Tender Opportunity: Provision of Environmental Waste Management Services at Mobil Producing Nigeria Unlimited

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

 

Tender Opportunity: Provision of Environmental Waste Management Services

 

1.  Introduction

Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage provision of Environmental Waste Services on its offshore locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of two (2) years with a one (1) year optional renewal period. Contract is expected to commence in the second quarter of 2012.

2. Scope of Work

The scope of work for this Agreement involves the provision of Environmental Waste Management Services. The scope of work shall be based on rig activities during the contract term. Up to four (4) rigs per year shall be utilized during the 2012 – 2015 Development Drilling Program.

Interested companies must be able to provide the following Environmental Waste Management Services:

Contractor shall provide personnel, equipment and services for collecting, handling, segregation, transportation; storage (if applicable) and disposal of Environmental Waste Management products generated from Company’s drilling rigs located offshore Nigeria and Company’s Operating Base. Products include but are not limited to:

1.       Contaminated solids: Centrifuge Cakes, Earth, Sand, Sawdust, etc.

2.       Contaminated Workover/Completion Fluids (e.g. Brine), Contaminated Non-Aqueous Drilling Fluids (NADF), i.e. (Oil Based Mud (OBM), Synthetic Based Mud (SBM)), Contaminated Water Based Mud (WBM), Crude Oil, Sludge’s, Emulsions, etc.

3.       Empty Drums/Containers with residues of Chemicals, Oils, Paints and Materials. Sludge etc.

4.       Oil Filters, Air Filters, Grease Tubes, Dope Brushes, etc,

5.       Acid/Caustic Solutions

6.       Used Lube/Motor Oil, Grease, Cooking Oil etc.

7.       Solvents, Waste Paints

8.       Batteries

9.       Absorbents, Oil-Stained Solids: Rags, Clothing, Absorbent Pads, Wood, etc

10.     General Trash: Wood, Glass, Paper, Plastic, Food Stuff, etc.

11.     Metal Trash: Scrap Metal. Wiring, Plastics, Light Bulbs and Fluorescent Lights.

12.     Medical Wastes,

13.     Onshore transportation & trucking costs to be borne by Contractor

Standards, Specifications and Laws

  • Contractor’s equipment to be provided under this Agreement shall be in conformance with the latest Industry, Country and Company standards.

 

Equipment Requirements

Contractor shall provide equipment for Company that complies with Company’s standards and procedures for Environmental Waste Management. Contractor’s equipment shall include but is not limited to the following:

  • Stainless Steel enclosed tote tanks for liquid wastes (oil, drilling mud and / or completion fluids) and transportation of fuel to contain volumes from 6 to 9bbls each. Stainless Steel Tote Tanks must be equipped with 4-point certified lifting slings and must conform with international construction, handling, transportation and lifting standards for offshore containers, baskets and portable chemical and helicopter fuel (Jet A1) tanks (seen in Section III Standards And Specifications). Each Stainless Steel Tank constructed in accordance with a UN standard for which a test or inspection is specified may not be filled and offered for transportation until the test or inspection has been successfully completed
  • Closed top, Environmental Skip (with no open drain ports) with SWL ST (Specific dimensions could range between 2m x 1.5m x 1.3m)
  • Open Top water tight container/Skip for Non-Hazardous Waste Minimum Capacity 7 metric tons
  • Open Top water tight container/Skip for Non-Hazardous Waste Minimum Capacity 10 metric tons
  • Open top, side opening, easy discharge trash containers for offshore applications (no open drain ports) to contain scrap metals and rig wastes (paper, plastic, glass and wood). Minimum capacity of 7.5 cubic meters (this could serve as the trash skip if not available)
  • 30 cu ft Compactor Bags/Disposable Trash Bags for Trash Compactors
  • Trash Compactors, 30 cu ft compactor bags and repair service for  equipment
  • Portable air operated Mud Vacs / Liquid Recovery Units with vacuum/suction attachments / discharge hoses and repair service for this equipment
  • Sludge Gulper/Diaphragm Pump to recover viscous waste complete with attachments, hoses and repair service for equipment
  • High Pressure Wash Units (3,000psi minimum) w/attachments, hoses and repair service for equipment
  • Absorbent Pads in size 18” x 18” x 3/8”
  • Liquid Recovery Unit
  • Waste Food Grinder (Macerator)
  • Drum Crusher
  • Hot Water High Pressure Washer (3,000psi minimum)

 

Facilities

Contractor’s facility must be located in FOT/FLT Onne or Port Harcourt, Contractors with facilities outside this area will not be considered for the provision of this service.

Facilities for the management and disposal of Company’s Environmental Waste (as state in the scope of work) shall include but not be limited to:

  • Collection, storage, segregation and transport equipment for offshore and onshore
  • Handling equipment both offshore and onshore
  • Measurement equipment
  • Incineration process equipment
  • Cleaning equipment

 

In addition to this, Contractor’s facility shall as a minimum have the following in accordance with stipulated DPR guidelines

1.       Process floor must be concreted

2.       There must be proper drainage system with drainage collection and sampling points

3.       Proper storage of untreated and treated wastes – This should ensure no spills or leaks and the cover must be adequate

4.       Proper handling of wastes – Transportation of wastes should be in skips only. Facility (Contractor) must therefore have skips or have MOU with a skip owner to cover for the required scope of work

5.       Up to date Waste Manifest Log/Tracking System

 

Inspection Requirements

Contractor shall have an active Non-Destructive Testing (NDT) and inspection program for Contractor’s lifting and hoisting equipment and tools. NDT and inspection of lifting equipment and tools shall be performed a minimum of every six (6) months and shall be documented by equipment serial number or equivalent. Contractor’s NDT and inspection program shall include a color code marking scheme that provides easy identification of equipment with up to date NDT inspection. Contractor shall provide copies of NDT inspection documentation to Company upon request Contractor is responsible for all costs incurred with respect to Contractor’s NDT and inspection program.

Note:

Contractor’s NDT and inspection program shall at a minimum meet the requirements of the latest edition of API RP 8B and Company’s local lifting gear inspection requirements.

Nigerian Content:

The Federal Government of Nigeria (FGN) in line with its vision for Nigerian Content (NC) development has enacted the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act). NNPC/MPN JV requires their contractors to comply with the Act, its attached schedule and any applicable regulation developed by the Nigerian Content Development Monitoring Board (NCDMB). Interested bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.

Bidders will be invited to provide the following NC details to be considered for participation in the tendering process:

  • NC Plan that addresses utilization of Nigerian personnel, equipment, services and materials for this service in order to achieve a minimum of 100% in-country spend in line with the requirements of the NOGICD Act 2010
  • A detailed description of company’s committed infrastructure in Nigeria (offices, rigs, etc.)
  • Details of company’s ownership structure with copies of CAC forms (CO2 and CO7)
  • Training and certification program in place for Nigerian personnel including list of relevant trainings attended by indigenous personnel in the last 3 years
  • Percentage of key management positions (line managers) that are held by Nigerians and percentage of total company workforce (direct and in-direct employees) that are Nigerians

 

In line with the NOGICD Act, Bidders will also be required to submit as part of its technical submission a Nigerian Content Plan demonstrating compliance with the NC requirements in the Act Bidders failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

3.       Mandatory Requirements.

A.      To be eligible for this tender exercise, interested bidders are required to be prequalified in the 3.15.07 (Waste Management) category in NipeX Joint Qualification Scheme (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

B.      To determine if you are prequalified 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 this product/service category and you are registered with DPR to do, contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for 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 tender must comply with the Nigeria Content requirements in the NipeX system.

4.       Close Date

Only tender who are registered with 3.15.07 (Waste Management) category as at Wed., 31st August 2011, being the advert closing date shall be invited to submit Technical Bids.

5.       Additional Information

A.      Interested suppliers must be prequalified for this product/service category in NJQS

B.      Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS

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

D.      This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/or

Expression of Interest (EOI) for the Establishment of Entrepreneurship Development Centres (EDCS) in three Geopolitical Zones of Nigeria at Central Bank of Nigeria

Central Bank of Nigeria

Expression of Interest (EOI) for the Establishment of Entrepreneurship Development Centres (EDCS) in three Geopolitical Zones of Nigeria: North East, North Central and South South

Introduction

The Central Bank of Nigeria (CBN) intends to establish additional   Entrepreneurship   Development   Centres (EDCs) in the three remaining geo-political zones of Nigeria; North- East, North- Central and South-South. This is  aimed   at   beefing   up   the   existing   ones   earlier established for the purpose of ensuring the sustainable supply of skillful entrepreneurs that will be able to take advantage of available credits for Micro, Small and Medium   Enterprises   and   the   various   financing programmes in the Banking Sector, The pilot phase of the three existing EDCs in: North-West ‘(Kano), South-East (Onitsha) and South- West (Lagos) took off between 2008 and 2010.

 

 

2.       THE OBJECTIVES OF THE EDCS

The CBN-supported EDCs which would target those with secondary and tertiary education has the following specific objectives:

  • To develop entrepreneurship spirit in Nigerians and provide insight into the tools, techniques and framework for managing business enterprise, including production, marketing, personnel and finance.

 

  • To develop skills of would-be-entrepreneurs to successfully start, expand, diversify and manage business enterprises as well as link them with financial institutions for accessing start-up capital especially from the microfinance banks.

 

  • To generate employment opportunities for Nigerians in pursuance of the provisions of the National Economic Empowerment and Development Strategy (NEEDS) and recently Vision 2020.

 

  • To raise a new class of entrepreneurs/business owners, who can successfully manage MSMEs that will provide the bride for future industrialization of the country, and also be able to compete in the global market.

 

Applications are invited from interested State Governments within the zones to bid for the establishment of the EDCs in their respective States.

 

3.       Criteria for the Selection of Participating States

Any State wishing to collaborate with the CBN for the establishment of the EDC for the zone in its domain is required to meet the under listed criteria:

1.       Provide  the  following  facilities to support  the smooth and effective operations and delivery of the required services to trainees:

 

 

  • Physical   Structure     office,    training   hails appropriate furniture  etc
  • Training Materials (lecture instruction materials, computers etc
  • Equipment for hands-on training
  • Other Institutional support Infrastructure that will be incidental to the smooth delivery of the Centre’s objective;

 

2.       Provide incubation Centres that will offer on-site business facilities to aid trainees in session and enable the trainees have hands-on experiences on their chosen vocations;

3.       Provide incubation facilities that focuses on the end of the business development cycle by providing experienced business support, high quality facilities and management services for business start-ups;

4.       Financial commitment to establish start-ups or expansion of businesses of their graduates;

5.       Establish the Centre in locations that will provide the maximum impact and access to the beneficiaries in the Zone;

6.       Establish industrial cluster for the purpose of sharing common resources particularly infrastructure;

7.       Provide counter-part funding and evidence of how the Center will be self financing and sustainable overtime at the exit of the CBN;

8.       Demonstrate that it can develop a wide reaching and comprehensive awareness programme aimed at providing information on the benefits of the EDC, particularly among the youths in the State,

 

 

interested State Governments within the target zones; North- East, North- Central and South- South are hereby invited to submit their EOI for the establishment of the Entrepreneurship Development Centres to the address below, not later than 25th August, 2011.

 

The Director,

Development Finance Department

Central Bank of Nigeria,

Corporate Headquarters,

Central Business District

P.M.B. 0187, Gorki

Abuja – Nigeria.

Signed: Management

Procurement and Installation of Solid Minerals Research and Development Equipment at Kaduna Polytechnic

Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post-Basic (STEP-B) Project

Kaduna Polytechnic, Kaduna, Nigeria Centre for Solid Minerals Research and Development

Credit No. 4304 – UNI

Procurement and Installation of Solid Minerals Research and Development Equipment

IFB No. STEP-B/KPT//CoEx/ICB/GDS/1/11

Date of Issuance: 11th August, 2011

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

2.         The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement and Installation of Solid Minerals Research and Development Equipment.

3.         Kaduna Polytechnic, Kaduna, Kaduna State, Nigeria, participating in the implementation of the Science and Technology Education Post Basic Project, now invites sealed bids from eligible and qualified bidders for the:

 

 

Lots Description of Goods Quantity Locations Bid Security Delivery Period
1 Procurement and Installation of Grinding, Crushing and Classification Equipment and Accessories for Solid Minerals Research Laboratory 31 Kaduna Polytechnic, T/Wada Main Campus, Kaduna, Nigeria

 

At least 2.5% of Bid Price

 

120 days

 

2 Procurement and Installation of Equipment and Accessories for Solid Minerals Analytical Research Laboratory 30 Kaduna Polytechnic, T/Wada Main Campus, Kaduna, Nigeria

 

At least 2.5% of Bid Price

 

120 days

 

3 Procurement and Installation of Equipment and Accessories for Solid Minerals High Temperature Minerals Processing Laboratory 10 Kaduna Polytechnic, T/Wada Main Campus, Kaduna, Nigeria

 

At least 2.5% of Bid Price

 

120 days
4 Procurement and Installation of Equipment and Accessories for Drilling Mud Research Laboratory 11 Kaduna Polytechnic, T/Wada Main Campus, Kaduna, Nigeria

 

At least 2.5% of Bid Price

 

120 days
5 Procurement and Installation of Equipment and Accessories for Students Minerals Processing Practical Laboratory 57 Kaduna Polytechnic, T/Wada Main Campus, Kaduna, Nigeria

 

At least 2.5% of Bid Price

 

120 days

 

 

4.         Bidding will  be conducted  through  the  International  Competitive   Bidding  (ICB),  a procedure  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 Guidelines.

 

5.         Interested eligible bidders may obtain further information from STEP-B Office, Kaduna Polytechnic, Kaduna, Nigeria at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays Fridays, except on public holidays.

 

6.  Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for equipment not produced by the company.

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Documents.

 

7.         A complete set of Bidding Documents in English 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 N15,000.00 (Fifteen Thousand Naira) only or USD100.00. The method of payment will be cash or bank draft in favor of KADUNA POLYTECHNIC STEP-B CENTRE OF EXCELLENCE FOR SOLID MINERAL RESEARCH AND DEVELOPMENT. Payment can also be made by electronic banking into the following Bank Account: KADUNA POLYTECHNIC STEP-B CENTRE OF EXCELLENCE FOR SOLID MINERALS ENERGY RESEARCH AND DEVELOPMENT Account No.: 03041931102, Sort Code: 033111539 with UBA Bank Plc, Polytechnic Road, Kaduna, Nigeria. The Bidding Documents will be collected by the representative of the Bidder, by courier services paid by the bidder on request.

8.         Bids must be delivered to the address below at or before 12:00 noon on Thursday, 22nd September, 2011, Electronic bidding will not be permitted, lates bids will be rejected. Bids will be opened in the presence of the bidders or bidders’ representatives, who choose to attend in person at the address below at 12:00 noon on Thursday, 22nd September, 2011. All bids must be accompanied by at teas 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible

 

9.         The address referred to above is:

Council Conference Room,

Kaduna Polytechnic, Main Campus,

P.M.B. 2021, Kaduna, Kaduna State, Nigeria

TEL: +234-8037619719

E-MAIL.: stepbkadpoly@yahoo.co.uk;

 

Signed

Jr S.N. Mumah

Project Manager, STEP-B Project,

Kaduna Polytechnic, Kaduna, Nigeria.

Invitation to Tender for the Supply and Installation of ICT Equipment at Federal Ministry of Finance, Abuja

 

Federal Ministry of Finance, Abuja

Invitation to Tender for the Supply and Installation of ICT Equipment in the Budget Office of the Federation

1.       Introduction:

The Budget Office of the Federation, Federal Ministry of Finance, Abuja, is seeking for qualified and competent ICT Companies to analyze, design, supply and install Local Area Network (LAN), as well as Intranet Portal using a world class ICT implementation standard for the Establishment.

2.       Scope of Work

LOT 1:       Procurement and installation of Network Power Inverters and VSAT Solution

  • Procurement and Installation of Network Equipment
  • Procurement and Installation of Power Inverters (1 no. 7.5KVA SUK AM Dry cell inverter power solution and 14 no. Batteries LFP 12V, 200Ah)
  • Provision of Internet Services Bandwidth 1024 x 1024kbps,
  • Installation of VSAT Equipment (C-Band)

LOT2:        Design, Development and Deployment of BOF Intranet,

Local Area Network for BOF Portal and Data Back-Up Systems

  • BOF intranet Portal: Design. Development and Deployment
  • Data Backup System
  • With LAN Design Structure

3.       Bid Requirements

All intending Bidders are required to submit the following documents along with their Bids:

  • Company Profile giving details of current activities and Management Structure including evidence of Registration with Corporate Affairs Commission (CAC)
  • Evidence of Tax Clearance Certificate for the last 3 years 2
  • Evidence of key professional staff with at least 10 years experience in Networking, Software Engineering and Process Documentation
  • A write up on the understanding of the job
  • VAT Registration and evidence of remittances
  • Financial Capability and name of Bankers2
  • Evidence of similar projects executed within the last 5 years including Cost, Project Structure and other pertinent details. Also copy of job orders issued should be included in the tender document as proof.
  • Short CVs (2 pages maximum) of the personnel expected to be deployed on the assignment

 

4.       Payment Of tender Fee

Bidders are to pay a non-refundable fee of N 10,000.00 at the Cash Office of the Budget Office of the Federation. Federal Ministry of Finance, Abuja.

 

5.       Submission of Tender Bids

All bids should be submitted in three copies in sealed envelopes, marked on the right hand corner “Lot 1 or Lot 2 Tender for the Supply and Installation of ICT Equipment” to Room 318, Budget Office of the Federation on or before Wednesday, 31st August 2011. Enquires and Bid Documents could be obtained from the Secretary to the Tenders Board, Room 341, 3rd Floor, old building.

 

6.       Opening of Bids

The Bids received will be publicly opened on Thursday, 1st September, 2011, at 12,00noon prompt in the Conference Room of the Budget Office of the Federation Federal Ministry of Finance, Abuja. All interested bidders and members of the public are invited to attend, please.

Signed

Director-General

Budget Office of the Federation

Construction of an Events Hall at the Institute of Chartered Accountants of Nigeria

 

The Institute of Chartered Accountants of Nigeria

Established by Act of Parliament No. 15 of 1965)

Invitation to Tender

1.    Contractors are hereby invited to tender for the Construction of an Events Hall for the Institute of Chartered Accountants of Nigeria at Amuwo Odofin, Lagos State.

 

2.    Interested Building Contractors should submit the following:-

(i)    Evidence of current category D Registration with the Federal Ministry of Works Registration Board

(ii)   Three years Audited Accounts

(iii) Copy of Tax Clearance Certificate

(iv) Letter of Financial Health from their Bankers

(v)   List of completed projects in the last 5 years with addresses of the properties and their Clients and Owners

(vi) A non-refundable draft cheque of N50,000.00 (Fifty Thousand Naira only) payable to Institute of Chartered Accountants of Nigeria

 

3.    When the listed documents in Paragraph 2 are submitted. TENDER DOCUMENTS will be collected at the underlisted address:

 

Registrar/Chief Executive

The Institute of Chartered

Accountants of Nigeria

Plot 16, Idowu Taylor Street

Victoria Island, Lagos

Tel:-01 -7642294-5

 

4.   Tenders to be submitted in SEALEC envelopes and titled ‘AMUWO-ODOFIN WORKS’ to the above address on or before Friday 19th August 2011.

 

5.     Tenderers are required to be present for the opening of the tenders at a date and time to be communicated.

 

O.A, Adepate, B.Sc, MBA, FCA

Registrar/Chief Executive

Victoria Island, Lagos.