Provision of Fishing and Miscellaneous Tools Services (Deepwater) to Support Deepwater Drilling and Completion Operations at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company

Operator of the Agbami Unit (OML 127/128)

 

Tender Opportunity

Provision of Fishing and Miscellaneous Tools Services (Deepwater) to Support Deepwater Drilling and Completion Operations

 

Introduction:

Star Deep Water Petroleum Limited  (SDWPL) invites interested and qualified companies, in tendering tor provision of Services listed under ‘Scope of Work/Service Requirements’ which will he carried out in respect of Nigerian National Petroleum Corporation (NNPC) SDWPL 2013 – 2016 Oil and Gas Wells Drilling, Completions and Workovers for Deepwater Operations in Nigeria. Availability to commence provision of Services is required for an anticipated Commencement Dale: Third (3rd ) Quarter 2013. With a Primary Term of two (2) Years with a possible Optional Term of one (1) Year.

 

Scope of Work

DWD-2011-CW913176: Fishing Tools and Miscellaneous Services (Deepwater)

Interested Applicants must be able to provide the following as required for Deepwater Fishing Tools and Miscellaneous Services.

Miscellaneous Drilling Tool Rentals (inclusive, but not limited to: drilling jars, hole openers, roller-reamers, under-reamers, easing scrapers, bristle brushes, section mills, well head severing, string and near-bit stabilizers, cross-over subs, drill collars, pony drill collars and Non magnetic drill collars)

Miscellaneous Equipment Rentals (inclusive, but not limited to: tanks pumps lubricators and risers)

Fishing Tools for Cased and Open Hole Fishing Operations (including but not limited to: reverse circulating junk baskets, lead impression blocks, wash pipes, external and internal cutters, fishing jars and accelerators, bumpers jars, knuckle joints, ditch magnets, rotary mills, section mills, Bowen overshots, overshot extensions and guides, packer retrieving tools, grapples, casing, drill pipe and wireline spears, screw-in subs, box taps, taper taps and washover shoes.)

Fishing Tools Supervisor(s) with a minimum of (15) fifteen years relevant experience including a minimum of (5) years on semi-submersible rigs or drill ships.

Fishing Tools for 2-1/16″, 2-3/8″, 2-7/8″, 3-1/2″, 4-1/2″, 5-1/2″ and 7″ tubing; 3-1/2″, 4-1/2”, 5″, 5-1 /2″ and 6-5/8″ drill pipe; 4-3/4″ 5-1 /2″ 5-7/8″ 6-1 /2″. 8″ and 9″ drill collars; and 5″, 7″, 9-5/8″, 11-3/4″, 13-3/8″, 13-5/8″, 16″ and 20″ casing.

Base Facilities with full machine shop and welding capabilities to re-dress mills/shoes, stabilizers etc. as required.

 

Mandatory Requirements:

To be eligible for this tender exercise, interested Bidders are required to be pre-qualified in Category 10106-Fishiiig and Repair (Drilling Services) in Nipex Joint Qualification System (NJQS) database. All successfully pre-qualified Bidders in above categories shall receive Invitation to Technical Tender.

Note, interested Bidders including their sub-contractor (s) shall be required  to:

Meet all JQS mandatory requirements to be listed as “PREQUALI Fl ED” for a Category in the NJQS database.

Meet all Nigerian Content requirements stated in this advert in their \ responses to the Invitation to Technical Tender.

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”.)

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’.

If you are not listed in a Product/Service Category noted above, and you are-registered with DPR to do business for this Category, please contact Nipex office at 30 Oyinkan Abayomi drive, Ikoyi Lagos with your DPR Certificate for verification and necessary update.

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

 

 

Nigerian Content Requirements

Demonstrate that the entity is a Nigerian Indigenous Company, or Nigerian Indigenous Company as the contracting entity in genuine alliance or joint venture with company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

Furnish details of company ownership and share holding structure: submit clear photocopies of your C’AC Forms C AC 2, C AC 7.

Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians; show overall percentage of work to be performed by Nigerian resources relative to total work volume.

Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work; provide details of Nigerian Content focal point or manager.

State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

Provide human capacity building development budget which must be minimum 10% of project man-hours or cost.

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

Provide details of equipment ownership.

Location of in-country facilities (Equipment, storage, workshops, repair and maintenance facilities and, testing facilities.

Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

Provide details on any other Nigerian Content initiative your company is involved in.

 

Close Date

Only tenderers who are registered with NJQS Product/Category -10106 – Fishing and Repair (Drilling) Services) by 4.00pm Thursday May 31st, 2012 being the closing  date and shall be invited to submit technical bid.

 

Please note the following:

Suppliers eligible for this lender opportunity are expected to be prequalified in NJQS under this product/service category.

The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.

Bidders who for the purpose of this bid process enters into a JV, partnership, consortium, etc with another bidder bidding on this project will be disqualified.

All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

This advertisement shall neither be construed as any form of commitment on the part of Star Deep Water Petroleum Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified  companies to make any claims whatsoever, and/or seek any indemnity from SDWPL and or any of its partners by virtue of such companies having been prequalified in NJQS.

The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review and evaluation, only technically and financially qualified contractors will be requested to submit commercial tenders.

SDWPL will communicate only with authorized officers of the pre-qualified companies and NOT through individuals or Agents.

 

Please visit the Nigerian Petroleum Exchange (Nipex) Public Opportunity Portal, www.nipexng.com for copy of this  advertisement and any other  required information.

 

Management

Chevron Nigeria Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B 12825, Lagos.

Invitation for Proposals from Reputable Organizations to Operate a Bookshop Within the University of Benin Campus at University of Benin

University of Benin,

Benin City, Nigieria

Invitation for Proposals from Reputable Organizations to Operate a Bookshop Within the University of Benin Campus

1.0       Introduction

As part of efforts at providing ample opportunity for staff and students of the University of Benin to have unfettered access to quality books, journals, e.t.c. of International Standard, reputable organizations are invited to forward comprehensive proposals to the University.

 

Such proposals should clearly spell out strategies for establishing and operating a well stocked Bookshop within the University of Benin.

 

The Bookshop is expected to take into cognizance the various courses offered in the University and should be stocked with very current books and non-book materials necessary for research, teaching and learning.

 

2.0       Requirements

a)         Evidence of operating a Bookshop now/in time past

b)         Company profile showing organizational chart; Names of and Resume of Directors including phone numbers

c)         Evidence of incorporation with the corporate Affairs Commission

d)         Registration with the University of Benin will be an added advantage

e)         Tax clearance certificate for three years (i.e. 2009, 2010 and 2011) and audited accounts for the same period.

 

3.0       Prequalification  Fee

Interested organizations arc expected to pay prequalification fee of N20.000.00 (Twenty thousand naira) at the Bursary Department, University of Benin. The original copy of the receipt must be enclosed with all other documents for submission.

 

4.0       Submission

The document should be submitted in a Special Tender Box provided in Room 41, Block “B”, Registrar’s Officer, Central Administration Building on or before 24th May, 2012 and addressed to:

 

The Registrar,

Office of the Registrar,

University of Benin,

Benin City, Nigeria,

Edo State.

 

5.0    Contact Person

For all enquiries you may contact:

The Registrar,

University of Benin,

P.M.B.1154,

Benin City,

Edo State.

Phone: 08034084809 (between 8a.m.-4p.m daily)

 

 

6.0       Note:

a)         The Prequalification Fee is non-refundable.

b)         The University will only Contact successfully prequalified applicants to partake in the commercial Tendering for the Bookshop.

 

Singed

G.O. Ogboghodo (Mrs.)

Registrar.

Construction of Projects at Federal Government Girls College Bajoga, Gombe State

Federal Ministry of Education

Basic and Secondary Education

Federal Government Girls College Bajoga, Gombe State

Invitation for Bids

 

The Federal Ministry of Education through the Principal, federal Government Girls College Bajoga is invite suitable contractors to tender for the following projects:

 

Lot 1: Construction of Perimeter Fencing

Lot 2; Construction of  College store

Lot3:   Construction of eight unite of two bedrooms flat

Lot4: Construction of Kitchen and exception Dinning Hall

 

1.0 Requirement:-

Constructions should submit the following;-

I.       Evidence of company registration with corporate Affairs Commission (CAC)

II.     Evidence of Company registration with FGGC Bajoga

III.     Value added tax registration

IV.     Company tax clearance certificates for the last three years.

V.      Verifiable list of similar project handle by the company including letter of award and completion certificate.

VI.     Architect     payment and  Quantity surveyors  completion  valuation

respectively

VII.   Company profile inducing fist of Professional and evidence of registration with  professional body.

VIII.  Guaranty letter from company’s bank

 

 

Collection of tender documents fee of N25,000 per lot:

Interested con tractors are

to collect tender document at the office of the secretary tender Board Committee Federal Government Girls College Bajoga. The tenders will be sold from Wednesday 16th May, 2012 Date of closing for selling tenders document is 31st May, 2012 by 12-noon. White tender document will be opening on the same date at l:00pm

 

Signed

Principal of F.G.G,C Bajoga

 

Request for Expression of Interest at Petroleum Products Pricing Regulatory Agency (PPPRA)

Petroleum Products Pricing Regulatory Agency (PPPRA)

(Ministry of Petroleum Resources)

Website: www.pppra-nigeria.org

 

Request for Expression of Interest

Bids for Clearing/Geometric Survey of the Acquired Landed Property for use as PPPRA Car Park

 

 

Introduction.

The Petroleum Products Pricing Regulatory Agency hereby Invites reputable firms that have requisite experience in Land Survey/Engineering to submit bids for Clearing/Geometric Survey of acquired Landed property in Abuja for use as PPPRA Car Park.

 

 

2.       Responsibilities/Terms of Reference.

The Contractor(s) to be engaged will carry out Clearing/ Geometric Survey of the acquired Land located close to PPPRA Corporate Head Office Building and measuring approximately 1,6 hectares in size. Specifically, the contract covers:

i.       Geometric Survey of the parcel of land.

ii.      Clearing of boshes, shrubs, and trees.

iii.     Excavation to remove vegetative soil average 150mm deep and cart to spoil as directed.

iv.     Excavation to remove unsuitable materials. Average 300mm deep

along the River channel of 30m offset at the both side and deposited in temporary spoil heaps, to be carted away later.

v.      Cutting and filling as cross haulage or imported and approved soft lateritic in-filling to make up levels, Compacted to 150mm maximum layers including

 

3.       Requirements

The contractor to be considered for this job is expected to satisfy the following conditions:

i.        A profile of the torn, including verifiable relevant experience in land Survey/

Engineering,

ii.       Evidence of registration with Corporate Affairs Commission.

iii.      Three (3) years Tax Clearance Certificate,

iv.      Evidence of compliance with Pension Reform Act 2004,

v.       Photocopy of Value Added Tax Certificate and evidence of VAT Remittance.

vi.      Evidence of registration as a contractor with PPPRA.

vii.     Evidence of payment of Twenty Thousand Naira Tenders fee to PPPRA,

 

4. Submission Bid Documents

Interested bidders are required to pay Twenty Thousand Naira (N20,000.00) only to Finance Department as Documentation and processing fee.

 

A copy of the Expression of interest (EOI) must be submitted in a sealed envelope clearly marked ”Expression of Interest” for Clearing/Geometric Survey of Land for PPPRA car park” and most reach the Agency on or before 25th May, 2012 On or before 2.00pm on the closing date, The sealed envelope should be addressed as below and be deposited in the Tender Box provided for this purpose.

The Executive Secretary

Petroleum Products Pricing Regulatory Agency

Plot 1012 Cadastral Zone AOO

Central Business District, Abuja

 

This publication also serves as an invitation to the bid opening which takes place 3,00pm on the closing day of submission.

 

Signed Ag.

Secretary Tenders Board

For: Executive Secretary

Consultancy Services for the Capacity Building and Training Program at Federal Road Safety Corps (FRSC)

Federal Republic of Nigeria

Federal Roads Development Project

Consultancy Services for the Capacity Building and Training Program for Federal Road Safety Corps (FRSC)

Request for Expression Of Interest

Project ID No.: PO90135

Credit No: IDA 44150

EOI No: FRDP/2011/EOI/001

 

This invitation for expression of interest follows the general procurement notice that appeared in UN Development Business online, Issue No.637 of 11 March 2005.

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of the Federal Roads Development Project (FRDP), and intends to apply part of the proceeds to payments under the contract for the procurement of consulting services for the Capacity Building and Training Program for FRSC.

 

The objectives of the consulting services shall include, but not limited to the following:

  • Train a wide network of professionals and internal facilitators to provide direct development support to officers and marshals of the Corps.
  • Facilitate the establishment of a firm base of train-the-trainers, especially in the zonal and sector commands that will participate in the training.
  • Establish an integrated framework for the training, competency development and career progression of all staff of the Corps that will align with the Corps forecast for the education and training of the staff of the Corps.
  • Develop a common approach for the training of all sector and commands of the Corps.
  • Develop comprehensive work force competency directory to guide and underpin the implementation of all above objectives

 

The Road Sector Development Team of the Federal Ministry of Works now invites eligible Consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications.

 

Consultants will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers May, 2004 edition, Revised October 1,2006 & May 1,2010.

 

Interested consultants should submit one (1) original and (2) two copies of the above information in English language in an envelope marked: “Expression of Interest – Consulting Services for Capacity Building and Training Program for the Federal Road Safety Corps (FRSC)”.

 

Interested consultants may obtain further information at the address below

during office hours 8.00am to 5:00pms (local time) on Mondays to Fridays.

 

Expressions of Interest must be delivered to the address below not later than 4.00pm on 11th June, 2012 (11/06/2012).

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

 

Tel:     +234 7034044403

Email: unitmgr.rsdt@yahoo.co.uk