply for the Pre-Qualification for consideration to tender for the Engineering, Procurement and Construction (EPC) of a Single Point Mooring (SPM) offloading system and its associated installation aids for the export of stabilised crude oil from the BSW/A field development project.

The project is an oil development located about 135 kilometres offshore Nigeria in water depths up to 1400 metres. The development is based on a new hub, with a standalone regional spread-moored Floating Production, Storage and Offloading (FPSO) unit with nameplate oil processing capacity of 225kbopd and 2,5 MMbbls nominal storage capacity. The subsea network consists of 82 km of subsea pipe-in-pipe flowlines with 4 production loops, 3 water injection lines, a 16 /18 inch x 98 km gas export line, and about 70 km of static and dynamic umbilicals.

 

The scope of the SPM offloading system EPC, the subject of this Pre-Qualification, includes the SPM buoy and its navigational aids, the mooring system, the floating hose systems, as well as, pre-commissioning and commissioning of the fully functional SPM offloading system. Only capable and reputable contractors (herein referred to as ‘Respondents’) with a proven track record and relevant experience m work of similar nature and size are invited to apply for Pre-Qualification.

 

The contract is planned to be awarded sometime between Q4 2014 – Q1 2015, subject to normal board approval (which will be driven amongst others by; overall project economic viability, fiscal and regulatory framework etc), as well as regulatory approvals.

 

2.0     Scope of Work

The scope of work shall include, but is not limited to the detailed design, wave basin and wind tunnel model testing, procurement, construction, transportation, hook-up and pre-commissioning of the SPM buoy system, which includes amongst others the following activities:

  • Detailed design of the SPM Buoy and topside (rotating table) systems
  • Construction of the SPM Buoy structure and associated topsides equipment/modules
  • Procurement and fabrication of the navigational aids
  • Design, procurement and installation of the SPM Buoy mooring systems
  • Design, procurement and installation of the SPM Buoy hawser systems.
  • Design, procurement and integration of the offloading (floating hose systems)
  • Option for transportation and installation of the SPM Buoy and the floating hose system
  • Pre-commissioning and commissioning of the whole offloading system
  • Project management and interface management within and across contract boundaries.

 

3.0     Pre-Qualification Requirements

The Pre-Qualification response should be in accordance with the instructions provided in the Pre-Qualification Package. Respondents are also required to provide three (3) sets of the following documentation, to accompany their Pre-Qualification submission:

(a)     A cover letter summarizing the contents of the Pre-Qualification submission,

(b)     Copy of Department of Petroleum Resources (DPR) Certificate of Registration for year 2011 or 2012, or evidence of renewal, relevant to the scope of work herein described. Respondent’s Pre-Qualification submission must demonstrate their ability to execute the scope of work as described in Section 2 herein.

Only those Respondents able to demonstrate and document proven experience, available resources, and readiness to undertake the work as requested in the Pre-Qualification Questionnaire will be considered. The following criteria shall apply:

  • Respondents should have built and delivered at least two SPM Buoy offloading systems capable of handling up to 1, 000.000 bbls offloading parcels at loading rates of up to 7500 m3/hr, within the last fifteen years.
  • Respondents must be willing and able to provide audited accounts for the past three years and relevant Tax Clearance Certificates.
  • Readiness to comply with Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 requirements.

 

Respondents should provide the name and full contact information of the officer in their company who has responsibility for responding to any potential Invitation To Tender (ITT), in the event that Respondent satisfies the requirements of the Pre-Qualification, Respondents shall also provide a duly authorised and certified Power of Attorney for the said individual verifying their authority to act on behalf of and to bind the Respondent in all matters related to the Pre-Qualification.

 

The Pre-Qualification exercise is a critical first step in the overall tendering process, and Respondents are advised to provide responses to the Pre-Qualification Questionnaire, to the required level of detail in order to enable SNEPCo to properly assess their capability, experience, and readiness to participate in the Tender

 

4.0 Nigerian Content Requirements

Contractors operating in the Nigerian Oil and Gas Industry are bound by the provisions of the Nigerian Oil and Gas Industry Content Development (NOGICD) Act of 2010 (“NC Act”) in addition to other applicable laws. The Project’s Nigerian Content requirements will be detailed in the ITT and Respondents who successfully pre-qualify, will be required to develop detailed binding proposals and plans that demonstrate compliance, during the tendering phase.

 

During the Pre-Qualification phase however, Respondents will be required to demonstrate in their submission, their understanding of the provisions of the NC Act, and provide preliminary information and plans on how they intend to comply with the NC Act, m particular with regard to the following requirements:

 

a)       Demonstrate that me entity is a Nigerian registered company or Nigerian registered company (as the contracting entity) in genuine alliance or joint venture with a foreign company, in which case the alliance/joint venture/consortium shall provide details of scope and responsibilities of the parties involved. Such entities must show evidence of binding agreement for the alliance/joint venture/consortium, duly signed by the CEOs of all the entities involved, including evidence or plans of physical operational presence and set-up in Nigeria.

b)      International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary.

c)       Furnish details of company ownership and shareholding structure. Also submit clear photocopies of their CAC Forms C02 and C07.

d)      Provide company’s organisation structure showing details of top and middle level management as well as statistics of Nigerian/Expatriate ratio. Also provide details of their skilled Nigerian personnel as well as their Nigerian Content focal point or manager.

e)       Provide a high level preliminary Nigerian Content plan describing how they intend to comply with applicable requirements of the NC Act specifically, outlining elements of the scope of work to be performed or purchased in Nigeria.

f)       Specific to this project, provide detailed plan for training and development (relevant to the advertised work) and evidence of past training record (if any) for Nigerian personnel including description of any specific programs in place for transfer of skills to Nigerians (such as expatriates

g)       Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

h)      Location of in-country facilities (equipment, storage, fabrication yards, workshops repair & maintenance facilities and testing facilities).

I)       Evidence of previous Nigerian Content performance where Respondents have executed project works and services in Nigeria within the last five years.

i)       Provide details of any other Nigerian Content initiative the Respondent is involved in (if any).

k)      Respondents (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 the certificate) in respect of any components, spares, equipment, systems and packages to be used in the proposed work under tender

 

Respondents whose submissions do not address the above NC Act requirements will not be pre-qualified

 

 

5.0     Prequalification Package:

The Prequalification Package is available in electronic copies. Interested parties can obtain the Pre- Qualification Package by applying in writing to The Secretary of the Tender Board at the address below or alternatively, e-mail The Secretary of the Tender Board at SNEPCo-Tender-Board@shell.com.

 

Completed Pre-Qualification package(s) shall be returned via courier and must be delivered not later than 12.00pm on the 1st February, 2013 to the address below:

 

SNEPCo Tender Board Secretary

Shell Nigeria Exploration and Production Company

Bank of Industry Building,

2nd Floor C-Wing,

23 Marina,

Lagos,

Nigeria.

 

Written applications to receive the Pre-Qualification Package MUST be received before the 21st December, 2012 at 12.00pm. Applications received after this date will be disregarded. In all correspondences, please quote the Tender reference and title as shown above.

Only those Respondents that meet the pre-qualification criteria, which shall be determined at SNEPCO’s sole discretion, will be included in the in list.

Any questions concerning the pre-qualification exercise should be addressed by e-mail to “ SNEPCo-BSWA-NG02002421.SPMOffloadingSystem-EPC-5@Shell.com”  and copied to SNEPCo-Tender-Board@shell.com

 

 

6.0     Additional Information

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

 

 

This advertisement is not an invitation to tender for the above services. There is no commitment or obligation, implied or otherwise, for SNEPCo to issue a tender or enter into a contract with any respondent Participation in the Pre-qualification exercise does not constitute or imply any commitment to any party or entitle any party to any indemnity or any form of payment from SNEPCo. For the avoidance of doubt, the costs of participating in this pre-qualification exercise shall be for the sole account of the Respondents.