Invitation for Pre-Qualification for Tender NG02002418 – EPC of Pipelines, Flowlines, Rises and Installation (PFRI) 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 NG02002418 – EPC of Pipelines, Flowlines, Rises and Installation (PFRI) 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 (BSW/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, Construction, Transport and Installation (EPC) of Pipelines, Flowlines and Risers for 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 Bowlines 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 PFRI EPC, the subject of this Pre-Qualification, includes the fabrication of the pipeline/riser appurtenances, offshore installation of all the pipeline and subsea hardware, as well as the pre-commissioning of the entire subsea system and an option to install the SPM Buoy and the floating hose system.

 

Only capable and reputable contractors (herein referred to as “Respondents”) with a proven track record and relevant experience in 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 design, transportation, fabrication, offshore installation and commissioning of the pipelines, flowlines and risers, transportation to site and installation of other project hardware delivered by EPC-1 (FPSO), EPC-3 (Subsea Hardware), EPC-4 (Umbilicals) and option for the SPM Buoy (EPC-5), which includes amongst others the following activities:

  • Fabrication and installation of flowlines and associated appurtenances (SLEDs, PLETs, Jumpers, etc)
  • Fabrication and pro-installation of risers before the arrival of the FPSO
  • Fabrication and installation of gas export pipeline
  • Offshore installation of mooring lines for FPSO and transportation and installation of the FPSO post integration
  • Offshore transportation, installation and pre-commissioning of subsea hardware for EPC-3
  • Transportation, offshore installation and pre-commissioning of static and dynamic umbilicals for EPC-4
  • Offshore installation of 3 nos oil offloading risers
  • Offshore installation of SPM Buoy for EPC -5 (included as an option).
  • Structural modifications and hook-up to existing unmanned shallow water platform
  • Overall commissioning and start-up
  • 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:

  • Experience as Lead Contractor with Pipeline/Flowlines /Risers fabrication and construction, offshore subsea hardware systems installation and project management of at least three major deepwater projects within the past fifteen years, covering the following:
  • Engineering, procurement fabrication and installation of a flow line system, in particular pipe-in-pipe system experience
  • Engineering, procurement manufacture and installation of a gas export pipeline system
  • Engineering procurement, manufacturing and installation of steel catenary, or comparable, riser system
  • Installation of subsea equipment and their support structures /foundation systems
  • Installation of umbilical systems (umbilical, termination / distribution units, flying leads including steel-tube flying leads)
  • Engineering, modifications, extension and hook-up to existing shallow water platform system o  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 duty 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, in particular with regard to the following requirements:

a)       Demonstrate that the 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 understudy programme),

g)       Provide evidence of domination 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.

j)       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 Pre-Qualification 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, by 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 ITT list.

Any questions concerning the pre-qualification exercise should be addressed by e-mail to SNEPCo-BSWA-NG020024l8-PFRI-2@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.

 

 

 

Invitation for Pre-Qualification for Tender NG02002424-Design and Manufacture of the Major Equipment Package-Turbo Compressors and Turbo Generators 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 NG02002424-Design and Manufacture of the Major Equipment Package-Turbo Compressors and Turbo Generators 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 (BSW/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 Design and Manufacturing of Major Equipment Packages comprising

turbo compressors and turbo generators for the BSW/Afield 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 flowliness 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 for the supply of the major equipment package, the subject of this Pre-Qualification, includes the design and manufacture of two turbo compressors and four turbo generator packages for the FPSO.

 

Only capable and reputable contractors (herein referred to as “Respondents”) with a proven track record and relevant experience in work of similar nature and size are invited to apply for Pre-Qualification.

 

The contract is planned to be awarded sometime between Q4 2014 – Q12015, 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 and manufacture of two turbo compressor packages and four turbo generator packages and their delivery to the FPSO EPC contractor which includes amongst others the following activities:

  • Detailed design of the turbo compressor and turbo generator packages
  • Manufacture: assembly and testing of the turbo compressor and turbo generator packages
  • Transportation of the manufactured equipment packages to the FPSO Contractor facilities for integration into the FPSO topsides modules
  • Technical support for the packages during overall commissioning and start-up of the FPSO
  • Project management and interface management within and across contract boundaries, and more specifically with the FPSO and Main Automation Contractor.

 

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 20125 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 must have experience in the design, manufacture and commissioning of turbo compressor packages, each rated between 23 – 31 MW (ISO) for gas compression service on an FPSO or similar floating offshore host system (e.g. Semi Sub, TIP, etc) in the last 10 years.
  • Respondents must have experience in the design, manufacture and commissioning of turbo generator packages, rated between 23 – 31 MW (ISO), for power generation service on an FPSO or similar floating offshore host system (e.g. Semi Sub, TIP, etc) in the last 10 years.
  • Experience as Sole/Lead/Consortium Contractor with design, manufacture and commissioning, for large rotating equipment packages for an FPSO or similar floating offshore host system (e.g. Semi Sub, TLR etc).
  • 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 ail 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-NG02002424-DM-of-Maior-Equipment@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.

 

 

Invitation for Pre-Qualification for Tender NG0200241 7 – EPC of Floating Production, Storage and Offloading (FPSO) Facility 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 NG0200241 7 – EPC of Floating Production, Storage and Offloading (FPSO) Facility 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 (BSW/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, Construction, Transport and Commissioning (EPC) of a Floating Production, Storage and Offloading (FPSO) Unit for 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 FPSO 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 FPSO EPC, the subject of this Pre-Qualification, includes the Hull Topsides modules, transport and integration of Topsides modules, and commissioning of the fully functional FPSO.

 

Only capable and reputable contractors (herein referred to as “Respondents”) with a proven track record and relevant experience in work of similar nature and size are invited to apply for Pre-Qualification,

 

The contract is planned to be awarded sometime between Q4 2014 – Q12015, 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

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, topsides integration, pre-commissioning, commissioning and start-up of the FPSO, which includes amongst others the following activities:

  • Detailed design of the hull and topsides
  • Construction of the FPSO Hull
  • Procurement and fabrication of Topsides equipment/modules
  • Design, procurement and installation of the overall Integrated Control and Safeguarding System (ICSS), which will be executed via a subcontract with a Main Automation Contractor (MAC).
  • Transportation, installation, integration and pre-commissioning of the Topsides modules
  • Transportation and pre-commissioning of the FPSO
  • Commissioning and start-up
  • 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 Very Large Crude Carrier (VLCC) sized FPSOs within the last fifteen years
  • Experience as Lead Contractor with FPSO design, construction, integration and
  • management for at least too FPSOs
  • 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, in particular with regard to the following requirements:

a)       Demonstrate that the 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 understudy programme),

g)       Provide evidence of domination 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.

j)       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 Pre-Qualification 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, by 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 ITT list.

Any questions concerning the pre-qualification exercise should be addressed by e-mail to SNEPCo-BSWA-NG020024l7-FPSOEPC-1@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.

 

 

 

 

 

 

 

 

 

 

 

 

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 12.00hrs 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 12.00 hours. 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-NG02002424-DM-of-Maior-Equipment@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.

 

Invitation for Bids at Ogun State Water Corporation

Invitation for Bids

 

Nigeria 1st National Urban Water Sector Reform Project Replacement of Water Transmission Main at Papalanto-Ifo and Papalanto-Ilaro

 

CREDIT NO. 47840-UNI

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the dg Market web site on June 2, 2004 and was published in UN Development Business, Issue No. 633, on June 30, 2004.
  2. The Federal Government of Nigeria has received a credit from the International Development Association towards the cost of National Urban Water Sector Reform Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Replacement of Papalanto – Ilaro Water Transmission Main and Papalanto-Ifo Transmission Main.
  3. The Ogun State Water Corporation now invites sealed bids from eligible and qualified Contractors to execute the works listed below

 

Descriptions Location Constructions Period Bid Security

 

Lot 1 – Replacement of Papalanto-Ifo Water Transmission Main

 

Papalanto-lfo highway

 

6 Months

 

N9,500,000.00 or USD$65,000.00
Lot II – Replacement of Papalanto-Ilaro Water Transmission Main

 

Papalanto-Ilaro highway

 

6 Months

 

N8,200,000.00 or USD$55,000.00

 

 

  1. Bidding will be conducted through the International Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Bidding Documents.
  2. Interested eligible bidders may obtain further information from Ogun State Water Corporation and inspect the bidding documents at the address below from Mondays to Fridays (Except public holidays) from 9.00 am to 3.00 pm
  3. Qualifications requirement include the following minimum conditions;
  4. Possession of experience as a prime Contractor for at least (2) works of a nature and complexity equivalent to the works over the last five (5) years. To comply with this requirement, works sited should be at 70 percent complete.
  5. The amount of annual turnover in construction works in the last five (5) years in works that have been successfully and substantially completed and that are similar to the proposed works under this contract is specified below:

 

S/N

 

Work Description

 

Amount of Turn Over
1. Lot 1-Replacement of Papalanto-Ifo Water Transmission Main

 

N AIRA 950,000,000 OR $6,200,000
2. Lot II-Replacement of Papalanto-Ilaro Water Transmission Main

 

NAIRA 875,000,000 OR $5,645,200

 

 

 

C.      Have a Project Manager with at least 15 years’ experience in Works of equivalent nature and volume, including not less than 5 years as manager among its core staff and shall have a minimum of B.Sc. Degree in Civil Engineering or Equivalent Qualification.

D.      Own a substantial production of the construction equipment required to successfully execute the contract.

E.      Provide Annual audited account for the last three (3) years.

F.      For the last five (5) years to demonstrates;

I.       Current soundness of financial position and its prospective long term profitability, and

II.      Liquidity and/or evidence of access to or availability of confirmed positive credit facilities as stated below for each lot.

 

 

 

S/N

 

Work Description

 

Liquidity

 

1. Lot 1-Replacement of Papalanto-Ifo Water Transmission Main

 

N 80,000,000 OR $520,000
2. Lot II-Replacement of Papalanto-Ilaro Water Transmission Main

 

N70.000.000 OR $455,000

 

 

 

G.      A margin of preference for eligible national contractors/joint ventures shall be applied at 7.5%

 

  1. A complete set of bidding documents in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of US$200 OR N30, 000.00 for each lot. The method of payment will be by Bank Draft made in favour of the National Urban Water Sector Reform Project, Ogun State. The Bidding Documents will be collected by hand or sent by courier services on request.

 

  1. Bids must be delivered to the address below on or before Monday 20th December 2012 at 12.00 noon. Electronic bidding “shall not” be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12.30 noon on 20th December, 2012.

 

  1. All bids must be accompanied by a bid security as stated in the table under paragraph 3 above or an equivalent amount in a freely convertible currency.

 

  1. The address referred to above is:

 

General Manager

Ogun State Water Corporation,

Ibrahim Babangida Boulevard,

Oke Mosan

Abeokuta.

Invitation to Submit Expressions of Interest (EOI) for Facility Management at Lagos State Ministry of Works and Infrastructure

Lagos State Government

Ministry of Works and Infrastructure

Office of Facility Management and Maintenance

 

Invitation to Submit Expressions of Interest (EOI) for Facility Management at Lagos State Public Schools

 

1.0     Background

The Lagos State Government (LASG), in pursuance of its maintenance and management plan, has recently carried out an audit of all its junior and secondary schools.

 

In compliance with international best practices. LASG is desirous of instituting a structured process of facility management in those public schools to ensure their proper maintenance and sustenance.

 

Accordingly, the Ministry of Works and Infrastructure and the Ministry of Education hereby invites EOI submissions from interested and competent contractors for the rehabilitation and maintenance of public schools.

 

2.0     Project Scope

The first phase of the project includes the rehabilitation of structural and critical components of the facilities, geared towards their restoration and sustainability.

 

The Facility Management Services now required include the renovation or rehabilitation of:

a. Ceilings

b. Pavements (to reinforce foundation)

c. Roofing

d. Fence

 

3.0     Requirements From Interested Parties

In order to be pre-qualified, the prospective contractors must possess the requisite capabilities and relevant experience in Maintenance and Management. Construction experience is an added advantage.

 

3.1     Legal Status and Profile

  • Full name of company and contact person, postal address, telephone/fax numbers, and e-mail addresses.
  • Staff strength as well as list showing cadres and experience of staff with emphasis adequate skills.
  • Ownership structure including name(s) of partners’ and quantum of their respective interests in the business.
  • Business name or company registration.

Small businesses registered as business names, partnerships and limited liability partnerships are encouraged to apply.

 

3.1.    Relevant Experience

Provide evidence of previous experience in carrying out similar projects, including the following details:

  • Name of Project/Facility
  • Brief description Clients
  • Scope of Work
  • Contract value
  • Contractual period
  • Nature of contract
  • Name and address of a Referee in client’s company

 

3.2.    Financial Capability

Provide the following information:

  • Evidence of available financing and/or access to credit line for the project where necessary.

 

4.0     Submission of Expression of Interest

One original and five (5) copies of EOI shall be delivered in a sealed envelope clearly marked “EOI Lagos State Schools Facility Management” and delivered to the address below on or before 6th November 2012.

 

Attention:

Office of the Honourable Commissioner,

Lagos State Ministry of Works and Infrastructure

Room 406, Block 3

The Secretariat

Alausa, Ikeja

Lagos, Nigeria

 

Note: This invitation does not constitute a commitment on the part of LASG and/ or its Ministries to award the project to any consortia expressing interest. Furthermore, the submission of documents shall not entitle any of the interested parties to any claims against LASG and/ or LMWI by virtue of such consortia having responded to the EOI invitation.

 

All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for information shall be for respondent’s account only.

 

Signed:

Adenike Adekanbi

Ag. General Manager

Office of Facility Management and Maintenance