Advert For Pre-Qualification of Contractors for the Provision of Offshore Drilling Services and Supply in Seme Field at South Atlantic Petroleum Benin SA (SAPETRO)

South Atlantic Petroleum Benin S.A

Operator of Offshore Seme Field and Block-1

Advert for Pre-qualification of contractors for the provision of offshore drilling services and Supply in Seme field

1.0 Introduction

South Atlantic Petroleum Benin SA (SAPETRO), operator of Seme Field and Block-1 invites interested and reputable companies with suitable and relevant experience for pre-qualif ication as a first step to the tendering opportunity for the Offshore Development Drilling Campaign in Seme Field. The Work is expected to commence in third (3rd quarter of 2012. The work locations shall be within SAPETRO’s areas of operations in the Republic of Benin Territorial Waters. The estimated primary duration of this contract is one year.

 

2.0     Scope of Work/Service Requirements:

 

(a)     Cementing and Pumping Services

Vendor shall provide cementing and pumping services including but not limited to cement slurry design, supply of cement and cement additives, provision for cementing equipments such as silos, compressors, mixing equipment, batch mixers, cement pumping unit, dumb iron etc to perform all kinds of cement jobs. Vendor shall provide pumping equipments for circulation during well control operation. Vendor shall have facilities of lab testing for cement slurry and water sample. Vendors shall have capabilities to design and develop cement programme.

 

b.      Drilling Fluid and Solid Control Services

(SAPETRO/SEME/11/002)

Vendor shall supply mud product and offer mud engineering services  on an offshore jack-up Rig, Vendor shall also provide mud  engineering programmes and useful technical recommendations.

 

Vendor shall be able to provide solid control equipments including but not limited to Hi Speed centrifuges, Variable speed centrifuges for low gravity solid removal and / or debariting. Provision for supply of shale Shakers De-Sander, De-silter, Mud cleaner. Mono  block pumps, sludge pumps etc for maintaining water based mud systems along with personnel and all consumable shall also provide Brine Filtration services and personnel for filtration of brine or any other completion fluids.

 

(c)      Downhole Tools and Fishing  Services

(SAPETRO/SEME/11/003

Vendor shall be able to provide drilling and fishing tools, services and qualified personnel for deviated side tracked wells. Amongst other things vendors shall provide the followings:

  • Complete set of drilling equipment  i.e. drilling jars, accelerator, stabilizers etc with require cross-overs.
  • Complete set of down hole fishing equipment for drilling and completion operations.

 

d.       Casing/Tubular and Accessories

(SAPETRO/SEME/11/004)

Vendor shall supply various sizes of Casing “Tubular and Accessories of standard API ratings fit for Seme development wells. The sizes shall be from 7” to 30″ for casing and 2-7 78” for tubing.

 

(e)      Slick Line Services

(SAPETRO/SEME/11/005

Vendor shall provide equipment and experienced personnel for carrying out slick line operations including  but not limited to setting and recovery of wire line plugs. Wax/paraffin removal, dummy runs slick line fishing operations, etc.

 

(f)      ESP Services

(SAPETRO/SEME/11/006

The scope of services shall be carryout design and supply of ESP and provide supervision during installation. The ESP which shall be installed on all Seme development wells, shall be capable of  withstanding high down hole temperature (above  120 deg Celsius). Pumps shall be suitable to crude of 22.5 deg API. provision for tools and equipment s shall include the ESPs, cables and other associated accessories.

 

(g)     Conductor Piling Services

(SAPETRO/SEME/11/007)

Vendor shall be able to supply equipments and services including but not limited to Hydraulic pile hammer, Cranes, Welding machines, Pile heads, etc. to Pile Drive 30″ Conductor Pipes to the point of refusal with Rig on Location.

 

 

(h)     Directional Drilling Services

(SAPSTRO/SHME/11/008)

Vendor shall be able to provide the  followings for drilling deviated/side tracked wells:

  • Various equipments including but not limited to Mud Motors, Rotary Steerable Systems, Stabilizers, etc, required to drill to requested inclination and azimuth.
  • Software and hardware for survey data management well planning, anti-collision scanning, BHA behaviour prediction,  torque and drag calculations and hydraulic calculation.

 

(i)      MWD-LWD Services

(SAPETRO/SEME/11/009)

 

Vendor shall be able to provide following services for drilling deviated/side  wells:

  • Measurement while drilling (MWD) tools and services (inclination, azimuth, tool face, gamma ray etc), logging while Drilling (LWD) tools and services (gamma ray, resistivity, density, neutron, sonic, formation pressure while drilling etc).

 

(j)      Logistic Service

(SAPETRO/SEME/11/010)

Company shall provide the following logistic supports:

  • Materials movement In and out of the rig
  • Personnel movement m and out of the rig
  • Coordinate boats and vehicles logistic
  • Man company’s communication system at the company bases and effectively respond to company’s instruction on all logistics matters.
  • Carry out other instructed logistic matters

 

(k)     Electrical Logging

(SAPETRO/SEME/11/011)

Vendor shall perform all electrical logging operations for Seme field development drilling

Vendor shall also provide all electrical logging equipment and personnel

 

(l)      Boat Service

(SAPETRO/SEME/11/012)

Company shall provide support boat services.

Service boats shall be suitable for Cargo Operations, Towing, etc

Boat description shall include but not limited to the followings:

  • Main Engines; Total 7000-8000 BH
  • Bow Thrusters: 2×11 tonnes
  • Bollard Pull: 80-90 tonnes
  • Fire fighting Water Monitors; 2x2000m3/hr
  • Accommodation: 9-13 persons.
  • Fuel Oil: Min, 800 m3
  • Drilling water: Min. 500 m3
  • Portable Water; Min, 80 m3
  • Deck cargo: Min 150 tons.

 

(m)    Mud Logging Service

(SAPETRO/SEME/11/013)

 

The scope of work shall consist primarily of mud logging services for Seme development wells,

Supply of Mud logging Contractor shall provide the following services:

  • Supply a Mud logging Unit equipped with qualified personnel and equipment requested by Company to perform the Services
  • Perform surface logging service by means of an on-line high technology system fully configurable, high definition (complete with monitor) for data acquisition, magnetic recording, displaying, paper recording and data processing in real time.
  • Perform real time pore pressure prediction, sample analysis, detection including analysis and evaluation, detection of abnormal formation pressures or trends, presentation of charts containing drilling activity parameter and geological description, preparations of master log plots and reports.

 

(n)     Helicopter Services

(SAPETRO/SEME/11/014)

Contractor shall provide Helicopter Services to support Seme Field Drilling and Completion Operations. Provide all duly qualified staff to maintain and operate the Aircraft from the Operations Base in accordance to Its Flight Operational Manual and best aviation practice.

 

(o).    Drilling Bits Supply

(SAPETRO/SEME/11/015)

The Contractor shall supply the following including but not  limited to):

Various types (PDC and Tricone) and sizes of bits that will be  required to drill  surface, intermediate and production hole sizes of the field development wells,

The contractor shall have capacity to provide bits that can drill different types of well trajectories (straight and deviated).

 

(p).    Waste Management

(SAPETRO/SEME/11/016)

Waste management services shall consist of the services listed below:

Disposal of all wastes in accordance with approved Benin Government regulations including but not limited to landfill, recycling  and incineration. Collection, containment transportation and re- injection of all excess mud, excess brine, spent chemicals, Eposand waste, deck runoff , waste water from bathroom and laundry, and other waste.

 

(q)     Supply of Wellhead and Christmas Tree

(SAPETRO/SEME/11/017)

The following scope of supply is provided as a guide only Tenderer shall provide additional information where it is believed that additional value to SAPETRO can be achieved. Well shall be single completion. Christmas Tree, tubing hangers and other related components to be supplied. All wellheads, Christmas tree designs are to be fully compliant with the requirements of API specification.

The maximum  working  pressure  and  temperature  of the wellheads are 5000psi and about 120 deg Celsius respectively.

 

(r)      Completion Services

(SAPETRO/SEME/11/018)

Contractor shall provide equipment and experienced personnel to perform completions for oil wells.

Contractor will be  expected to provide all engineering equipment and services required to perform completion. Well will be single completion with deviated well architecture.

 

(s)      Environmental Impact Assessment

(SAPETRO/SEME/11/019)

Interested contractor shall have suitable equipment, technical capacity and relevant experience to carry out EIA within Seme Field location prior to planned development drilling campaign.

 

3.0     Mandatory Requirements:

To be eligible for tender exercise, interested Bidders are required to be pre-qualified in the Product/service Category (as mentioned against each tender under item 2 ‘Scope of Work/Service Requirements’ above). Only successfully pre-qualified Bidders will receive invitation to technical and commercial tenders. SAPETRO will communicate only with authorized officers of the pre-qualified companies and NOT through individuals or agent.

 

Note: Interested bidders shall be required to submit 1 electronic copy (CD) and 1 hard copy In a sealed envelope with number of the respective service dearly marked on the top right hand side of the envelope. The full name and address of the responding company or entity must be clearly marked on the submittals. Pre-qualification packages shall be addressed to either of the following addresses:

 

1.       South Atlantic Petroleum Limited

11th Floor, South Atlantic Petroleum Towers

1, Adeola Odeku Street, Victoria Island, Lagos

Attention: The Deputy Managing Director

2.       South Atlantic Petroleum Benin SA

Lot H 27, Les Cocotiers, Cotonou

Republic of Benin

Attention: The Country Manager

4.0     Requirements

1.       Company’s Health, Environmental and Safety Policy including emergency contingency plan, medical and security evacuation plan and safety performance records indicating fatalities, lost time incident rate and total recordable incident rate during the last three (3) years (2008,2009 and 2010).

 

2.       Contractors Drug and Alcohol Policy,

3.       Company profile including Shareholding and organizational structure, names and resumes for key contacts/professional personnel, with phone numbers and email addresses.

4.       Evidence of work experience on at least five projects performed in the last 5 (five) years, with names of Operators’ representatives that can be contacted to verify work history.

5.       Certificate of Incorporation.

6.       VAT Certificate

7.       Financial details, Audited account for the last three (3) years and evidence of financial support from reputable bank or institution.

8.       Verifiable evidence of payment of taxes for the last three (3) or the duration of the business (company Income Taxes, Tax Clearance receipts and other statutory fees).

 

Please note:

  • THIS IS NOT AN  INVITATION  TO TENDER.  Notwithstanding  the submission of pre-qualification information, COMPANY is neither committed nor obliged to include any company on any bid list or to award any contract to any company and/or associated company subcontractors or agents.
  • COMPANY reserves the right to reject any and/or all prequalification packages,
  • All cost incurred in preparing any response to this Pre-qualification invitation shall be to the bidder’s accounts.

Close Date

Submission of interest shall close on the 24th of May 2011. Any pre-qualification package submitted after the deadline  will be  disregarded.

 

Management

South Atlantic Petroleum Limited,

1 Adeola Odeku Street,

Victoria Island, Lagos.

 

Pre-Qualification of Contractors for the Provision of Drilling Rig (SAPETRO/SEME/11/020) at South Atlantic Petroleum Benin SA (SAPETRO)

SAPETRO

Soutb Atlantic Petroleum Benin S.A.

Operator of Offshore Seme Field and Block – 1

Advert for Pre-Qualification of Contractors for the Provision of Drilling Rig  (SAPETRO/SEME/11/020)

1) Introduction

South Atlantic Petroleum Benin SA (SAPETRO), operator of Seme Field and Block-1 invites interested and reputable companies with suitable and relevant experience for pre-qualification as a first step to the tendering opportunity to provide a Drilling Rig for the Seme Field and Block-1 offshore development and exploration drilling campaigns respectively. Block-1 is in water depth range of 27m-80m, and Seme Field which is a defined area within Block-1 is in water depth range of 27-30 meters, 15km from Benin Coast and 30 km from Cotonou Port. Contractor shall provide drilling rig with corresponding crew, capable of drilling and completing and providing ancillary services. The Work is expected to commence in third (3rd) quarter of 2012. The work locations shall be within SAPETRO’s areas of operations in the Republic of Benin Territorial Waters.

2) Brief Description of the Work Scope:

The scope of work shall consist primarily of drilling and completing deviated wells.

 

Drilling Contractor shall provide a drilling rig with characteristics and equipment including but not limited to the followings:

 

Water Depth:    30m            to      100m

Drilling Depth Capacity :    4000m         4000m

Mud System   Standard:         Standard

 

 

 

Waste Management; The rig should be properly equipped for zero discharge to meet the current Environmental Guidelines and Standard for the Petroleum Industry.

 

 

In addition to the foregoing the rig should be fully certified by a recognized authority and all equipment/parts must conform to API, IADC and all applicable minimum industry and international standards.

3) Mandatory Requirements:

To be eligible for tender, interested Bidders are required to be pre-qualified in the service mentioned above in item 2 Brief description of the scope of work.  Only successfully pre-qualified Bidders will receive invitation to technical and commercial tenders. SAPETRO will communicate only with authorized officers of the companies and NOT through individuals or agent

 

 

Note: Interested bidders shall be required to submit 1 electronic copy

(CD) and 1 hard copy of the pre-qualification documents in a sealed envelope marked CONFIDENTIAL:    Drilling Rig Invitation for Pre-qualification (SAPETRO/SEME/11/020)’ on the top right hand side of the envelope . The full name and address of the responding company or entity must be clearly marked on the submittals.

 

Pre-qualification packages shall be addressed to either of the following addresses:

 

 

1)                South Atlantic Petroleum limited

11th Floor, South Atlantic Petroleum Towers

1, Adeola Odeku Street, Victoria island, Lagos

Attention: The Deputy Managing Director

 

2)                South Atlantic Petroleum Benin SA

Lot H 27, Les Cocotiers – Cotonou

Republic of Benin

Attention; The Country Manager

 

 

 

4)      Other Requirements

1)    Company’s Health, Environmental and Safety Policy including emergency contingency plan, medical and security evacuation plan and safety performance records indicating fatalities, lost time incident rate and total recordable incident rate during the last three (3) years (2008, 2009 and 2010),

2)    Contractors Drug and Alcohol Policy.

3)    Company profile including Shareholding and organizational structure, names and resumes for key contacts/professional personnel, with phone numbers and email addresses.

4)    Evidence of work experience on at least five projects performed in the last 5 (five) years, with names of Operators representatives that can be contacted to verify work history.

5)    Certificate of Incorporation,

6)    Financial details, Audited account for the last three (3) years and evidence of financial support from reputable bank or financial institution,

7)    Verifiable evidence of payment of taxes for the last three (3) years or the duration of the business (Company Income Taxes, Tax Clearance receipts and other statutory fees).

 

 

 

This is not an Invitation to Tender. Notwithstanding the submission of pre-qualification information, COMPANY is neither committed nor obliged to include any company on any bid list or to award any contract to any company and/or associated companies, subcontractors or agents.

 

 

COMPANY reserves the right to reject any and/or all pre-qualification packages.

 

 

All cost incurred in preparing any response to this Pre-qualification invitation shall be to the bidder’s accounts.

 

 

Submission of interest shall close on the 24th of May 2011. Any pre-qualification package submitted after the deadline will be disregarded.

 

 

South Atlantic Petroleum Limited, 1 Adeola Odeku Street,  Victoria Island, Lagos.

Construction Services at New Canadian Chancery

Construction Services

New Canadian Chancery

Abuja, Nigeria

Phase 1 of 2

 

The Government of Canada, through the Department of Foreign Affairs and International Trade (DFAIT), is planning to construct a new Embassy in Abuja, Nigeria. The Crown-owned property is located in the Central District in Abuja in the vicinity of Obasanjo Way and Emest Shonekan Avenue.

 

We are seeking proposals from firms with relevant construction experience in Nigeria, who hold appropriate registration and can obtain contract security and insurance.

 

Please note that this is a selective tendering process and the purpose of Phase 1 consists of the pre-qualification of contractors. A score of “adequate” is required to successfully pass the Phase 1 evaluation.

 

Phase 2 will be a traditional tender process. The six (6) proponents with the highest score will be invited to advance to Phase 2 of the procurement process. The traditional tender process will be for a minimum of 60 calendar days.

 

This request for proposal concerns phase 1 only

 

Please note that all details are available on WWW.MERX.COM (Ref//218576)

The Closing Date on 1st June 2011.

Execution of Projects at Kwara State Ministry of Education, Science and Technology

Kwara State Ministry of Education, Science and Technology, P.M.B. 1391, Ilorin


Invitation for Pre-Qualification and Qualification of

Contractors ETF 2010 intervention to Kwara State

Ministry of Education, Science and Technology, Ilorin.

 

In compliance with the requirement of the Public Procurement Act of the Federal Government of Nigeria, the Kwara State Ministry of Education. Science and Technology, Ilorin, hereby invites interested and reputable contractors with relevant experience and good track records for the pre-qualification exercise for execution of the under-listed projects:

 

A.      INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS ON:

Lot I            16 Nos Construction of a block of 3 classrooms

Lot II          Construction of 9 No block of Laboratories

Lot III         Procurement of 3-seater Etf standardized furniture

Lot IV         Furnishing of 18 Nos Laboratories

Lot V          Procurement of Science equipment

Lot VI         Procurement of Library Books to Schools.

Lot VII        Procurement of Computer and other accessories

 

B.      PRE-QUALIFICATION REQUIREMENTS

Application should be submitted along with the following documents.

(i)      Evidence of incorporation

(ii)     Registration with Federal Ministry of Works/State Ministry of Works in the relevant category,

(iii)    Company Audited Account for the last Three Years.

(iv)    Evidence of Tax Clearance Certificate for the last Three Years

(v)     Evidence of Financial Capability and Banking Support

(vi)    Experiences/Technical qualification and experience of key personnel

(vii)   Similar projects executed and evidence of knowledge of the Industry

(viii)  Equipment and Technology Capacity.

(ix)    Annual Turnover

(x)     VAT registration and evidence of Past VAT remittances.

C.      COLLECTION OF BID DOCUMENTS

Collection of bid documents should be purchased on payment of N15,000.00 from the Ministry’s Tenders Secretary.

 

D.      SUBMISSION OF APPLICATIONS

Application for pre-qualification along with two copies of completed bid documents in a sealed envelope clearly marked with the title of the project should be forwarded on or before 23rd May 2011.

 

The Permanent Secretary

Kwara State Ministry of Education, Science and

Technology, Ilorin, Kwara State.

 

PLEASE NOTE:

(a)     The Ministry is neither committed nor obliged to award any contract to any company or agent based on the submission of bid documents,

(b)     That this advertisement for invitation to tender shall not be misconstrued as a commitment on the part of the Ministry to any company to make any claims whatsoever and/or seek any indemnity from Kwara State Ministry of Education, Science and Technology

(c)      That due diligence would be followed as all document submitted would be verified.

 

Signed:

Alhaji AbdulFatal A. Adebiyi,

Permanent Secretary

For: Honourable Commissioner

Ministry of Education, Science and Technology,

Kwara State.

 

Expression of Interest at Federal Ministry of Lands, Housing and Urban Development

Federal Ministry of Lands, Housing and Urban Development

Expression of Interest for Investment in Housing Development under the Public-Private Partnership Programme

 

The Federal Ministry of Lands, Housing and Urban Development in furtherance to implementing its mandate in Housing Development., is inviting Interested and Reputable Real Estate Developers/ Investors to express interest in Partnering with the Ministry in the provision of decent; safe and affordable housing for Nigerians in some of the Ministry’s properties in Lagos State under the Public-Private Partnership Programme (PPP).

 

2.       The Development will be in the following locations:

  1. Property on St. Gregory’s road, Onikan;
  2. Olodi-Apapa;
  3. Igbogbo, Ikorodu;
  4. 12, Osborne Road, Ikoyi (Federal Lands Registry
  5. Parcel of land behind the National Stadium, Surulere;

 

3.       Interested Developers/Investors should contact the Federal Controller of Lands, Housing and Urban Development in Lagos for inspection of the site locations.

Method of Application

Interested Developers/Investors are required to apply for participation in the programme, through Application Forms obtainable in all branches of Oceanic Bank Plc at a non-refundable fee of N100,000.00 (One hundred thousand Naira).

 

Completed application forms, accompanied with the following documents, should be returned in a sealed envelope to the Office of the Honourable Minister, Federal Ministry of Lands, Housing and Urban Development, Headquarters, Mabushi, Abuja, and marked “EXPRESSION OF INTEREST IN PPP HOUSING DEVELOPMENT IN LAGOS STATE” Attention, Head of Unit, Public-Private Partnership:

i)       Photocopy of Oceanic Bank Plc payment teller;

ii)      Company profile;

iii)     Location and size of land required;

iv)     Financing plan showing source(s) of funds (evidence of availability of funds shall be by an irrevocable letter of commitment from a reputable Financial Institution);

v)      3 years Tax Clearance Certificate;

vi)     Evidence of similar projects undertaken previously and any other relevant information

Deadline for the submission of completed on or before 23rd May 2011. Please note that only short-listed Developers/Investors will be called for further discussions and submission of specific site proposals

 

Signed:

Surveyor Emmanuel I. Ogbile

Permanent Secretary

Federal Ministry of Lands, Housing and Urban Development