Technical Tender Opportunity Linepipes Procurement for Bonga Southwest/Aparo Field Development (OMLs 118/132/140) at Shell Nigeria Exploration and Production Company (SNEPCo)

Shell Nigeria Exploration and Production Company (SNEPCo)

Operator of the Bonga Southwest/Aparo Unit

 Technical Tender Opportunity Linepipes Procurement for Bonga Southwest/Aparo Field Development (OMLs 118/132/140)

Tender Ref: NG02002423

 0.1     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 Procurement of Line pipes 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 flowlines with 4 production loops, 3 water injection lines, a 16 inch x 98 km gas export line, and about 70 km of static and dynamic umbilical’s.

The scope of the linepipe procurement shall include the procurement, delivery, storage and preservation of linepipes detailed under 2.0 – Scope of Work, below SNEPCo hereby invites reputable, competent, technically and financially capable agents or contractors to pipe mills who comply with the NipeX requirements below to participate in the subject tender.

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

0.2     Scope of Work

The scope of work shall include but is not limited to, the procurement, handling, transportation, delivery, storage and preservation of linepipes as categorized in the following Lots:

Lot 1 – Seamless Pipes

  • Seamless Riser pipes (Production, Water Injection, Gas Export & Gas lift)
  • Seamless pipes (Production Carrier & Water Injection), Piping materials
  • Clod pipes (Gas Export, Production, Water injection & Gas lift)
  • Corrosion Resistant Alloy (Production & Water Injection Well Jumpers)

Lot 2 – HFW Pipes

  • HFW pipes (Production, Casing & Gas Export)

Lot 3 – Flex joints

  • Flex joints & Bend Stiffeners

Delivery shall be to SNEPCo nominated location(s) in Port Harcourt, Warri or Lagos.

0.3     Mandatory Requirements

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Seamless Pipes and Tubes and/or Welded Pipes and Tubes, Product groups 20101 and 20102 respectively in NipeX Joint Qualification System (NJQS) data base. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

2.       To determine if you ore pre-qualified and view product/service category you are listed for, open www.nipexng.com  and access NJQS with your login details, click on “Continue Joint Qualification Scheme tool”, click “Check My Supplier Status” and then click “Supplier Product Group”.

3.       If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Aboyomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.

4.       To initiate the JQS prequalification process, access www.nipexng.com  to download the application form, make necessary payments and contact NipeX office for further action.

5.       To be eligible, oil tenders must comply with the Nigerian Content   Requirements in the NipeX system.

0.4     Nigerian Content Requirements

Vendors ore to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development (NOGICD) Act of 2010 and also provide 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 CO2 and CO7

d)      Provide company’s organization 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 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 (5) years.

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

 k)      Respondents (vendors and Original Equipment Manufacturers) 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 project under tender.

 0.5     Closing Date

 Only Tenders who are registered with NJQS product/category for Seamless Pipes and Tubes and/or Welded Pipes and Tubes, Product groups 20101 and 20102 respectively on or before 29th August 2013 being the advert close date, shall be invited to submit Technical bids.

 0.6     Additional Information

 Please visit NipeX portal at www.nipexng.com  for this advert and other information. Also note that this contract will be progressed through the NipeX system. In the event of technical problems using the NipeX website, please contact the NipeX helpdesk for access support (customersupport@nipex.com.ng  Phone: 01 – 7644294-6: 01- 7907746) it is also possible to contact the NipeX Operations Deportment directly on 01-7937911

 

Visit us on: http://www.shellnigeria.com , https://www.facebook.com/Shell ,  https://twitter.com/Shell_Nigeria

 

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 cost of participating in this pre-qualification exercise shall be the sale account of the respondents.

 

Invitation for Pre-Qualification of Rehabilitation of Damaturu-Buni-Borno State Border at Yobe State Government of Nigeria

Yobe State Government of Nigeria

 Invitation for Pre-Qualification of Rehabilitation of Damaturu-Buni-Borno State Border.

 Yobe hereby invites competent and reputable contractors Registered with Yobe state Works Registration Board (Yobe State Tenders Board) for pre-qualification of Rehabilitation of Damaturu-Buni-Borno State border a distance of 77km Road.

 The Project

Rehabilitation/reconstruction of 77km road from Damaturu-Buni-Borno State Boarder

Clearance of 3km on either side of the road for shoulders

Pot-holes patching and overlay of 23km with asphalt

Scarification of 54km to receive base course and asphalt

Rehabilitation of existing bridges

 Pre-Qualification Requirement

 A.      Evidence of Registration with Corporate Affairs Commission (CAC).

B.       Evidence of Registration with Yobe State Works Registration Board (Tenders Board).

C.      Evidence of VAT Registration.

D.      Evidence of TAX clearance certificate for the last three years.

E.      Company’s Audited Account for the last three years.

F.      List of similar projects previously undertaken including letters of award, completion, certificate etc.

G.      Company’s profile including details of Directors/Management, total staff strength, competence expertise and experience.

 Submission of Application for Pre-Qualification

 Pre-qualification document must be submitted in four copies in a sealed envelope clearly marked “Pre-Qualification” should be delivered not later than 23rd August 2013 and addressed to:

 The Honourable Commissioner.

Ministry of Works,

Along Gen. Abdulsalam Abubakar way

Damaturu, Yobe State.

 

Signed

Shettima Balube

(Secretary Tenders Board)

For: Hon. Commissioner (MOF)

Invitation for Pre-Qualification and Tender for Special TETFUND Intervention projects at Modibbo Adama University of Technology, Yola

Modibbo Adama University of Technology, Yola

Office of the Registrar

 

Invitation for Pre-Qualification and Tender for Special TETFUND Intervention projects (BATCH II) for the Construction of Departmental Buildings, Lecture Theatres, Dean’s Offices, Furnishing and Supply and installation of Teaching & Research Equipment for Modibbo Adama University of Technology, Yola

 

The Modibbo Adama University of Technology, Yola hereby invites interested Companies/Contractors to tender for the following lots:

 

S/N lots Projects Code
1 I Construction of 1No Storey Block of 750 Seater Lecture Theatre with 480 integrated Studios for school of Technology and Science Education (STSE) MAUT/Yola/SIP/TETFund/12/01
2 II Construction of 1No Storey Block of

Office Lecture, Room and Workshop

Complex for the Department of Chemical Engineering

MAUT/Yola/SIP/TETFund/12/02
3 III Construction of 1No Storey  Block of

Office Lecture, Room and Complex for the Department of Chemical Engineering

MAUT/Yola/SIP/TETFund/12/03
4 IV Construction of 1No Storey  Block for Department of Chemical and Computer Science MAUT/Yola/SIP/TETFund/12/04
5 V Construction of 1No Storey  Block of Dean’s Office and Lecture, Room / Studies (SPGS) School of Post-Graduate Studies (SPGS) MAUT/Yola/SIP/TETFund/12/05
6 VI Construction of 1No Storey  Block of Dean’s Office and Lecture, Room / Studies for School of Engineering and Technology (SEET)

 

MAUT/Yola/SIP/TETFund/12/06
7 VII Construction of 1No Storey  Block of Dean’s Office and Lecture, Room / Studies for School of Management and Information Technology (SMIT)

 

MAUT/Yola/SIP/TETFund/12/07
8 VIII Furnishing of Lecture Theatre for School of Pure and Applied Science (SPAS)

 

MAUT/Yola/SIP/TETFund/12/08
9 IX Furnishing of Lecture Theatre for School of Technology and Science Education (SPAS)

 

MAUT/Yola/SIP/TETFund/12/09
10 X Furnishing of Lecture Theatre for School of Agriculture and Agriculture Technology (SAAT)

 

MAUT/Yola/SIP/TETFund/12/10
11 XI Furnishing of central Laboratory (Phase)

 

MAUT/Yola/SIP/TETFund/12/11
12 XII Procurement and Installation of Research Equipment

 

MAUT/Yola/SIP/TETFund/12/12

 

Pre-Qualification Documents

Pre-Qualification Documents to be submitted should contain, among other things the following:-

1.       Certificate of incorporation in Nigeria as a Limited Liability Company.

2.       Tax Clearance Certificate for the past three years issued by the Board of internal Revenue Service’s of any State of the Federation or Abuja, or the Federal Inland Revenue Department.

3.       Evidence of Registration a Federal Ministry of Transport, or Housing and Environment, or,

4.       Evidence of registration with the Modibbo Adama University of Technology, Yola in Category G

5.       List of similar projects executed in the last three years.

6.       Evidence of financial capability to execute the job to be tendered for.

7.       List of key personnel to be assigned to the project with professional qualifications

8.       List of relevant equipment at the disposal of the Company to be deployed for the works and their location

9.       Evidence of compliance with section 16(6) (d) of the public Procurment Act 2007 and section (1)-(3) of Industrial Training Fund’s (ITF)

10.     Evidence of VAT Registration

 

Non-Refundable Pre-Qualification and Tender Fees

 

Interested companies/Contractors are expected to pay to the Bursary Department, the sum of N60,000.00 for each lot being non refundable Tender flees.

 

Collection of Tender Documents

 

Tender documents containing details of works can be obtained from the office of the Director, Physical Planning Unit Room J1, Central Administration Building, on presentation of evidence of payment of the prescribed tender and Pre-qualification fees.

 

Submission of Pre-Qualification and Tender Documents

 

All pre-qualification and tender documents shall be placed and sealed in Separate Envelopes and clearly marked pre-qualification to tender for “Construction of iNo Storey Block of Dean’s office and Lecture Rooms/ Studios for (SEET)” or as the case may be. The two documents shall then be placed in a single outer envelope for submission.

 

The envelope containing the pre-qualification and tender documents shall be submitted to the office of the Registrar, New Senate Building of the University not later than 12:00 noon on, 11th September 2013. Late submission shall not be accepted

 

Pre-qualification documents shall be screened to determine those qualified to tender before opening of Bids. Only those qualified shall have their Bids opened. Those not qualified shall have then-Bids returned unopened.

 

Opening of Tenders

 

All qualified tenders shall be publicly opened on 11th September 2013 at 1:00pm in the Council Chamber of the University. All Tenderers are invited to attend or send their representatives.

 

Signed:

Alh. Ibrahim Ahmadu Ribadu

Registrar

 

DATED AT ABUJATHIS*”

SIGN

HAJIYAFATIM/ FOR-PROBATt

GOSPEL CRUSADEF

MINISTRY \

The General public is hereby ini ministry has applied to the Corp registration under part C of the Act of 1990

Trustes

1- Apostle OkechukwuOnvei

okechukwu Aims and Objective

!

IS:

 

Invitation to Tender at Ministry of Works and Infrastructure (M.O.W, & I), Enugu State

Government of Enugu State of Nigeria

Ministry of Works and Infrastructure (M.O.W, & I)

 

Invitation to Tender

 

In line with the policy of the Government of Enugu State to provide good and sustainable road infrastructure in the State, the State ministry of Works and infrastructure, on behalf of Government, invites Contractors with proven experience and technical competence in road construction to tender for the reconstruction of New Market-Milken Hill Ngwo 9th Mile road.

 

Bid documents can be obtained from the Department of Planning Research and Statistics (PRS), Ministry of Works and Infrastructure, on payment of 130,000.00 (One Hundred and thirty naira) only being non-refundable tender/ processing fees. The method of payment is by Pay-direct System and the bank account is collected from the Department of Finance and Account, Ministry of Works and infrastructure.

 

Seated Completed bids must be accompanied in another separate envelope by:

1.       Evidence of current registration with Enugu State Ministry of Works and Infrastructure, in the appropriate category and type of work.

2.       Evidence of incorporation of the company with the Corporate Affairs Commission (CAC)

3.       Memorandum and Articles of Association of the Company and up to date annual returns with the CAC

4.       Company profile, with certificates, telephone numbers and e-mail addresses of key personnel

5.       Tax Clearance Certificate for the last three (3) years i.e. 2010, 2011, 2012.

6.       Company audited account over the last three years.

7.       Evidence of VAT registration.

8.       Evidenced successful completion of verifiable similar projects. (Letters of Commission and Certificates of practical completion).

9.       Verifiable evidence of relevant equipment and facilities and their location where they can be inspected with proof of ownership, hire or lease agreement.

10.     All photocopies of documents should be submitted in colour. Originals should be made available for sighting on request.

11.     Two percent (2%) Bid Security covering the amount quoted for the project (Submission without the bid security will be rejected)

 

All submissions should be made in sealed envelopes, and marked “Confidential”, addressed to the Permanent Secretary, Enugu State Ministry of Works & infrastructure and submitted to the Director (PRS) of the same Ministry at a date not later than 29th August, 2013 by 10am, Opening of tenders will be conducted on the same date, 29th August 2013, by 1.30pm.

 

Signed:

Permanent Secretary

Min. of Works & Infrastructure, Enugu

Invitation for Tender at Federal Government College, Ganye Adamawa State

Federal Ministry of Education

Federal Government College

P.M.B. 1001 Ganye Adamawa State

 

Invitation for Tender

 

1.0     Introduction

 

The Federal Government College, Ganye Adamawa State intends to undertake the procurement of various goods works and services under the 2013 Capital Budget.

 

In compliance with the Public Procurement Acts 2007, college invites interested and reputable contractor for the followings.

 

2.0     Description of the Project

Goods

1.       Procurement of 40 No. computers –  Lot 1

2.       Procurement of Laboratory Equipment/Chemicals for Bology,

Chemistry and Physics  Lot 2

 

Works

3.       Rehabilitation/Renovation of 2 nos block of Girls Hostel Lot 3

4.       Construction of 1 block of Girls Hostel      Lot 4

5.       Construction of 1 No block of 6 classroom (A)   -Lot 5

6.       Construction of 4 No block of 2 classroom (B)   -Lot 6

7.       Construction of 1 No block of 3 classroom (C)   -Lot 7

8.       Construction of Home Management Laboratory  -Lot 8

9.       Construction of 2 kilometre of internal Road             -Lot 9

 

3.0     Requirements

Prospective bidders are required to submit the following documents:

(i)      Certificate of Registrar with the Corporate Affairs Commission CAC

(ii)     Evidence of tax clearance certificate for the last three years (2010, 2011 and 2012)

(iii)    Evidence of PENCOM registration in accordance with the Pension Reform Act, 2004, including evidence of remittance of employed Pension Contribution deductions

(iv)    Evidence of VAT registration with TIN number and past remittance for the past three years.

(v)     Evidence of veritable experience or similar project execution, giving names of clients and evidence of practical completion.

(vi)    Evidence of financial capability to handle the project and Bank support.

(vii)   Company profile to include among other office address, current telephone number(s) and email address, evident of technical and professional qualification, technical personal and their qualifications.

(viii)  Originals of all documents must be brought for sighting during bid opening.

 

4.0     Collection of Tender Document

Interested company /Firm should collect bid documents containing specifications for the job from the Bursary of the college on payment of N10,000 non-refundable tender fee for each lot at the college from 8.am to 3.00pm working days.

 

5.0     Payment of Registration

Contractor not registered with the school are expected to pay the sum of N10,000 (Ten Thousand Naira) only as registration fee.

 

8.0     Submission of Tender Bid

All completed tender bids, in seal envelops with the description of project(s) being tendered for, written on the top left hand corner (Indicating the Lot Number and Name of Projects) with all document duly endorsed are to be dropped in the fenders box in the conference room, Federal Government College, Ganye not later than 12:00 Noon on. ………………………

 

7.0     Closing of Submission

All submission of tenders closes at 12:00 noon on Monday 16th September, 2013

 

8.0     Opening of Tender

Tenders received will be public opened at 12:00 on Monday 16th September 2013 in the conference room of Federal Government College, Ganye.

 

All bidders or their representatives are invited to witness the opening of the tender on Monday 16th September 2013. All interested members of the public are also invited to attend.

 

All late submission will not be accepted.

Failure to comply with the above stated instruction or to provide any of the listed documents may automatically result in disqualification.

 

Subsequently, within the year, contracts within the approval threshold of the Principal will be placed on the school notice board for interested contractors/supplier.

 

Signed:

V.V. PAM

Secretary

School Tender Board (Federal Government College, Ganye)

For: Principal