Invitation for Pre-Qualification at Nigerian Agip Exploration Limited

Nigerian Agip Exploration Limited

 

Invitation for Pre-Qualification

 

Provision of Environmental Studies/Services in NAE Deep Offshore

(Prequel Ref. 1000000199)

 

1. Introduction

Nigerian Agip Exploration (NAE) the operator of deep offshore block (hereinafter called Company); intends to put in place a contract for the provision of environmental studies and services.

 

The Company therefore invites submissions from interested and reputable Contractors/Consultants (hereinafter called Applicant) who possess suitable cognate experience in environmental studies and services; and with suitable equipment, premises and qualified employees, to apply for prequalification for the scope of service defined below.

 

2.       Scope of Service

The required services will be for duration of thirty-six (36) months with option to extend for twelve (12) months starting from August 2012: and shall apply in the following water depths:

  • Deep Offshore block – in water depths ranging between 1400m to 2500m

 

The high level scope of required services includes but not limited to the following;

  • Preliminary Environmental Impact Assessment (EIA)/ Environmental, Health and Social Impact Assessment (EHSIA) Studies
  • Environmental Impact Assessment (EIA)/Environmental, Health and Social Impact Assessment (EHSIA) Studies
  • Environmental Evaluation Report
  • Environmental Sensitivity Index Mapping
  • Effluents Monitoring
  • Air Quality Monitoring
  • Ecological Seabed Survey

 

All work must be conducted in compliance with applicable regulations of the Federal Republic of Nigeria, as administered by the Federal Ministry of Environment (FME) and the Department of Petroleum Resources (DPR) per relevant requirements and guidelines governing environmental issues, Impacts and their management.

 

With respect to facilities the following will be required – a dedicated survey vessel and suitable laboratory. All other equipment required for this service shall meet applicable statutory requirements codes of practice and specifications.

 

3.       Pre-Qualification

To qualify for consideration, the Applicant is required to supply two (2) electronic copies in CD-ROM and two (2) hardcopy sets of the following documentation with specific chapters separated by dividers in the order prescribed below.

 

Note: Only those applicants qualified from this pre-qualification exercise shall be invited to competitively tender for the specified services. Failure to submit any of the under listed documents may result in disqualification of the applicant.

a.       Cover letter summarizing the contents of prequalification documents

b.       Details of Applicant’s HSE policy and programme complete with HSE management system and specifically site risk management programme (Applicant must clearly state methods for eliminating/controlling risks with its own scope of services and at interfaces with others) ‘

c.       Safety dashboard for accidents, injuries (LTI/RWC/MTC/FAC), damages and near misses for the past 3 years

d.       Full details of Applicant’s company profile

e.       Certificate of incorporation plus CAC Form 007 showing shareholding distribution

f.       Certificate of registration with DPR and evidence of renewal from 2009 to date.

g.       Applicant’s financial details, audited accounts and tax clearance for the last three (3) years [2009, 2010 & 2011]

h.       Organizational structure, available manpower with a list of key professional staff with their resume.

i.        Contact details (name, email and phone number) of key Applicants personnel

j.        Power of attorney for officers assigned to interact with Company on the bid proposal

k.       Community relations policy and programmes; and proposal on managing community related issues foreseen for the specified service Records of community related issues successfully handled in the past.

l.        Evidence of past experience (in at least five projects/operational areas) for similar services carried out in offshore and deep offshore waters

m.      Name, present location and availability of owned or retained marine survey vessels

n.       Clear evidence of ownership of survey vessel or properly executed MOA (Memorandum of Agreement) of retained vessels with names of vessel owner representatives that can be contacted for verification purposes.

o.       Clear evidence of ownership of suitable and approved laboratory or properly executed MOA (Memorandum of Agreement) of retained laboratory with names of laboratory owner representatives that can be contacted for verification purposes.

 

4.       Nigerian Content

Bidders are invited to express complete understanding, willingness and commitment to develop in-country capability and capacity for related work packages in compliance with the Nigerian Oil and Gas Industry Content Development Act (NOGICD Act 2010) and Cabotage Act.

 

Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD and the Cabotage Act. Only bidders whose submissions are in­ compliance shall proceed to the next stage of the tendering process.

 

The information/documentation that will be required to be submitted by bidders at the ITT stage among others are as follows;

1.       Preparation of Nigerian Content Plan that addresses utilization of Nigerian labour, services, materials and equipment for this service in order to achieve a minimum target as set out in line with the requirements of the NOGICD Act 2010.

 

2.       Demonstrate that entity is a Nigerian company as defined in the NOGICD Act 2010. Where capacity is inadequate, genuine alliances with multinational companies for the purpose of technology transfer will be acceptable, the alliance or Joint venture will demonstrate with binding memorandum of agreement signed by chief executives of the entities evidences clear work share ratio among the parties and time frame for growth or transfer to be achieved.

 

3.       Details of Applicant’s company ownership and shareholding structure with certified true copies of CAC Forms C02 and C07. Including company memorandum and article of association and other evidence of applicants incorporation.

 

4.       Contact details (name, email and phone number) of Applicants key personnel

 

5.       Evidence (personnel list and positions with organization chart to substantiate) of percentage of Nigerian nationals and the percentage of the total workforce that are Nigerians.

 

6.       Evidence that 50% of the equipment deployed is owned by the Nigerian subsidiary if applying entity is a multinational (Clause 41 (2) of the NOGICD Act) if not the case provision of concrete plan to comply in the next 3 years.

 

7.       Detail past experience/present commitment to staff training and development of Nigerian personnel. Furnish detailed training plan for the service.

 

8.       Details of ownership of laboratory to be used for analyses or duly signed MOA (Memorandum of Agreement) for retained laboratory with contacts of laboratory owner representatives that can be contacted for verification purposes.

 

9.       Describe specific programmes in place to transfer technology and skills to Nigerians.

 

NOTE: Failure to meet the Nigerian Content requirements is a “FATAL FLAW”

 

The pre-qualification document (two (2) hard copies plus two (2) CD-ROM copies] shall be submitted in one (1) sealed envelope, clearly marked “Provision Of Environmental Studies/Serves in NAE Deep Offshore” The above documents should be addressed and hard delivered to the “Strategic Procurement Division Manager at Company’s address given below on or before 31st July 2012.

 

The Strategic Procurement Division Manager

Nigerian Agip Exploration Ltd.

Churchgate Building,

Plot 473 Constitution Avenue,

Central Business District, Abuja.

 

Please note:

  • Intended bidders must indicate their company’s name on the sealed envelope.
  • Bidders’ submissions must be arranged in the same sequence as detailed above.
  • On no account should the documents be submitted in any other NAE location other than the address given above.
  • Notwithstanding the submission of the pre-qualification information, NAE is neither committed nor obliged to include your company on any bid list or to award any form of contract to your company and/or associated companies, subcontractors or agents.
  • Only short-listed companies having related past experience shall be invited for tendering.
  • NAE will deal only with authorized officers of the tendering companies and NOT through individuals or Agents.
  • This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAE, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NAE and/or any of its Partners by virtue of such Applicants having responded to this Advert.
  • NAE will not enter into correspondence with any company or individual on why a company was short listed or not short-listed.
  • This advertisement of “Invitation for Pre-qualification” shall not be construed as a commitment on part of NAE, nor shall it entitle Bidders to make any claims whatsoever and/or seek any indemnity from NAE and/or any of its partners by virtue of such bidders having responded to this advertisement.

 

Management.

 

Tender Opportunity: Provision of Environmental Studies/Services in NAE Deep Offshore at Nigerian Agip Exploration Limited

Nigerian Agip Exploration Limited

 

Tender Opportunity: Provision of Environmental Studies/Services in NAE Deep Offshore

 

1.       Introduction

Nigerian Agip Exploration (NAE) the operator of deep offshore blocks OML 125 and OML 134 (hereinafter called Company): intends to put in place a contract for the provision of environmental studies and services

 

NAE therefore uses this medium to inform suitable and reputable companies who possess suitable cognate experience in environmental studies and services; and with suitable equipment, premises and qualified employees to register or update their registration with NipeX for consideration in the subject opportunity.

 

2.       Scope of Service

The required services will be for duration of twenty-four (24) months with option to extend for twelve (12) months starting from August 2012; and shall apply in the following water depths;

  • Deep Offshore blocks – in water depths ranging between 150m to 1300m

The high level scope of required services includes but not limited to the following;

 

  • Preliminary Environmental Impact Assessment (EIA)/Environmental, Health and Social Impact Assessment (EHSIA) Studies
  • Environmental Impact Assessment (EIA)/Environmental, Health and Social Impact Assessment (EHSIA) Studies
  • Environmental Evaluation Report
  • Environmental Sensitivity Index Mapping
  • Effluents Monitoring
  • Air Quality Monitoring
  • Ecological Seabed Survey

 

All work must be conducted in compliance with applicable regulations of the Federal Republic of Nigeria, as administered by the Federal Ministry of Environment (FME) and the Department of Petroleum Resources (DPR) per relevant requirements and guidelines governing environmental issues, impacts and their management.

 

With respect to facilities the following will be required – a dedicated survey vessel and suitable laboratory. All other equipment required for this service shall meet applicable statutory requirements, codes of practice and specifications

 

3.       Mandatory Requirements

a)       To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the 3.03.05 – Safety and Environmental (R & D) Services (Product/Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

 

b)      To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

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

 

d)      To initiate the JQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action

 

e)       To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content

Bidders are invited to express complete understanding, willingness and commitment to develop in-country capability and capacity for related work packages in compliance with the Nigerian Oil and Gas Industry Content Development Act (NOGICD Act 2010) and Cabotage Act.

 

Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD and the Cabotage Act.

 

Only bidders whose submissions are in compliance shall proceed to the next stage of the tendering process.

 

The information/documentation that will be required to be submitted by bidders at the ITT stage among others are as follows:

1.       Preparation of Nigerian Content Plan that addresses utilization of Nigerian labour, services, materials and equipment for this service in order to achieve a minimum target as set out in line with the requirements of the NOGICD Act 2010.

 

2.       Demonstrate that entity is a Nigerian company as defined in the NOGICD Act 2010. Where capacity is inadequate, genuine alliances with multinational companies for the purpose of technology transfer will be acceptable; the alliance or Joint venture will demonstrate with binding memorandum of agreement signed by chief executives of the entities evidences clear work share ratio among the parties and time frame for growth or transfer to be achieved.

 

3.       Details of Applicant’s company ownership and shareholding structure with certified true copies of CAC Forms C02 and C07, including company memorandum and article of association and other evidence of applicants incorporation.

 

4.       Contact details (name, email and phone number) of Applicants key personnel

 

5.       Evidence (personnel list and positions with organization chart to substantiate) of percentage of Nigerian nationals and the percentage of the total workforce that are Nigerians.

 

6.       Evidence that 50% of the equipment deployed is owned by the Nigerian subsidiary if applying entity is NOGICD Act) if not the case provision of concrete plan to comply in the next 3 years.

7.      Detail past experience/present commitment to staff training and development of Nigerian personnel. Furnish detailed training plan for the service.

8.       Evidence of ownership of laboratory to be used for analyses or duly signed MOA (Memorandum of Agreement) for retained laboratory with contacts of laboratory owner representatives that can be contacted for verification purposes.

9.       Describe specific programmes in place to transfer technology and skills to Nigerians.

10.     Detailed training plan to target 10% of contract spend for training

11.     Detailed description of the location of in-country committed facilities & infrastructure (assets, equipment laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting up.

12.     Provide Copy of Nigerian Content Equipment Certificate (NCEC) or evidence of application to NCDMB for the issuance of the certificate

 

Note: Failure to meet the Nigerian Content requirements is a “FATAL FLAW”

 

5.       Closing Date

Only tenderers who are registered with NJQS Product/Service category 3.03.05 – Safety and Environmental (R & D) Services as on or before 31st July 2012 being the advert closing date shall be invited to submit Technical Bids.

 

6.       Additional Information

This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAE, nor shall it entitle. Applicants to make any claim whatsoever and/or seek any indemnity from NAE and/or any of its Partners by virtue of such Applicants having responded to this Advert.

 

Please visit the NipeX Portal at www.nipexng.com for this Advert and other information.

 

Management.

Invitation to Tender for the Establishment of Oil and Gas Research Centre and Museum in Oloibiri, Bayelsa State at Petroleum Technology Development Fund

Petroleum Technology Development Fund

Plot 6/2, Port Harcourt Crescent. Off Gimbiya Street, Off Ahmadu Bello way, Area 11, Garki. Abuja. P.O

Box 9899, Area 10, Garki, Abuja.

 

Invitation to Tender for the Establishment of Oil and Gas Research Centre & Museum Oloibiri, Bayelsa State

 

The Federal Government of Nigeria is desirous of establishing an Oil and Gas Research Centre & Museum in Oloibiri, Bayelsa State.

 

2.0     In pursuance of the above, PTDF has pushed the list of pre qualified contractors for Lots 6, 7, 8, 9 and 10 respectively are now to pick tender documents.

 

3.0     Towards this end, the Fund is hereby notifying contractors involved in the technical qualification to visit PTDF website www.ptdf.gov.ng for further information.

 

NOTE:

Pre-qualified Contractors are to pick up tender documents at Wiltechs Consult Ltd, 7b lsaac Boro Street, Old GRA Port Harcourt from Monday, July 9 – Tuesday, August 28th, 2012 upon payment of a non-refundable fee in form of a Bank Draft in favour of Petroleum Technology Development Fund (PTDF) as detailed below:

 

Lot 7 —–    N150, 000.00

Lot 8 —–    N200, 000.00

Others —–  N75, 000.00

 

Completed tender documents should be properly sealed in an envelope and marked with relevant tender lot on the left hand corner of the enveloped and addressed to:

 

The Secretary,

Tenders Board,

Petroleum Technology Development Fund

No. 6, Port Harcourt Crescent, Off Gimbiya Street

Area 11, Garki, Abuja

 

To reach him on or before 28th August 2012. The tenders will be opened by 2:00pm the PTDF Conference Room.

 

All enquiries on lender are to be directed to The Secretary PTDF Tenders Board.

This invitation to tender is restricted only to the companies that have been pre-Qualified in the listed Lots. PTDF is not committed to award any form(s) of contract based on this invitation.

 

Signed

Management

Petroleum Technology Development Fund

 

Invitation for Bids at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street,

Off Gana Street, Maitama District, Abuja. Nigeria.

 

Invitation for Bids

 

Introduction

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public procurement Act, invites interested and eligible contractors to tender for the execution of the following projects which are part of the 2012 Appropriation.

 

Package 1:  Expansion and upgrade of Meteorological Archive and installation of Dehumidifier Facilities for Paper Preservation at Oshodi, Lagos State.

 

Package 2:  Data Rescue for Automatic Weather Observation Station (AWOS)

 

Package 3:  Procurement and installation of wide area network for NIMET weather stations nationwide.

 

Package 4: Procurement and installation of remote sensing and geographical information system (GIS).

 

Package 5:  Rehabilitation, Remodeling and construction of regional meteorological training centre infrastructure, Lagos.

 

Package 6: Procurement and installation of Wi-Fi internet connectivity for the national weather forecasting and climate research centre, Abuja.

 

Package 7:  Procurement and installation of computing centre infrastructure for national weather forecasting and climate research centre, Abuja.

 

Package 8:  Fencing and landscaping of synoptic stations at Abakaliki and Yenagoa.

 

A.      Note:

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from 10:00am to 4:00pm, Mondays to Fridays, except on public holidays.

 

B.      Qualification Requirements

Interested bidders are expected to meet all requirements specified in the Bidding documents which include:

i.        Evidence of incorporation in Nigeria (CAC forms CO2 and CO7).

ii.       Submission of immediate past three years’ tax clearance certificate, (i.e. 2009, 2010, 2011).

iii.      Immediate past three years’ audited accounts of the company (2009, 2010, and 2011).

iv.      Evidence of registration and remittance of Value Added Tax (VAT).

v.       Evidence of compliance with the relevant provisions of the Pensions Reform Act 2004.

vi.      Company Profile

vii.     Evidence of key professional staff with relevant experience and registration with relevant professional bodies.

viii.    Evidence of compliance with ITF Act.

ix.      Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress. Proven integrity of performed projects is added advantage.

x.       In case of construction projects, verifiable evidence of availability through ownership and/or leasehold of appropriate equipment/machinery to be deployed for the execution of the project.

xi.      Evidence of financial capability and availability of bank support if awarded the contract.

Please note that bankers’ letter merely stating that the applicant operates an account within- a turnover range is not an adequate evidence of financial capability. (Adhere to the format as contained in the Bidding Document.)

xii.     For Equipment contracts, verifiable evidence of accreditation membership or affiliation with original equipment manufacturers is essential.

 

C.      Collection of Bidding

A complete set of relevant documents in English language may be obtained from the address below on payment of a non-refundable fee of N30, 000.00 (Thirty Thousand Naira) only payable in cash to NIMET bank account. The documents will be collected on presentation of the receipt of payment (original and photocopy).

 

D. Submission of Bidding

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids to the address below on or before on Monday, 20th August 2012 by 12:00 noon. Bids will not be collected after this period. The name and mailing address of the bidder, including valid contact telephone number must be clearly marked on the envelopes and also in the contact address on letter of delivery.

 

E.      Opening of Bids

Bids will be publicly opened in the presence of representatives of companies, who choose to be present at the Agency’s conference room on Monday 20th August 2012 by 2:00pm. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

 

F.      Bid Security

All bids must be accompanied by a bid security of 2 per cent of the bid value.

 

G.      Note: Bidders who DO NOT scale through the technical evaluation stage shall have their financial bid (s) returned unopened.

 

H.      Enquiries

For Enquiries, please call

08037775161 (Head of Procurement) OR

08065434995 (Desk Officer-Documents)

 

I.

NB

This advertisement shall not be construed as a commitment on the part of NIMET nor shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.

 

NIMET reserves the right to verify claims made by any bidder.

 

The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender.

 

Signed

Director-General/CEO,

Nigerian Meteorological Agency,

33, Pope John Paul II Street,

Maitama, Abuja.      

Invitation for Pre-Qualification at Michael Okpara University of Agriculture, Umudike

Michael Okpara University of Agriculture, Umudike

P.M/B. 7267, UMUAHIA

Abia State, Nigeria.

Office of the Registrar

 

Invitation for Pre-Qualification

 

1.0     Bids are hereby invited from Interested and reputable Contractors with relevant experiences and good track record in respect of year 2011 Tertiary Education Trust Fund Entrepreneurship Intervention.

 

2.0     Projects Lots; Project Titles, and Tender Reference Number

Lot 1:-         Procurement of Demonstration Materials and Equipment, Tender reference: MOUAU/UMUDIKE/TETFUND/11/01

 

Lot 2:-         Construction of Block wall fence and Gate House for the Piggery House: Tender reference; MGUAU/UMUDIKE TETFUND/11/02

 

Lot3:-          Procurement of Office Equipment; Tender reference; MOUAU/UMUDIKE/TETFUND/11/03

 

Lot 4:-         Construction of Piggery Farm House lender reference: MOUAU/UMUDIKE/TETFUND/11/04

 

Lot 5:-         Supply and Installation and Commissioning of a Set of Bakery Machines; Tender reference; MOUAU/UMUDIKE/TETFUND/11/05

 

Lot 6:-         Procurement of Classroom Furniture: Tender reference: MOUAU/UMUDIKE/TETFUND/11/06

 

Lot 7:-         Purchase and Installation of 60KVA Generator, Perkin Sound Proof:                          Tender reference: MOUAU/UMUDIKE/TETFUND/11/07

 

Lot 8:-         Piggery Processing and Store House: Tender reference: HOUAU/UMUDIKE/TETFUND/11/08

 

Lot 9:-         Procurement of Equipment for Soap Making, Waste to Wealth Recycling Machines, Poultry Hatchery/Incubator and Fish Dryer: Tender reference: MOUAU/UMUDIKE/TETFUND/11/09

 

Non-refundable processing fee (N) for project lots 1, 2,3,4,5, and 6 is N15, 000 each and for project lots 7, 8 and 9 is N10, 000 each, to be paid after prequalification.

 

3.0     Bidding Criteria

Interested contractors are required to submit the following;

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

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

c.       Evidence of incorporation and current tax clearance certificate for last three

(3) years.

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

e.       List of equipment to be used for the project and their location (state whether

the equipment are leased, hired or owned)

f.       Submission of a bonafide commercial bid

 

g.       Evidence of compliance with pension Reform Act 2004 (as amended)

h.       Evidence of compliance with the amended Industrial Training Fund Act 2011.

 

4.0     Submission of Pre-Qualification Documents

Duly completed documents should be neatly packaged with Title of the project and

Lot number Marked on the left Hand side of envelop for the review of the University. It should be hand-delivered to:

 

The Registrar

Michael Okpara University of Agriculture, Umudike,

Abia State

Room 214 Alex Ekwueme Building.

 

To reach him on or before 6th August 2012 by 12.00 noon of this closing date.

 

5.0     For Further Enquires Contact:

The Vice-Chancellor or the Ag, Director, Physical Planning

Michael Okpara University of Agriculture, (MOUA), Umudike.

 

6.0     Opening of Pre-Qualification Documents

Interested competent contractors are invited to the opening of the Bid document on Monday 6th August 2012, by 12.00 noon in the Vice-Chancellor’s Conference Room-Michael Okpara University of Agriculture (MOUA) Umudike.

 

7.0     Please Note That:

The Michael Okpara University of Agriculture is neither commuted nor obliged to short list any Contractor or to award the contract to any contractor or agent.

The University reserves the right to reject any and/ or all bidding packages.

This advertisement for Invitation shall neither be construed as commitment on the part of the University nor shall it entitle any contractor to make any claims whatsoever and/or seek arty indemnity from the Michael Okpara University of Agriculture, Umudike.

 

DR. A.C. NWOKOCHA

Registrar.