Purchase of Process/Pressure Vessels at TOTAL G&P NIGERIA LIMITED

TOTAL G&P NIGERIA LIMITED

Operator of the NNPC/TEPNG Joint Venture RC 2979

 

Tender Opportunity: Purchase of Process/Pressure

Vessels for the OML 99: Amenam Oily Water Treatment Facility

Upgrade Project – NG00007732-4

 

Introduction

Total Exploration and Production Nigeria Limited (TEPNG) operator of the NNPC/TOTAL Joint venture invites interested and pre-qualified companies for this tender opportunity to Supply Process vessels.

Vessel Description & No.:

The quantity required & specification for the vessels for purchase are:

  1. 2621696 (One) 1 DEGASSING DRUM (OPUS) Vessel Volume: 126m3; Design/Operating Pressure: 13/8.5barg; Design Flow rate: 137m3/H; Design/Operating Temp.:140oc/98oc; Dry/Operating Weight: 26/152 Tons; SIZE: 3460mm*12250mm (ID*T/T); Pry Matl Of Construction: Carbon Steel+Coating; WEIR HEIGHT: 2500mm.
  1. 2621695 (Two) 2 (skidded) HYDROCYCLONE (FL-SMIDTH) Size: 4m*3m*3m (L*W*H); Design/Operating Pressure: 13/8.5barg; Design/Operating flowrate: 295/267 m3/h per vessel; Design/Operating Temp: 140/115oC; Pry Matl of Construction: Duplex Steel; Dry/Operating Weight: 6/8 Tons
  1. 2621693 (One) Compact Flotation Unit (MI-SWACO) Design Pressure: 13barg; Operating Pressure: 3.5barg; Design Flowrate: 590m3/H; Operating Flowrate: 534m3/H; Power Source: Ac Powered; Design Temp. :140oC; Operating Temp: 100-115°C, Primary Material of Construction. Carbon Steel; Size: 1950mm*2800mm (ID*T/T); DRY WEIGHT: 11.1 Tons; Operating Weight: 19.11 Tons

Scope of Work for the Provision of the Vessels

The scope of work consists of activities required to accomplish as a minimum, the procurement and supply of DEGASSING DRUM, HYDROCYCLONE plus skid and Compact Flotation Unit. It shall involve the following activities/task but not limited to:

  1. Handling of all required logistics involved in conveying the vessels from the OEM and delivery of same to TEPNG at a specified location in Port Harcourt. This would involve, transportation, loading and offloading etc.

Note that Supplier procedure for transportation of consignment shall conform to that of both the OEM and TEPNG standards. Contractor also has obligation of duty of care, as Contractor shall be liable for any deformation or distortion of the consignment or its function as a result of transportation,

  1. Supplier is expected to have technical capability to understand and appreciate the specifications of the equipment. The Supplier shall have a strategy to ensure that the required specifications of equipment are met, this may include procedure for Factory Acceptance Test, Certifications and evidences (as applicable) and as provided by TEPNG, the OEM or a third party etc.

Note that Supplier shall involve TEPNG in all its activities at all stages, with adequate notice.

  1. Contractor shall secure OEM’s Guarantee/Warrantee (as applicable for the equipment and convey same to TEPNG along with the vessels,
  1. Contractor shall obtain all documentation, operating manuals, statutory and regulatory certifications, as-built dossier and all relevant packages/software’s as supplied by OEM and as required by TEPNG in English.

Note that all procedure shall conform to TEPNG’s standards

3.     MANDATORY REQUIREMENTS

  1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 10802 Pressure Vessels, Drums, Accumulators category in NipeX joint Qualification system(NJQS) database, All successfully pre-qualified suppliers in this category will receive in Invitation to Technical Tender (ITT).
  1. To determine if you are pre-qualified and view the product/service category you are listed for; Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
  1. If you are not listed in product/service category 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 necessary update
  1. To initiate the JQS pre-qualification process, access www.nipexing.com download application form, make necessary payments and contact NipeX office for further action.
  1. To be eligible, all tenders must comply with the Nigerian content requirements in the NipeX system.

4.     NIGERIAN CONTENT

TEPNG is committed to the promotion of the Nigerian Oil and gas business in alignment with the Nigerian Content Act 2010 for the Nigerian Oil and Gas Industry Content Development.

It is important that prospective bidders familiarize themselves and comply with the provisions of the Nigerian Oil & Gas Industry Content Development Act otherwise referred to as The Nigerian Content Act at the stage of bidding.

As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set in the Schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board).

Prospective bidders shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content % for the scopes (engineering, procurement, & construction) which are covered in the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfilment of the Nigerian Content Act, during the bidding stage.

Contractors that demonstrate their commitment to meet or exceed the Nigerian Content Act requirements shall be a ground for preferential consideration in the technical and commercial bid evaluation.

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian government shall result to disqualification from bidding this contract.

During the bidding stage, contractors shall:

  1. Comply with the Nigerian Content requirements of government by ensuring the manufacture and fabrication of pressure vessels in Nigeria.
  1. Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board. How it intends to give first consideration to services provided from within Nigeria, first consideration to goods manufactured in Nigeria and first considerations for employment and training of Nigerians in work programme. The NCP shall consistent with the Act demonstrate that Nigerian indigenous service companies have been given exclusive considerations to bid and execute work in land and swamp operating areas and their full utilization and engagement in exploration, seismic data processing, engineering design, reservoir studies, manufacturing, fabrication and provision of services. That the project or contract has given full and effective support to technology transfer by encouraging foreign and multinational companies to develop joint ventures and alliances with Nigerian service companies and suppliers. Tenderer’s detailed plan to achieve/sustain the minimum % tage Nigerian Content level as prescribed by the applicable measurement metrics in the Schedule of the Nigerian Content Act 2010
  1. Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10,02 & 07 (or its equivalent; CAC 2,3,2,4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and multinationals in alliance with a local company, submit evidence that the local company is an indigenous company and the binding Agreement of the alliance duly signed Agreement by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance.
  2. Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries or submit a credible and verifiable plan towards compliance to these requirements.

Submit the detailed description of facilities and infrastructure in Nigeria with evidence of ownership and location in-country.

  1. Provide a project-specific training, man-hour budget, skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past performance on training and development for Nigerians nationals & indigenous business. Plan for sponsorship of Nigerians to acquire competence and/or certification. Further development of local employees as professionals, Proposed training plan for Nigerians on the project including a brief training outline for OEM products, engineering, software & hardware, project management, procurement, construction, installation, start-up & commissioning, maintenance, testing and operations. Bidders would be requested to execute an enforceable MOA with Local Training Service Provider for the provision of training services in specific technical disciplines involved in the project.
  1. 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.

Submit tenderer’s corporate organization’s overall human resources structure (mgt. supervisors, senior & junior skilled officers, etc) identifying positions manned/occupied by Nigerian national employees with evidence of type of employment in-country and identifying the positions manned/occupied by other non-national employees.

  1. Provide description of how bidder has given first considerations to the utilization of Nigerian resources (labour, materials & manufactured goods and services) in the execution of this contract. Maximizing Nigerian Content is a key Project priority. Submit binding memorandum of agreement (MOA) for the procurement of; materials, manufactured goods & finished products, labour & employment and services of Nigerian origin.

 

5.    CLOSING DATE

Only tenderers who are registered with 10802 Pressure Vessels, Drums, Accumulators Category as at Wednesday, 16th February 2011 being the advert close date shall be invited to submit Technical Bids.

Please visit Nipex portal at: www.nipexng.com for this advert and other information

Expression of Interest on Consultancy Services on Sustainable Livelihood in Nigeria-Phase 2 at Management Sciences for Health (MSH)

Management Sciences for Health (MSH)

Subject: Expression of Interest on Consultancy Services on Sustainable Livelihood in Nigeria-Phase 2

The   USAID-funded   Community-Based   Support (CUBS)   for Orphans   and   Vulnerable   Children (OVC) project   in   Nigeria,   invites  consultancy firms/consultants to express interest to provide services.    These   services   will    facilitate implementation of livelihoods activities that will strengthen OVC households generally, and female heads   of households   in particular,   in   selected communities in 6 states.

Applicants requiring clarification and detailed Terms of Reference (ToR) should contact CUBS Gender Advisor as follows: samahson@africare-ng.org Requests for ToR must be received latest

COB Monday January 31st 2011.

Supply of Items at Civil Society for HIV/AIDS in Nigeria (CiSHAN)

Civil Society for HIV/AIDS in Nigeria

Invitation for Pre-Qualification

The Civil Society for HIV/AIDS in Nigeria (CiSHAN) is implementing projects on Care for OVC; Home Based Care for PLWHIV and HIV Prevention for Out of School Youth. CiSHAN is calling for declaration of interest from competent vendors to provide services and supply items that will be required for the implementation of these projects.

Category of items/services that would be required:

Lot 1: Disinfectants, Clinical Dressings. Toiletries, ORS

Lot 2: Stationeries and Printing

Lot 3; Computers and accessories

Lot 4: Electronics e.g. Air conditioners, refrigerators

Lot 5: Office equipments and Furniture;

Lot 6: Data-base Installation

Requirements: To qualify for consideration, interested companies are expected to submit the following documents

  1. Letter of introduction, (indicating area of vendor’s competence) showing capability of supplier and clientele base and maximum volume of supplies done previously.
  2. Name and address of vendor
  3. Adequate   identification  of   contact   person  (drivers   license. International passport, national ID card)
  4. Items usually supplied by vendor
  5. Terms and conditions of delivery
  6. Evidence of registration with appropriate authorities indicating business registration number
  7. Reference from a reputable individual/organization

Applications should be submitted in a sealed envelope marked

‘Procurement Agent, Lot Number (e.g. Procurement Agent, Lot 1) and addressed thus:

Attention Executive Chairman

Civil Society for HIV/AIDS in Nigeria

CSO house, No 4 Eket Close, Area 8

Abuja,

Deadline for Submission: 3rd February, 2011

Disclaimer: This advert is not an invitation for tender, but an invitation for prequalification CiSHAN is not under any obligation to include your company in the tender list. Only shortlisted companies will be contacted.

Pre-Qualification for Consultancy Services on Human Resources Recruitment at Joint Implementation Committee (JIC)

Joint Implementation Committee (JIC) For Abuja City Parking Meter Project

Invitation for Pre-Qualification for Consultancy Services on Human Resources Recruitment

Preamble;

The Federal Capital Territory Administration (FCTA) have concessioner the Installation, Operation and Maintenance on-Street Parking Management Services’ to Messrs Integrated Paring Services Ltd and Platinum Parking Management Services Ltd.

Qualified, experienced and reputable Consultancy firms on Human Resources/Recruitment are invited to submit Pre-qualification documents for the following Lot(s). The JIC have created two (2) Lots;

LOT 1 – Integrated Parking Services Ltd

LOT 2 – Platinum Parking Management Services Ltd

Pre-Qualification Requirement:

Interested firms are required to submit sealed envelope containing the Pre-qualification documents on or before 3rd February, 2011.

  1. Copies of Company Registration Certificate with Corporate Affairs Commission
  2. Copies of Company Registration Certificate with relevant bodies
  3. Company’s Profile and evidence -of RELEVANT/SIMILAR Project executed
  4. Copies of Company’s audited account for the last 3 years
  5. Copies of Tax clearance certificate for the last 3 years
  6. Ability to complete the project within a specific time

Submission of Pre-Qualification Documents;

The complete Pre-qualification documents must be submitted on the presentation of Certified Bank Draft of a Non-refundable Pre-qualification fee of N10.000 (Ten thousand Naira) only. The Bank Draft should be issued in favour of: Integrated Parking Services Ltd, (for LOT 1) and Platinum  Parking Management Services Ltd (for LOT 2),

Pre-qualification documents must be enclosed in a sealed envelope and marked LOT 1 – integrated Parking Services Ltd OR LOT 2 – Platinum Parking management Services Ltd. (for LOT 2).

Pre-qualification documents must be enclosed in a sealed envelope and marked LOT 1 – integrated Parking Services Ltd OR LOT 2 – Platinum Parking Management Services Ltd, on the right hand side of the envelope and addressed to:

The Chairman

JIC Abuja City Parking Meter Project

3rd Floor, FAMAG JAL Plaza

Plot 9,  Maputo Street,

Wuse Zone 3,

Abuja.

Note: Consultancy firms are free to apply for more than 1 (one) LOT.

SIGNED; Secretary JIC

TEL; 09-4927059. 0803 703 5182

Provision of Electrical Energy Related Works and Services at United Nations Development Programme (UNDP)

Invitation for Expression of

Provision of Electrical Energy Related Works and Services to UNDP Nigeria

The United Nations Development Programme (UNDP) in Nigeria would like to invite registered companies to submit their Expression of Interest (EOI) for Pre-qualification and possible inclusion in a database. UNDP is looking for companies specialized in Electrical Energy Related Works and with verifiable experience in ‘On and Off Grid Electrical Projects’.

All companies that wish to participate in the process are required to submit all relevant documents and complete the application form available on www.undp.org/procurement or www.ng.undp.org.  The information provided will be used to access your company’s suitability to qualify for the next stage for services mentioned in the EOI document, interested Companies are required to fulfill the eligibility questionnaire requirements and submit all relevant documents, interested companies also are encouraged to submit their interest only if they meet the eligibility criteria checklist.

The closing date for submitting a complete pre-qualification application form is February 10th 2011 at 12:00 Noon local time Abuja, Nigeria.

The UNDP shall proceed to the qualification stage ONLY for companies that meet its requirement of the specialization as advertised in the EOI.

Due to the high numbers of application normally received, in case you submit an application form for pre-qualification but don’t hear from us after 2 weeks of the closing date, then it means your application has been unsuccessful and your application will not be advanced to the next stage.

For any clarification on any aspect of this EOI please send an e-mail to olayinka.sanusi@undp.org

We thank you for your interest.

Please return the completed form to the contact address below.

Attention: The Service Centre Manager

EOI – Provision of Electrical Energy Related Works and Services to UNDP Nigeria

UNDP- Nigeria 617/618 Diplomatic Zone

Central Area District

FCT, Abuja

PMB 2851 Garki Abuja

The EOI submission that are not in compliance with the requested information as outlined above considered eligible to be included in the next stage of this process

This EOI does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the EOI without any obligation to inform the affected applicants of the ground for the acceptance or rejection.