Provision of Fishing Services Contract at Shell Nigeria Exploration and Production Company Limited (SNEPCO)

Shell Nigeria Exploration and Production Company Limited (SNEPCo)

Tender Opportunity No Ng02002219

Provision of Fishing Services Contract

 

Introduction

SNPECo hereby invites reputable and competent Nigerian Companies with the requisite expertise, experience skilled manpower and technology to be considered for inclusion in the bid list for the above contract.

 

Scope of Work

The scope of the work shall include, but not limited to the following:

  • Perform Fishing Services including but not limited to provision of fishing tools for all relevant holes, casing and tubing sizes.
  • Provision of mechanical, chemical and hydraulic cutters for cutting and retrieval of casing, drill string, workstring, tubing, coil tubing and/or wireline.
  • Furnish all suites of fishing tools in accordance with latest technology and standards, and provide competent personnel for the efficient deployment of such tools to meet the objectives of the job.
  • In consultation with Shell Engineer(s) or site representative(s), contractor shall develop a fishing programme and operation sequence and shall furnish Bottom Hole assembly design schematics with appropriate dimensions.
  • Carry out all transportation of CONTRACTOR ITEMS and GOODS to and from the PORT OF LOADING and co-ordinate the transportation of CONTRACTOR ITEMS and GOODS to and from offshore installation.
  • Provide complete function testing, certification, pressure testing and complete assembly and installation as applicable, of all CONTRACTOR ITEMS on arrival at offshore installation and prior to performing the work.

 

Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Product Group 10106: Fishing and Repair Tools (Drilling). All successful pre-qualified suppliers in this category will receive a Technical Invitation to Tender (ITT).

 

  • To determine if you are pre-qualified and view the product/service you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on “Continue Joint Qualification Scheme Tool” button, click “check my supplier status” and then click “Supplier Product Group”.

 

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

 

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

 

  • To be eligible, all tenders must comply with the Nigeria content requirements in the NipeX system.

 

Nigerian Content Requirements

Vendors are to demonstrate strict compliance with the provisions of Nigeria Oil & Gas Industry Content requirements:

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign 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
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum 90% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those 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. Also 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 evidence of domiciliation of project management and procurement centres in Nigeria with physical addresses (not P.O. Box).
  • Location  of in-country facilities  (Equipment,  storage, workshops,  repair & 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.

 

Closing date

Only Tenderers who are registered with NJQS in the Product Group 101 06 Fishing and Repair Tools (Drilling) as at 29/1 2/2011 being the advert closing date shall be invited to submit Technical Bids.

 

Additional Information

Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under the relevant product/service categories.

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 SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED to award any contract to any company and or associated companies, sub­contractors or agents, nor shall it entitle prequalification companies to make any claims whatsoever, and/or seek any indemnity from SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY 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 pre­qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

NNPC/SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED reserves the right to reject any and or all pre-qualified suppliers at its sole discretion and at no cost whatsoever.

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

Expected Contract Start Date: Q3 2012 Contract

Duration: 2 years (plus 1 year extension period)

All respondents to Shell Nigeria advertisements must ensure full compliance with the Nigerian Oil & Gas Industry Content Development Act 2010.

 

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

 

Provision of Subsea Positioning and Metrology Services (USAN-CT-105) For Usan Deepwater Development Project at Total E & P Nigeria Limited

Total E & P Nigeria Limited

Tender Opportunity for Provision of Subsea Positioning and Metrology Services (USAN-CT-105) For Usan Deepwater Development Project

 

1.   Introduction

TOTAL E&P Nigeria Limited (TEPNG) invites interested and reputable contractors with suitable equipment and relevant experience to tender for the technical bidding phase for the provision of Subsea Positioning Services for the OML 138 USAN Deepwater Development Project.

 

2.  Scope of Work

The Service includes the provision of Personnel and Equipment required for the engineering, equipment, preparation and operation of Subsea Positioning and Metrology Services for the West Capella Drilling Unit (and any other potential unit) operating on OML138 deep offshore Nigeria, for USAN development or any other additional Permit Area in which COMPANY has the right to conduct petroleum operations within Nigeria. The scope also includes drilling support, metrology, construction and other survey support services. The contract duration shall be for two (2) firm years plus one (1) year extension option.

 

3.  Mandatory Requirements

To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 3.09.10 Survey and Positioning Support Services category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

 

  • 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 the product/service category and you are registered with the Department of Petroleum Resources (DPR) to carry out business in the Nigerian Oil & Gas Industry for this category (3.09.10), contact the NipeX administration office at 30, Oyinkan Abayorni Street, Ikoyi, Lagos with your DPR certificate as evidence for necessary update.

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

–        To be eligible, all tenders must comply with the requirements of the Nigerian Oil and Gas Industry Content Development Act, 2010. Non compliance shall result in disqualification from bidding for this opportunity.

 

4.   Closing Date

Only Tenderers who are registered with NJQS Product/category (3.09.10 Survey and Positioning Support Services) as at December 29, 2011 being the advert close date shall be invited to submit Technical Bids.

 

5.   Nigerian Content

Tenderers are to note that they will be requested during the technical tender to give full details of their relevant strategy to ensure that they fully comply with the Nigerian Oil and Gas Industry Content Act 2010 available at www.nnpcgroup.com and www.nigcontent.com as non-compliance will constitute a FATAL FLAW in all Contract evaluations.

 

In line with the above, contractors are required to ensure that information on the following is included in their technical submission, to show their level of compliance with the provisions of the NOGICD

Act (2010):

 

i.        Verifiable evidence of compliance with Nigerian Content requirements on past projects/contracts for a period of 3 years.

ii.       Evidence that entity is a Nigerian company, supported by certified true copies of CAC forms 10, 02 & 07 including company memorandum & article of association.

iii.      For indigenous companies with foreign-owned companies and multinationals as their sub-contractors/technical partners a Binding Agreement of the alliance duly signed by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance will be required.

iv.      Bidding Multinational companies will be required to ensure

that 50% of the equipment to be deployed for the service are owned by their Nigerian subsidiaries.

 

v.       Project-specific  training   plan,   man-hour  budget,  skill development and technology transfer proposal for Nigerian personnel or indigenous business including evidence of past Nigeria Content performance on training and development for Nigerians   nationals   &   indigenous   business.   Plan for sponsorship of Nigerians to acquire competence and/or certification. Further development of local employees as professionals. Proposed training plan for Nigerians on the project including a brief training outline for OEM products, engineering, software & hardware, project management, procurement,  construction,   installation,   start-up & commissioning, maintenance, testing and operations.

 

vi.      Overall list of consumables, goods, products & chemicals, tools and equipment to be procured & used in the execution of this contract and identify in tabular form those that are of Nigerian origin and the proposed suppliers.

 

vii.     Detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up

 

viii.    Provide details of the percentage of your key management positions held by Nigerians and what percentage of total force is Nigerian.

ix.      Evidence of compliance with Nigerian Cabotage Act.

 

x.       Describe the amount of work to be performed by Contractor in Nigeria  and  proposed  utilization  of  Nigerian   resources (manpower   services   through   subcontracting   where applicable, equipment and materials, etc.) in order to achieve the minimum requirement specified in the schedule to the NOGICD Act 2010 (75% spend; Survey and Positioning Support Services). Note that non-compliance with Nigerian Content Act shall result in disqualification from bidding on this project

 

6.  Additional information

–        Interested suppliers must be pre-qualified for this product/service category in NJQS.

–        Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS.

–        This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of TEPNG to award a contract to any supplier and/or associated companies, subcontractors or agents.

–        This advertisement shall not entitle pre-qualified companies to make any claims whatsoever and/ or seek any indemnity from TEPNG and/ or its partners by virtue of such companies having been pre-qualified in NJQS.

–        All costs incurred in registering and pre-qualifying for this and other products/ services categories in NJQS shall be borne solely by suppliers.

–        Suppliers that are pre-qualified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone numbers) of their company and authorised/responsible personnel is up to date in their company profile in the NJQS database.

–        TEPNG shall communicate only with the authorised/responsible personnel of pre-qualified companies and not through unauthorised individuals or agents.

 

 

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

information

 

Invitation for Tender, Supply and Installation of IT, Communication and Security Systems at Renowned Media Organization based in Abuja

Invitation for Tender, Supply and Installation of IT, Communication and Security Systems

The Client

A renowned media organization based in Abuja is interested in employing a competent IT company to carry out IT works at its head office building currently under construction.

 

Introduction

The Client hereby invites reputable and qualified ICT firms interested to tender for the supply and installation of IT, communication and security equipments and services.

 

The works comprise equipping a 6 storey reinforced concrete framed corporate head office building, in Abuja with necessary ICT facilities and services. This includes Biometric and Access control systems, ELV systems, CCTV surveillance systems, Servers, switches and other devices. Including Satellite and Multimedia systems, ASTRA AXL IP PBX, stabilizers and UPS, structured cabling, Internet Services-Vsat, WIMAX and public address systems.

 

This first stage of tendering is aimed at determining firms that are technically and financially competent that may be invited to participate in the second stage of financial tendering / bidding.

 

Pre-Qualification Requirements

Interested Firms must submit the following requirements:

  • Evidence of Registration with Corporate Affairs Commission.
  • Evidence of Tax Clearance for the past three years (2008 to 2010).
  • Audited Accounts for the last 3 years 2010, 2009, 2008.
  • Company profile including curriculum vitae of the firm’s top executives / personnel and evidence of alliance / partnership with relevant EOMs or licensors.
  • Details of similar assignment executed in the last three years.
  • Letter of Financial backing from a reputable Financial Institution.

Right of Rejection

The Employer reserves the right to reject any or all the tenders and is not bound to accept any tender submission, either in whole or in part.

 

Closing Date:

The closing date for the submission of these documents is on 22nd December 2011.

 

Submission of Documents:

The documents should be addressed and sent to:

 

The Advertiser

P.O. Box 6873, Wuse Abuja.

 

Construction of Solar Powered Boreholes at Kebbi State Millenium Development Goals

Kebbi State Millenium Development Goals

Invitation for Pre-Qualification for Contractors to tender for Millenium Development Goals

Conditional Grant Scheme (MDGs -CGS) FOR 2011 Projects

 

The Kebbi State Millennium Development Goals Office (KSMDGs), Wishes to invite interested and qualified Contractors for the FRE-QUALIFICATION TO TENDER documents for verification in the preparation for the execution of the 2011 Conditional Grants Scheme projects across the 21 local government areas of the state, the projects will cover water/sanitation sector WATER (Nature of work involved)

 

1.       Construction of Solar Powered Boreholes

Pre-Qualification Requirement

  • Evidence of incorporation with Corporate Affairs Commission.
  • Evidence of registration with State KSMDGs office
  • 3years TAX Clearance Certificate
  • Financial capability/bankers references
  • Company profile with evidence of similar works carried out
  • List of personnel, Vehicles and equipments.
  • VAT registration
  • Annual Turnover

Submission of Pre-Qualified Document

The document must be signed and submitted on or before 22nd December 2011 a sealed envelope clearly marked, “Pre-qualification to tender for KSMDGs 2011 CONDITIONAL GRANT SCHEME (COS) PRQJECT to the State Focal Person Kebbi State Millennium Development Goals on or before Tuesday 20th December 2011 at 12:00 noon. Venue: KBMBGs office premises forestry II Bulasa Birnin Kebbi.

 

NOTE:

A.      This advertisement should not be confused as a commitment on the part Kebbi State MDGs office, nor shall it be entitled to indemnity from the MDGs or the state Government.

 

B.      The KSMDGs Secretariat reserves the right to verify any claim by the bidders so made.

 

C.      Full bidding procedures shall only be applied to contractors that have been pre-qualified and found of executing the project.

 

D.      All KSMDGs project arc covered by Bank Guarantee/Performance Bond to      ensure the security of public funds.

 

All Submissions to Reach:

The State Focal Person

Kebbi State Millenium Development

Goals

Forestry II, Bulasa

Brinin Kebbi,

Kebbi State

08035861710

Invitation for Pre-Qualification and Tender for 2011 Capital Projects at Nigerian Institute of Medical Research (NIMR) Yaba – Lagos

Research for National Health

Invitation for Pre-Qualification and Tender for 2011 Capital Projects

Nigerian Institute of Medical Research (NIMR) Yaba – Lagos, a Medical Research Institute is in the process of pre-qualifying contracts and process tenders for project under the 2011 Capital Budget – 3rd and 4th Quarters.

 

Interested and reputable Contractors with relevant experience and track record are invited to apply for the pre-qualification and bid for the projects.

 

Profile of Projects

Lot 1 -The construction of a new e-Library.

This includes civil, mechanical and electrical works.

Lot 2 -The roofing of the residential Block c building with long span aluminum sheets

Lot 3 -The construction of the Human Virology Laboratory building extension

 

All registered companies/contractors are required to pay a non refundable fee of =N= 50,000 (Fifty Thousand Naira only) and their bid documents should include the following:

 

i.        Certificate of incorporation

ii.       Three (3) years annual audited accounts

iii.      Tax clearance certificate and VAT registration

iv.      Bank guarantee

v.       Evidence of similar contract executed

vi.      Company profiles etc

vii.     Evidence of registration with Nigerian institute of Medical Research, Yaba

 

Bids should be submitted in wax sealed envelope clearly marked “Pre-qualification to Tender for 2011 Capital Project” To reach:

 

Director-General

Nigerian Institute of Medical Research

6, Edmund Crescent

P. M.B. 2013

Yaba – Lagos

 

On or before 22nd December 2011. Opening of bids shall be a bay after expiration of submission.

 

Please note:

  • Only the bids of those who fulfill the pre-qualification and tender criteria would be considered. The Nigerian institute of Medical Research is not duty bound to accept the lowest or any bid.
  • Nigerian institute of Medical Research Yaba will not enter into correspondence with any company or individual on why a company was pre-qualified or not pre-qualified
  • The Nigerian Institute of Medical Research reserves the right to reject any or all pre-qualification packages.
  • Subsequent to the submission of the pre-qualification information, the Nigerian Institute of Medical Research, Yaba is neither committed nor obliged to include any company on any bid or to award contract to any company and/or associated companies, sub-contractors or agents.

 

Full tendering procedures will be applied to tenders that are found prima facie qualified and capable of executing the listed projects.

 

Director-General

Nigerian Institute of Medical Research

6, Edmund Crescent

P.M.B 2013

Yaba – Lagos