Execution of Geophysical / Geotechnical and Meteocanographical Survey at Agip Energy and Natural Resources Nig Limited

Agip Energy and Natural Resources Nig Limited

Operator of the NNPC OML116

OFFSHORE

GEOPHYSICAL AND GEOTECHNICAL SURVEY OF SEALINE

R.O.W AND JACKUP LOCATION FOR AGBARA PHASE II

DEVELOPMENT PROJECT: ADVERT FOR TENDER OPPORTUNITY

(NipeX Reference No. NipeX No. 3200010)

Introduction

Agip Energy and Natural Resources Nig Ltd (AENR) intends to put in place contracts with reputable Companies or Consortia having the capability and experience in the Execution of Geophysical / Geotechnical and Meteocanographical Survey along sea-line R. O. W. and Jack up platform location.

 

Scope of Work

The scope of work is as summarized below:

 

  • Survey from OMl-1 16 (Agbara Platform) to Brass Terminal – estimated distance of 45 km (WD from 70m to 0m) – First route.

 

  • Survey from Brass Terminal and OGGS tie-in Point – estimated distance of 25 km offshore- Optional (WD from 15m to 25m) – Second route.

 

  • Survey close to Agbara Drilling platform for the positioning of a jack up drilling Rig.

 

 

The main tasks of the pre-engineering survey are to obtain:

  • Bathy-morphological, Geo-technical and Geophysical Characterization of the route corridor. The bathy-morphological and geotechnical characterization shall focus on the route corridor where the pipeline is to be laid to define the seabed bathymetry, morphology and stratigraphy, obstacles and soil characteristics and to identify eventual critical areas.

The geotechnical design parameters along the proposed pipeline route and surrounding areas (for geo-hazard purposes) shall also be defined as required for pipeline engineering purposes.

  • Meteocean Parameters, The assessment of metocean parameters along the route has the scope to:

 

–        Define extreme and climatic design wave and current data for the assessment of pipeline stability and long term integrity (fatigue analysis).

–        Define meteocean climatic and extreme conditions for on site activity during construction.

  • Survey on Jack-up Location.

The Geophysical survey shall cover any significant area that will be utilized during the jack-up positioning. Bathy-Morphological Survey within 2X2 Km area as well as magnetometer survey within an area of 500 X 500 m. The Geotechnical investigation program for a mobile drilling unit (jack-up) is finalized to the evaluation of the soil profile for the analysis of jack-up leg penetration according to SNAME standards and eventually interference with existing platform foundations.

The reference investigation program includes one borehole to 30 m penetration below seabed with continuous sampling

 

The activities listed above shall be executed in compliance with Company’s standard specifications, which will be contained in the ITT Package, Applicants are to note, that the Scope of Works as listed, are independent, as such Company may choose to award the contracts individually or in combination as it deems appropriate.

 

 

Nigerian Content

Bidders are invited to express complete understanding and willingness to develop in-country capability and capacity for related items to enhance the development of Nigerian Content in compliance with the Nigerian Oil and Gas Industry Content Development Act (NOGICD Act 2010).

 

 

Pursuant to the above, bidders’ submission shall be evaluated strictly with th minimum evaluation criteria defined in the NOGICD Act and other extant laws. Only bidders whose submissions are in compliance, shall proceed to the next stage of the tender process.

 

Among the information/documentation that will be requested to be submitted by Bidders at the ITT stage are:

  • Preparation of Nigerian Content Plan that addresses utilization of Nigerian Labour, services, Materials and Equipment for this service in order to achieve a minimum target as set out in line with the requirements of the NOGICD Act.
  • Provision of detailed description of all work bidders will accomplish using Nigerian Resources (Labour, Materials & Services).
  • Provision of current and in-place organization structure with detail experience and skills of key management personnel with names. Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian nationals and the percentage of the total workforce that are Nigerians.
  • Detail past experience/present commitment to staff training and development of Nigerian personnel Furnish details of training plans for Nigerians specific to this scope of work.
  • State any further innovative proposals that would enhance the development of Nigerian Content for the Project.
  • Demonstrate that entity is a Nigerian company as defined in the ACT. Where capacity is inadequate, genuine alliances with multinationals for the purpose of technological transfers with a foreign-owned or multinational company with Memorandum of agreement etc. Tenderer is required to demonstrate workshare ratio and time frame for growth to be achieved
  • Provision of details of your company’s ownership and share holding structure. Submit copies of your CAC forms CAC10, CAC2.5, CO2 and CO7.

 

NOTE: Bidders shall be requested to provide evidence to show their compliance with the above listed requirements at the ITT stage. Failure to meet the Nigerian Content requirements is a “FATAL FLAW”

 

Mandatory Requirements

To be eligible for this tender exercise, interested Contractors are required to be pre-qualified under Geotechnical (30903) and Geophysical and Hydrological (30904) Product Categories in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Contractors in the categories by the bid dose date will receive Invitation to Technical Tender (ITT).

 

 

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

 

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

 

 

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

 

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

 

Closing Date

Only tenderers who are registered with the relevant NJQS product/service categories (Geotechnical – 30903 and Geophysical and Hydrological – 30904) as at 4th August, 2011, being the advert closing date, shall be invited to submit Technical Bids.

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

 

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

 

Management

Advert for Tender Opportunity TB-2970 Provision of Geochemistry Services at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (Rc No. 333615)

Addax Petroleum Exploration (Nigeria) Limited (Rc No. RC 333613)

Advert for Tender Opportunity TB-2970 Provision of Geochemistry Services in OwL-123/124 & 126/137

 

 

1.    Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this advertisement opportunity for the Provision of Geochemistry Studies in OML-123/124/126/137, as detailed in item 2 below The contract is proposed to commence in 2012 and continue for a duration of two (2) years with an option to extend the duration for a further period of one (1) year.

 

 

2.     Scope of Services:

This Scope of Services covers the provision of personnel, equipment, services and consumable associated with Geochemistry analyses to be utilized on a periodic call-off basis

 

 

As a minimum requirement, the selected Contractors shall have the necessary experience, equipment and capability to provide timely, quality Geochemical analyses for source rock evaluation and hydrocarbon characterization. Capabilities shall include analysis and interpretation for TOC, TC. RockEval/pyrolosis, Kerogen-maceral description, Vitrinite Reflectance. Extract analyses/GC/MS and Whole Oil analyses. The selected contractor shall be responsible for simple picking, preparation and transport needed to perform the work.

 

 

3.       Mandatory Requirements:

3 1.    To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Geological Evaluation Services (Organic Geochemistry, Petrology, Diagenesis,  Biostratigraphy, Fluid Characterisation, Core Analysis, Flooding) 3.12.09 (Product/service) category in NipeX Joint Qualification System (NJQS) database.

All successfully pre-qualified Contractors in this category will receive invitations to Tender.

3.2     To determine if you are pre-qualified and view the 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 Qualificaion Scheme tool, click on check my supplier status and thereafter click on supplier product group.

 

3.3     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.

 

 

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

 

3.5. In addition, Tenderers shall also be required to comply with the Nigerian Content requirements in the Nigerian Oil & Gas Industry Content Development Act 201 0.

 

 

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.

 

 

The Nigerian Content Development Monitoring Board (NCDMB) will require each tenderer to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian 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 C07
  • 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 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.

 

5.     Closing Date

Only Tenderers who are registered with NJQS Product Group 3.12.09 Geological Evaluation Services (Organic Geochemistry, Petrology, Diagenesis, Biostratigraphy. Fluid Characterisation, Core Analysis, Flooding) as at 3rd, August, 2011 being the advert closing time/date  shall be invited to submit Technical Bids.

 

 

6.    General Conditions

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 contract to any Contractor and or associated contractors, subcontractors 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 contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

  1. i.            Pre-Qualified contractors in the relevant Services category in NJQS will be requested to submit their Technical Tenders.
  2. ii.            Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tender.
  • 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 portol at www.nipexng.com for this Advert and other relevant information.

 

Invitation for Pre-Qualification to Tender for Utilization of Education Trust Fund Allocation for Year 2009 Projects at Osun State College of Technology, Esa-Oke

Osun State College of Technology, Esa-Oke

Invitation for Pre-Qualification to Tender for Utilization of Education Trust Fund Allocation for Year 2009 Projects

1.0     Following the approval of the Education Trust Fund (ETF), Osun State College of Technology, Esa-Oke wishes to undertake pre-qualification of interested contractors/suppliers to tender for its year 2009 ETF projects.

 

LOT 2:        Sinking of Motorized Bore-hole with submersible pump.

LOT3:         Construction of 30,000 litres capacity corrugated iron steel storage tank with steel stanchion.

LOT4:         Reticulation and distribution pipelines from the borehole of offices, classrooms, lecture theatres in the Northern part of the college using galvanized pipes.

 

 

2.0     Pre-Qualification/Tendering Requirements

The would-be contractors should have the following:

(i)      Evidence of registration with Corporate Affairs Commission

(ii)     Evidence of registration with Bureau of Public Procurement Office. Osogbo.

(iii)    Evidence of registration as a contractor with Osun State College of Technology, Esa-Oke in the appropriate category.

(iv)    Current Tax clearance certificate for three (3) years.

(v)     A comprehensive company’s profile with curriculum vitae of principal officers.

(vi)    Verifiable evidence of previous experience in similar jobs.

(vii)   Evidence of VAT registration and past remittances.

(viii)  Reference   letter   from   reputable   bank   saying   that   the contractor/supplier has the financial ability to secure the requisite funding for the execution of the project.

(ix)    Evidence of payment of Osun State Capital Development Levy,

(x)     Payment of non-refundable pre-qualification fee of Twenty-five Thousand   (#25,000.00) naira   for  each   LOT   to  Bursary Department of Osun State College of Technology, Esa-Oke

 

3.0       Submission

Three (3) copies of spiral banded pre-qualification documents must be submitted in sealed envelope and clearly marked “Pre-qualification to Tender for ETF year 2009 projects” not later than 22nd July,  to the address below.

Office of the Bursar/Secretary,

Tenders Committee

Osun State College of Technology, Esa-Oke

Note:

(i)      Further submission after the specified time would not be accepted.

(ii)     Please, note that only pre-qualified bidders will be invited to tender for the projects,

(iii)    Notwithstanding the submission made by the bidders, the College is NEITHER committed NOR under any obligation to include any bidder or contractor on the Tender list or award.

(iv)   Originals of documents must be produced for sighting during the opening exercise.

 

Signed

Elder Fabinu Amos

Ag, Bursar/Secretary,

Tenders’ Committee

Supply and Installation of Teaching and Research Equipment at Usmanu Danfodiyo University, Sokoto

 

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar and Secretary to Council)

Invitation for Pre-Qualification and Tender

1.0.      Introduction

The Usmanu Danfodiyo University, Sokoto intends to execute projects approved by the Education Trust Fund (ETF) using the 2010 Special Intervention for Equipping the Central laboratory to the University. The university hereby invites bids for pre-qualification and tender from competent reputable and interested companies to submit their pre-qualification and tender documents for assessment.

 

2.0.      Scope of the Project

The scope of the project is the Supply and Installation of Teaching and Research Equipment in the Central Laboratory of the University.

 

3.0.      Pre-Qualification and Tender Requirements

3.1.0 Prequalification Requirements

Prospective companies who wish to participate in the execution of the projects are required to submit their pre-qualification bids containing the underlisted documents.

a.       Certified true copy of certificate of registration/incorporation with the Corporate Affairs Commission;

b.       Certified true copy of company’s Tax Clearance Certificates for the last three years and VAT registration;

c.       Evidence of current registration with the University

d.      Evidence of financial capability to execute the project (s), e.g. audited account for the last three(3) years and a letter of reference from their bankers;

e.       Evidence of similar and verifiable projects successful executed by the contractor indicating locations, letters of award and completion cerficates in the last five years

f.       List of major items of equipment possessed by the contractor;

g.      List of managerial technical and administrative staff of the contractor; and

h.       Evidence of payment of staff pension contributions to National Pension Commission (PCNCOM)

 

3.2.0. Tender Requirements

The pre-qualification documents submitted by interested companies will be assessed and only tenders of those found competent and pre-qualified will be opened for evaluation

 

4.0.      Collection of Tender Documents

The tender documents can be collected from the office of the Director, Physical Planning and Maintenance, after the payment of a non-refundable tender fee of fifty thousand naira (50,000:00) only in Bank Draft payable to Usmanu Danfodiyo University, Sokoto and present a receipt of payment from the Bursar

 

5.0.    Submission of Pre-Qualification and Tender Documents

The completed pre-qualification and tender documents must be submitted in separate and seated envelopes, with the names of the projects for which the documents are submitted, marked clearly on the envelopes.

Pre-qualification and tender documents should be addressed to:

The Secretary, Tenders Board

Registry Department, Usmanu Danfodiyo University

P.M.B. 2346, Sokoto

6.0.    Closing Date for Receipt of Pre-Qualification and Tender Documents

The closing date for the receipt of the documents is 28th July 2011. The pre-qualification documents will be opened on the same date by 12:30 pm. Thereafter, successfully pre-qualified contractors’ bids will be opened and evaluated.

 

Signed

Umaru U. Bunza

Registrar and Secretary to Council

 

Invitation for Expression of Interest and Pre-Qualification for Consultancy in Capacity Building at Usmanu Danfodiyo University, Sokoto

 

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar and Secretary to Council)

Invitation for Expression of Interest and Pre-Qualification for Consultancy in Capacity Building

 

Introduction

The Usmanu Danfodiyo University, Sokoto in its efforts to ensure the realization of health for all, policy and the need to integrate herbal/traditional medicine into the primary health care delivery, intends to carry out a capacity building to upgrade the physical and human facilities of the Department of Pharmacagnosy and Ethnopharmacy of the faculty of Pharmaceutical Sciences of the University, using its 2011 Capital Appropriations.

 

Scope of the Service

1.    The services required is to train both academic and technical staff in the department of Pharmacognosy and Bthropharmacy on conventional and modern methods of teaching and contacting researches in traditional medicine. This is to give an opportunity for research and teaching of the art and science of traditional medicine and clinical herbal practices with the view of integrating this in medical care. The consultants will also be required, to mount workshops to train traditional birth attendants/herbalists, bone settlers and related practitioners in Sokoto, Kebbi and Zamfara States.

 

2.    The Consultants will also be required to specify/design the creation and development of Herbarium, Medicinal Plant Garden, and Animal house. Locating of medicinal plants (using GIS mapping) in Sokoto, Kebbi and Zamfara States as part of the project

 

3.    The consultants will be required to specify and facilitate the acquisition and consumables that will be required by this project.

Pre-Qualification Requirements

A pre-qualification exercise of Interested companies will be carried out and only companies successfully pre-qualified will be invited to submit proposal for the project. As part of the pre-qualification process, interested companies are required to submit the following information/documents for assessment:

a.  Company profile, including curriculum vitae of Key staff of the company;

ii.    Certificate of incorporation from Corporate Affairs Commission;

iii.   Verified copy of tax Clearance for the last three (3) years;

iv.   Evidence of successful execution of similar projects or being executed within the last three years;

v.    audited financial account for the last three years; and

vi.   The firm must have bias in Pharmaceutical Sciences or evidence of linkage with a Pharmaceutical Institution.

 

Submission of Pre-Qualification Documents

Completed pre-qualification documents must be submitted to:

The Secretary

Registry Department

Usmanu Danfodiyo University

P.M.B. 2346

Sokoto

 

Receipt of pre-qualification documents will be closed on 28th July 2011.

 

Opening of Pre-Qualification Documents

Completed and submitted documents will be opened, in the presence of companies’ representatives, at the Senate Chambers, Ahmadu Bello House, Main Campus of the University, by 12:15pm on the date of the close of receipt of pre-qualification documents.

 

Signed

Umaru U. Bunza

Registrar and Secretary to Council