Tender Opportunity Provision of Waste Management Services in OML124 at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (RC N0. 333615)

Tender Opportunity Provision of Waste Management Services in OML124

 

1.    Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below at APD(N)L’s OML124 (Onshore) facility. The contracts are proposed to commence in Q1, 2012 and continue for a duration of two (2) years with APD(N)L having the sole option to extend the duration for a further period of one (1) year.

 

2. Scope of Services Requirements:

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall  be full responsible for the provision of Waste Management Services suitable for use in an onshore operation

 

 

TB-2936 Waste Management Services:

  • Contractor must be able to provide Handling Equipment Transportation, Treatment and Stabilization for Drilling Waste Management Services including but not limited to the following:
  • Equipment to handle drill waste (cuttings, contaminated soil and all drilling fluid wastes) at the rig location;
  • Sealed/Leaked proof containment for safe drill waste;
  • Safe transportation of drill waste to Contractor’s treatment site;
  • Remediation and clean up of drill site after rig release;
  • Treatment of Synthetic Based Mud (SBM) and Water Based Mud (WBM) drill cuttings, contaminated soil & liquids;
  • Recover of drill fluid after treatment of waste with Thermal De-sorption Unit (TDU):
  • Approved waste disposal site for treated SBM cuttings and liquids.
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

3.       Mandatory Requirements:

3.1     To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Waste Management Services (3.15.07) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

3.1.1  To determine if you are pro-qualified and view the product/services category you are listed for: You may visit NipeX NJQS

Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check my supplier status and thereafter click on supplier product group’.

3.1.2  If you are not listed in a product/service category that you are registered with at DPR to do business, you may contact

NipeX’ office at 30, Oyinkan Abayomi Street,  Ikoyi, Lagos, with your DPR certificate as evidence for necessary update.

3.1.3  To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

3.2.    In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

4.     Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and  www.nigcontent.com,  in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, 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
  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms C02 and Co7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work .
  • 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.
  • 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 centers in Nigeria with physical addresses (not P.O. Box),
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities)
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.
  • Provide MOA with Oil & Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on the-job training attachment for the duration of the project.
  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary

5.    Closing Date:

5.    Closing Date:

Only tenderers who are registered with NJQS Product/Category Waste Management Services (3.15.07) as at 1200 Hours on 16th, August, 2011 being the advert closing date shall be invited to submit Technical Bids

 

 

Additional Information:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.
  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity  shall be to the Contractor’s own account.
  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contact to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

The tendering process shall be undertaken in accordance with the NNPC contract process which requires pre-qualified Contractors to submit their documentation in the following manner

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

(ii)     Following the Technical evaluation process, only technically accountant and financially qualified contractors will be requested to submit their Commercial Tenders,

 

APD(N)L will communicate only with authorised officers of the qualifying contractors at each stage of the Tender process, as necessary, and will NOT  communicate through individuals or appointed Agents.

 

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

Invitation for Technical and Financial Bids for Projects Under 2011 Capital Appropriation at Federal Ministry of Water Resources

Federal republic of Nigeria

Federal Ministry of Water Resources

Upper Benue river basin development authority

(U.B.R.B.D.A), YOLA

MBAMBA-FUFORE ROAD, P.M.B. 2086, YOLA, ADAM AWA STATE,

Email: upperbenue@yahoo.com

Invitation for Technical and Financial Bids for Projects Under 2011 Capital Appropriation

 

The Upper Benue River Basin Development Authority (U.B.R.B.D.A) is drawing funds from the Federal Government of Nigeria under Year 2011Attendement Appropriation and intends to deploy them towards the procurement of Works, Goods and Services and therefore invites submission for Technical and Financial Bids from qualified and reputable Contractors and Consultants with proven competence in the fields of Engineering for the following Projects

 

  1. A. ENGINEERING WORKS
S/N Lot Number Project Description
KIRI DAM AND IRRIGATION
01 LOT 5B Cultivating of 20H.a of land and  servicing of  Centrifugal pumps at Tallum Project
02 LOT 5C Development of fisheries activities and provision of office requirements at Tallum Project
LOWER TARABA IRRIGATION
03 LOT 6B Rehabilitation of Treatment Plant, Fencing of Staff Quarters and Provisions of Project/Utility Vehicle at Gassol Project
04 LOT 6C Establishment of onehard at Gassol
05 LOT 6D Rehabilitation of irrigation Infrastructure, Farm Access Road at Bantaje, Area Rehabilitation of Office & Fencing of Office
HEADQUATERS INFRASTRUCTURE
06 LOT 7B Rehabilitation of Residential Quarters, Water Supply Facilities, Wall Fencing of Premises
07 LOT 7C Provision of ICT facilities and Office Furnishing in the Head Quarters
Kiri Dam and Irrigation
08 LOT 8A Maintenance of Dam including Electrical Works and Rehabilitation of Access Road.
09 LOT 8B Rehabilitation of damaged portions of Timed Canal and Estate Infrastructure
10 LOT 8C Construction of 7500m Kiri dam irrigation main canal.
Dadin Kowa Dam and Irrigation
11 LOT 9B Provision of Service Elements for Operations and Maintenance Dadin Kowa Dam
12 LOT 9C Rehabilitation of Access Road to Colony, Estate and Office Infrastructure at Dadin Kowa Area Office, Gombe State
Yola Irrigation
13 LOT 10A Construction 1000m Secondary Canals and De-sitting of the Main Canal at Yola Irrigation on project, Adamawa State
14 LOT 10B Development of 25ha for Minor Irrigation: Drilling of 120Nos. Tube wells and Procurements of 140Nos. Water Pumps at Yola Irrigation project, Adamawa State.
15 LOT 10C Installation & Serving/ Maintenance of Irrigation Pumps at Yola Irrigation project, Adamawa State.
RECONSTRUCTION OF CHAM DAM AND IRRIGATION
16 LOT 14A Dam, Construction and Development of 100Ha. Irrigation Scheme at Cham, Balanga LGA, GOMBE State
Construction of Earth Dam at Zumo, Daware and Nafori
17 LOT 15A Construction of Small Earth Dam at Zumo, Song LGA, Adamawa State.
18 LOT 15B Construction of Small Earth Dam at Daware, Fufore L.G.A Adamawa State.
19 LOT 15C Construction of Small Earth Dam at Nafori, Fufore LGA, Adamawa State
Construction of Earth Dams at Ball LGA, Gassol LGA and Sardauna LGAs
20 LOT 16A Construction of  Small Earth Dam at Bagwani, Bali LGA, Taraba State
21 LOT 16B Construction of Small Earth at Dananacha, Gassol LGA, Taraba State
22 LOT 16C Construction of Small Earth Dam at Gembu, Sardauna LGA. Taraba State.
Small Scheme Irrigation Project at Bauchi South Senatorial District, Bauchi State.
23 LOT 18A Development of Minor Irrigation Scheme at Liman Katagum : Drilling of 228Nos, Wash Boreholes and Procurement of 228 Nos.

Small Irrigation Pumps, Bauchi State.

24 LOT 18B Development of Minor Irrigation Scheme at Bagel/Zungur:

Small Irrigation Pumps, Bauchi State.

25 LOT 18C Development of Minor Irrigation Scheme at Kirfi/Duguri:

Drilling of 304Nos. Wash Boreholes and Procurement of 304Nos.

Small Irrigation Pumps, Bauchi State.

Development of Minor Irrigation Scheme in Yamaltu Deba LGA, Gombe State.
26 LOT 19B Development of Minor Irrigation Scheme: Drilling or 90Nos.

Wash Boreholes and Procurement of 65Nos.

Small Irrigation Pumps at Zambuk/Difa in Gombe State.

27 LOT 19C Development of Minor Irrigation Scheme: Drilling of 150 Nos.

Wash Boreholes and Procurement of 60Nos .

Small Irrigation Pumps at Jagali North and South in Gombe State.

28 LOT  19D Development of Minor Irrigation Scheme: Drilling of 90 Nos.

Wash Boreholes and Procurement of 60 Nos.

Small Irrigation Pumps at Jagali North and South in Gombe State.

Solar Boreholes at Kalgama, Dakka,  Suntai, Bali, in Bali LGA. Taraba State.
30 LOT 21 Construction of 5Nos. Solar Boreholes at Kaigama “A” Dakka, “A”, Suntai “A” and Bali (1 & 11), Taraba State.
Solar Boreholes at Gangum in Gashaka LGA, Taraba State.
31 LOT 22 Drilling of 1 No. Solar Boreholes at Gamgum “A” in Gashaka. LGA
Solar Boreholes at Badija, Gassol, Shagarda, Shira and Ware Jam in Gashaka LGA, Taraba State.
32 LOT 23 Construction of  6Nos. Solar Boreholes 1 No, each at Badija “A” Gassol “A” Shagarda “A” Wuro Jam, Shira “A” and Shira. Taraba  State.
Construction of 12Nos. Solar Powered Boreholes in the following LGAs of Gombe North Senatorial District: Dukku LGA (3Nos.) and Funakaye LGA (2Nos.) in Gombe State.
33 LOT 24A Construction of 4Nos. Solar Boreholes 1No.each at Badija “A” Gassol “A”Shagarda “A”, Wuro Jam, Shira “A” and Shira “B”, Taraba State
34 LOT 24B Construction of 3Nos. Solar Powered Boreholes 2Nos. Each at Dukku & Funakaye LGA Gombe State
35 LOT 28 Construction of 1Nos. Solar Boreholes at Gona Village, Akko LGA (Gombe- Yola Road). Gombe State.

 

Solar Boreholes in Nafada LGA Gombe State
36 LOT 29 A Construction of 4Nos. Solar Boreholes at Shole, Madaki, Muda and Zadawa.
37 LOT 29 B Construction of 4Nos. Solar Boreholes at Barwo Kasuwa, Jalkan Jigawa and Dendele Yamma
38 LOT 29C Construction of 4Nos. Solar Boreholes at Suko, Biri Fulani and Biri Balawa
Solar Boreholes at Ashaoka, Bisuala, Sabon Gida and Indaforo in Kurmi LGA, Taraba State.
39 LOT 34A Construction of 3Nos. Solar Boreholes 1No. each at Ashoka “B”, Bisaula “B” Sabon Gida “B”
40 LOT 34B Construction of 3Nos. Solar Boreholes and 2Nos. Hand Pumps at Indaforo “B”
41 LOT 36 1No, Hand  Pump each at  Nakambo, Wukari LGA. Taraba South, Taraba State

 

B:       CONSULTANCY SERVICES

S/N LOT NO. PROJECT DESCRIPTION
01 9C Inspection, Monitoring and Evaluation Services and Digitalization of As built drawing of Dadin Kowa Dam in Gombe State.
02 5D Inspection, Monitoring and Evaluation s Services of Kiri Dam Construction in Taraba State.
03 13B Supervision of Mararaban Dongo Small Earth Dam Construction in Taraba State.
04 12B Supervision of Dugwaba Smell Earth Dam Construction in Adamawa State

Interested Consulting Firms are to submit Expression of Interest detailing Financial/ Technical Proposals at no cost in duplicate with a soft copy.

2.0:   ELIGIBILITY REQUIREMENTS

  1. Evidence of incorporation of the Company with Corporate Affairs Commission (CAC) including Articles and Memorandum of Association of the Company and up to date Annual Returns with the CAC (Form 02 & Form C07 to be included).
  2. The Company must show evidence of fulfilling its Tax obligations as follows:

 

  1. i.            Current Tax Clearance Certificate (TCC) for the last three (3) years supplied with Tax Identification Number (TIN)
  2. ii.            VAT Certificate with TIN

 

  1. Audited Account of the Bidding Company for the last three (3) years supplied with Tax Identification Number (TIN)
  2. Evidence of Pension and Social Security Contributions
  3. A sworn Affidavit certifying that:

 

  1. i.            The Company is not in receivership, insolvency or bankruptcy:
  2. ii.            The Company does not have any Director who has been convicted in any Court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety.
  3. iii.            That no officer of the Authority or BPP is a former or present Director or Shareholder of the Company: and
  4. iv.            That there has been no promise of a gift in any form to any of the Authority’s or BPP staff.
  5. Letter authorizing the Authority and her representative(s) to conduct due diligence on all the documents submitted by the company from any source with the view of confirming their genuinely or otherwise.
  6. Evidence of work experience as the main contractor executing or having executed a minimum of five (5) projects of similar completely compared to the proposed work, one of which must have been within the last 5years. Copies of awards letters, last interim Certificate of valuation for on-going project, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.
  7. List of key technical personnel stating their roles, designations, qualifications and years of experience with the guarantee that a minimum number of relevant COREN Registered Engineers of various disciplines as may be required will be deployed to the project. Copies of educational and professional certificates are to be attached
  8. Verifiable list of relevant construction equipment and facilities including registration number, chassis number, location (where they can be inspected) and remarks on whether these are owned, leased or hired.
  9. A functional and well equipped materials testing laboratory
  10. History of company’s policy on community social responsibility.

Non compliance will lead to disqualification.

Note:

In addition

-Items a) is eligibility requirements and their originals must be produced by the company for sighting during the Technical Bid opening session.

-All claims must be substantiated with verifiable facts

– Photocopies of professional certificates are to be initiated, endorses by the owner and professional seals embosses on the professional certificates.

3.0 COLLECTION OF TENDER DOCUMENTS

Interested companies shall on application collect (Standard Bidding Documents Technical and Financial), from Monday 25th July, 2011 from:

The Procurement Unit,

Upper Benue River Basin Development Authority,

Mbamba Fufore Road, P.M.B. 2086, Yola.

Adamawa State.

Upon the presentation of evidence of payment of non-refundable Tender processing charges of N30,000.00 (except Lots 14A and BC which attracts a tender processing fee of N100,000.00 each) per lot into the UBRSDA’a Account as follows:

Account Name: Upper Benue River Basin Development Authority Revenue Account.

Account Number: 1001145943

Sort Code: 082150020

Bank: Bank PHB, Yola

SUBMISSION OF BIDS

  1. Completed Technical and Financial bids (Two sets of hard copy and One Electronic copy in compact disk and Microsoft Word of Excel) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked “Project Name” at the top right hand corner and on the reverse side, the Bidders name and address including day time telephone number.
  2. The Technical Bid should be accompanied with copy of the official receipt of purchase of bids docs.
  3. No change of LOT or return of tender processing charge will be entertained after the issuance of receipt.
  4. The Financial Bid should be accompanied with the relevant  Bid Security which should be at least 1% of the Financial Tender and should also be enclosed in the same envelope as Financial Bid and addressed to:

The Managing Director,

Upper Benue River Basin Development Authority (UBRBDA)

Mbamba Fufore Road, P.M.B 2086, Yola, Adamawa State.

To reach him on or before 10.00am, Monday 22nd August 2011.

V. Technical bids will be opened same day at 11:00am at the Conference Hall of Upper Benue Basin Development Authority (UBRBDA)

Mbamba Fufore Road, P.M.B 2086, Yola, Adamawa State

Further Note:

  • Only firms whose Technical Bids fulfill the minimum would be invited for the opening of their Financial Bids, while others may know their performance by a formal request to the MD/CEO of U.B.R.B.D.A Yola
  • Interested companies are responsible for the neat packaging, registration, timely and safe submission of their document means of their document means of delivery notwithstanding.
  • The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions
  • All prospective bidders are expected to familiarize themselves with the respective locations of the projects of interest before submitting their bids
  • The Authority reserves the right to reject all bids or cancel the procurement proceedings in the public interest without incurring any liability on its parts.

 

5.0 ENQUIRIES:

All enquiries on this advertisement are to be directed to:

The Managing Director,

Upper Benue River Basin Development Authority

Mbamba- Fufore Road, P.M.B 2086, Yola Adamawa State

Invitation for Pre-Qualification of Contractors in Respect of 2011 Capital Projects at Federal Polytechnic Nekede

Federal Polytechnic Nekede

PMB 1036, Owerri Imo State

 

Invitation for Pre-Qualification of Contractors in Respect of 2011 Capital Projects

Preamble

The Federal Polytechnic Nekede, Owerri invites for pre-qualification, reputable contractors for the execution of its 2011 Capital projects.

 

The works are categorized as follows:

  1. Procurement of Equipment for Foundry Technology of Mechanical Engineering Department.
  2. Procurement of Equipment for Hotel and Catering Management of Food Technology Department.
  3. Procurement of Equipment for Chemical Engineering Department.
  4. Procurement of Equipment for Electrical Electronics Department

Pre-Qualification Requirements

a)      Valid certificate of Registration/Incorporation.

b)      Current Tax Clearance Certificate.

c)      VAT Registration and Evidence of past VAT remittances.

d)     Company Audited Accounts for 3 (three) years.

e)      Evidence of Financial capability and banking support.

f)       Evidence of Similar projects executed.

g)      Evidence of Technical Capability.

h)      Equipment and Technology Capacity.

i)        Annual Turnover.

j)        Evidence of timely completion of similar projects executed.

k)      A verifying Affidavit under the Public Procurement Act. 2007 sworn to at the Federal High Court (Proformer of this can be obtained at the Public Procurement Unit (PPU) of the Polytechnic)

Verification of Claims In Pre-Qualification Documents

PLEASE NOTE THAT THE FEDERAL Polytechnic will on its own, verify the claims made in the pre-qualification documents. Pre-qualification analysis will be based on technical and financial capability of the bid.

 

Submission of Pre-Qualification Documents

Pre-qualification will be submitted with a non-refundable fee of N5, 000. 00 (Five thousand Naira) only in bank draft made payable to the Federal Polytechnic Nekede, Owerri. Only pre-qualified companies will proceed to the bidding process.

 

Pre-qualification documents should be enclosed in a sealed envelope

addressed to:

The Director

Physical Planning Unit

Federal Polytechnic Nekede

PMB1036

Owerri

 

The category being pre-qualified for should be boldly written at the right hand top corner of the sealed envelope.

 

The document must be submitted not later than 8th August 2011(12 noon) from the date of the publication.

 

Names of successful pre-qualified companies will be published on the Federal Polytechnic, Nekede Notice Board.

Tender documents will be issued to pre-qualified companies on payment of non-refundable fee of N50, 000.00 (Fifty thousand naira) only for each of the lots in bank draft made payable to the Federal Polytechnic Nekede, Owerri.

 

Completed tender documents must be submitted not later than 8th August 2011.Succeful pre-qualified companies were published on the Federal Polytechnic Nekede, Notice Boards. The documents will be publicly opened on that date at 12 noon prompt in the Polytechnic Council Chambers.

 

Signed:

I.M.ALIGBE

REGISTRAR

Request for Expressions of Interest Advisory Services at Nigeria Extractive Industries Transparency Initiative (NEITI)

Nigeria Extractive Industries Transparency Initiative

Request for Expressions of Interest Advisory Services

Audit of National Policy Planning and Disbursement 2009-2010

The Nigeria Extractive Industries Transparency Initiative (NEITI) is responsible under the NEITI Act 2007 for the development or a framework for transparency and accountability in the reporting and disclosure by all extractive industry companies of revenue due to or paid to the Federal Government. Under Section 2(d) of the Act it is also charged with ensuring the transparency and accountability by government in the application of resources from payments received from extractive industry companies. Further, under Section 3(i) the NEITI is to ensure that all fiscal allocations and statutory disbursements from the Federal Government to statutory recipients are duly made.

EXPRESSION OF INTEREST (EOI)

Pursuant to the above, NEITI now invites eligible Consultants to indicate their interest in the conduct of an audit of national policy planning and disbursement for the period 2009 to 2010

 

SCOPE OF WORK

The scope of services includes the following:

  • To report on Federation Revenues in terms of Budgets, actual and amounts outstanding for the federation.
  • To report on actual disbursements of funds from the Federation Account to beneficiaries (with emphasis on funds originated from extractive industry sector)
  • Track extractive industry sector funds received into the federation account as they are distributed and applied by federal, state, local government councils and agencies and also make recommendations on any issues arising in the course of conducting the work.
  • Additionally, the consultant is required to assess the management of Nigeria’s undertakings to OPEC in terms of production quota. The period to be covered is the calendar years 2009 and 2010 (i.e., 01 January 2009 through31 December 2010).

 

Expression of Interest from eligible Consultants should include the following information as basis for pre-qualification.

  • Evidence of Registration with Corporate Affairs Commission
  • Profile of firm/consortium including ownership structure;
  • Names and Curriculum Vitae of the firm’s top executives who will work on this assignment, including qualification and individual experience in handling similar assignments, preferably in developing countries
  • Details of similar assignment executed in the last five years;
  • Evidence of VAT Registration and Payment of Tax for the past three (3) years
  • For firms applying as consortium, evidence of alliance/partnership between consortium members:

 

Consultants will be selected in accordance with the provisions of the procurement Act 2007

 

SUBMISSION OF EOI

One original + five copies (and a softcopy on CD ROM) of the Expression of Interest must be submitted in a sealed envelope clearly marked “Expression of interest for the Audit of National Planning and Disbursement 2009 to 2010” and delivered not later than 16.00hrs (GMT 15.00hrs) on 15 August 2011 at the address below:

The Executive Secretary

Nigeria Extractive Industries Transparency Initiative

Murjanatu House

1, Zambezi Crescent

Off Aguiyi Ironsi Street

Maitama

Abuja

Attention: Procurement

Tel: +23492906545

E-mail: procurement@neiti.org.ng

Website: http://www.neiti.or.ng

Only short listed applicants will be issued Requests for Proposals (RFPs)

Please Note that E-mail and/or FAX Submissions will be not be accepted

Tender Opportunity Provision of Solid Control Equipment and Services in OML126/137 at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited (RC N0.333613)

 

Tender Opportunity Provision of Solid Control Equipment and Services in OML126/137

1.       Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below, at APE(N)L’s OML126/137 (Offshore) facility. The contracts are proposed to commence in Q1, 2012 and continue for a duration of two (2) years with APE(N)L having the sole option to extend the duration for a further period of one (1) year.

 

2.    Scope of Services Requirements:

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of Solid Control Equipment and Services suitable for use in water depths up to 1,500 feet with requirement for both 10,000psi and 15,000psi rated H2S environment.

ETB-0487 Solid Control Equipment and Services:

  • Contractor must be able to provide Solids Control Equipment and Services including but not be limited to the following:
  • Solids control equipment (high and variable speed centrifuges, cuttings drier / mud recovery system, complete auger system and mono pumps/diaphragm pump, mud vac, high pressure steam cleaner etc);
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

3.    Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Prilling Fluids / Mud Services (3.04.15) (Product/Services) Category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Tender (ITT).

3.1.1. To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool. click on ‘check my supplier status and thereafter click on supplier product group.

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

3.1.3.          To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action

3.2.   In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX System.

 

 

4.     Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and www.nigcontent.com.  in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, 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.
  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and Co7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • 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.
  • 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 centers in Nigeria with physical addresses (not P.O. Box),
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities)
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services
  • Provide details on any other Nigerian Content initiative the company is involved in.
  • Provide MOA with Oil & Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project.
  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

5.    Closing Date:

Only tenderers who are registered with NJQS Product/Category Drilling Fluids / Mud Services (3.04.15) as at 12:00 noon 16th August, 2011 being the advert close date shall be invited to submit Technical Bids.

 

6.    Additional Information:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.
  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.
  • This Advert shall neither be construed as any form of commitment on the part of APE(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such contractors having been pre-qualified in NJQS.
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders,

(ii)    Following the Technical evaluation process, only technically acceptable and financially qualified contractor will be requested to submit their Commercial Tenders.

  • APE(N)L will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

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