Provision of 3D Survey APSDM Strategic Imaging Project at NNPC

MOBIL Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

Tender Opportunity:

Provision of 3D Survey APSDM Strategic Imaging Project

1.   INTRODUCTION

Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage 3D Survey APSDM Strategic Imaging Project on its Lagos locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of two (2) years with a one (1) year optional renewal period. Contract is expected to commence as soon as possible, potentially by the fourth quarter of 2011.

2.  SCOPE OF WORK

The scope of work includes, but is not limited to the provision of 3D Survey APSDM Strategic Imaging Project, associated tools and highly qualified specialist personnel.

Interested companies must be able to provide the following 3D Survey APSDM Strategic Imaging Project:

A.      General Project description

  • The Project is best described as an integrated Imaging Study with a primary objective to develop the best methodologies to solve fault related imaging problems that are common in OML 104 and other areas across the Niger delta.
  • Anisotropic prestack depth migration in combination with advanced velocity model building and tomographic techniques are essential technologies for the project. Success will require strong collaboration between specialized experts from the contractor and MPN, as well as an iterative, integrated, creative and highly interpretive approach.
  • Fault surfaces will need to be depth interpreted and become surfaces that separate velocity contrasts within the model. Anisotropic parameters will need to be constrained by available well control and checkshots (VI and Walkaway) as well as geological surfaces. Finding the proper combination of depth imaging algorithms and model building will require some trial and error testing.
  • Ultimately, the imaging objectives for OML 104 are to improve fault sag and fault shadow related imaging problems to reduce the structural and stratigraphic uncertainty for several deeper (>10,000ft) exploration leads as well as at Yoho and adjacent fields

B.     Input Data and Area

  • Input data for the project will be the OML 104 2003 3D survey that was acquired in a 10 streamer/dual source configuration covering -1230 km2 (full fold). The data were acquired E-W into 12.5m xline bins with 6km streamers with a 18.75m flip/flop source yielding 80 fold. Due to surface obstructions in the area some 1500m offset box-in data was also acquired in 2003. Additional vintage streamer data (different shooting direction) will also be used to supplement near offset gaps around obstructions.
  • The Imaging Program area includes the entire 2003 3D survey extent (-1230 km2 full-fold). Based on technical and business needs a priority area of -262 full-fold sq-km (-125 sq, -km image area) is planned to be branched off later in the velocity model building phase

Generalized Breakdown

The service can be broken down into these three general categories:

  • Hi-end preprocessing from navigation merged field tapes. Noise mitigation, multiple suppression and signal enhancement are critical, particularly in fault shadow areas. Bin and regularize the data prior to migration.
  • Iterative Anisotropic Velocity Model Building to accurately resolve lateral velocity contrasts across faults for the entire OML 104 block. Contractor must have a full suite of proven prestack depth migration algorithms (Kirchhoff, Bean, WEM, RTM) as well as proven tomography with ability to constrain input rays based on model surfaces. Contract must have the ability to incorporate the geological surfaces and other geophysical date into the velocity/anisotropic model
  • Hi-end post-migration processing and noise reduction as required with a suite of angle stacks and specified derivative volumes.

3.       MANDATORY REQUIREMENTS

  1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 2D/3D Seismic data processing product group 31002 category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT)
  1. To determine if you are prequalified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log-in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
  1. If you are not listed in a 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.nipexng.com to download an 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

Nigerian Content (NC) in the upstream sector of the Nigerian oil and gas industry is defined as:

“The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”

The Federal Government of Nigeria (FGN) in line with its vision for Nigerian Content (NC) development has enacted the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act).

NNPC/MPN JV requires her Contractors to comply with the Act, it’s attached Schedule and any applicable regulation developed by the Nigerian Content Development Monitoring Board.

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution, (Section 2)

Bidders are expected to provide the following details

  • NC Plan that addresses utilization of Nigerian Labor, Services, Materials and Equipment for this service,
  • Provide a detailed description of your company’s committed infrastructure in Nigeria (offices etc).
  • Provide details of your company’s Ownership Structure. Attach copies of CAC forms (CO2 & Co7).
  • Describe any training and certification program you have in place for your Nigerian personnel including list of relevant training attended by indigenous staff in the last 3 years.
  • Please indicate the percentage of key Management positions (line managers) that are held by Nigerians, Also provide percentage of total Company workforce and staff (direct and in-direct employees) that are Nigerians

In line with the NOGICD Act, Bidders will also be required to submit as part of its technical submission a Nigerian Content Plan demonstrating compliance with the NC requirements in the Act.

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification

5.       CLOSE DATE

Only tenderers who are registered with NJQS Product/Category as on 25th January, 2011 being the advert close date shall be invited to submit Technical bids.

6.       ADDITIONAL INFORMATION

  1. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN to award a contract to any supplier and/or associated companies, sub-contractors or agents.
  1. This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/of its partners by virtue of such companies having been prequalified in NJQS.
  1. NNPC/MPN reserves the right to reject any and or all prequalified suppliers at its sole discretion and at no costs whatsoever.
  1. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.
  1. Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database
  1. MPN shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

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

Mobil House, Lekki Expressway, Victoria Island, P M B. 12054, Lagos

Procurement of Vehicles at Rural Water Supply and Sanitation Programme (RWSSP) in Yobe State

YOBE STATE GOVERNMENT OF NIGERIA

AFDB-Assisted Rural Water Supply and  Sanitation programme Damatruru

Procurement of Vehicles

Invitation for  Bids

Date:               5th January, 2011

Loan No:       2100150015645

IFB No:          YB/RWSS/NCB/002/2011

1.         The  Federal Government of  Nigeria has  received a loan from the  African Development Bank in various currencies to finance the  cost  of  Rural Water Supply and Sanitation Programme (RWSSP) in Yobe  State. It is intended that part of the  proceeds of this  loan will be  applied to eligible payments under the contract for procurement of  1 No.  4×4 WD SUV and 8 Nos. 4×4 WD Double Cabin Pickups.

2.         The  Yobe  State African Development Bank-Assisted Rural Water Supply and  Sanitation Programme now  invites sealed bids from eligible bidders for the  supply of  1 No. 4×4 WD SUV and  8 Nos. 4×4 WD Double Cabin Pick-ups.

3.         Interested eligible bidders may purchase a complete set of  the Bidding documents in English Language at  the office of the Programme Manager, Yobe State African Development Bank-Assisted Rural Water supply and Sanitation Programme located at Flats A6 & A7, 300 Housing Unit Estate, after NNPC Mega Filling Station, Maiduguri Road, Damaturu.

4.         A complete set of Bidding document may be purchased by interested bidders on the  submission of a written application to the  Programme Manager at the above address and upon payment of a non-refundable fee of  N20,000.00 (Twenty Thousand  Naira Only).

5.         Bids Must  be delivered to the  above office on or before Wednesday, 19th January, 2011 at 10.00am local time  and  must be  accompanied by a security of  N1,500,000.00.  Late bids  will be  rejected.

6.         Bids  will be  opened in the  presence of bidders’ representatives who choose to attend on Wednesday 19th January, 2011 by 11.00am in the  Conference Hall of the Yobe State Water Corporation, Gujba Road Damaturu.

7.         Information meeting with bidders will be held on 12th January, 2011 at 11:30am at the  above  address.

Engr. Musa Haruna Chalimno (MNSE)

Programme Manager

Yobe State African Development Bank-Assisted Rural Water Supply and Sanitation Programme, Flats A6 & A7 300 Housing Units Estate, After NNPC Mega Filling  Station, Maiduguri Road, Damatruru.

Email: yobe.rwssp@gmail.com GSM: 0803624886

Pre-qualification for ETF Project at Adamawa State Polytechnic

ADAMAWA STATE POLYTECHNIC, YOLA

OFFICE OF THE REGISTRAR

INVITATION FOR  PRE-QUALIFICATION TO  TENDER FOR  ETF PROJECT

The Adamawa State Polytechnic, Yola wishes to invite  qualified contractors to submit pre-qualification document for the  execution of  its 2009/2010 (merged) ETF project

Scope of  Work

A.        Lot I     Procurement of  various Library Books for different departments

B.        Lott II   procurement of  247 No. various equipment/furniture items

C.        Lot III   Procurement of  Additional 1 No. study carrel 4999 *1200  *750mmh

Pre-qualification Criteria

I.          Valid certificate of  Registration of  incorporation

II.         Tax/Vat clearance  certificate for the  last three years valid up to 31st December, 2001

III.        Company Resume/project including details of key officers, details of  equipment owned

IV.       Evidence of  Registration with relevant bodies and  organizations

V.        Evidence of  execution of similar projects, stating  clearly the  location of  the  projects, including copies of letters  of award and completion certificates

VI.       Name and address of  Bankers, including reference from the bank as  well as  company’s Audited Account from a  reputable chartered firm.

Note

All bid documents shall be enveloped and marked “ETF” 2009/2010 Library Development and the lot boldly written at the  right side corner of envelope and  submitted  sealed and  addressed to:

The  Registrar

Adamawa State Polytechnic

Galadima Aminu Way

Yola, Adamawa State.

Documents should be  received  not later than Tuesday 25th January, 2011. Only pre-qualified contractors will be  invited for  financial bidding.

Late submission of  Tenders would not  be  entertained.

Signed

Ahmed M. Dadi

Registrar.

Proposal for Selection as Procurement Agent at Society for Family Health (SFH)

Society for Family Health

Call for Proposal for Selection as Procurement Agent

The Society for Family Health (SFH) is a non-profit, Non-Governmental Organization founded in 1985 and providing information services and affordable products in health area to the people of Nigeria. SFH deploys behavior change strategies through social marketing techniques to motivate and empower the poor and vulnerable to adopt healthy behaviours

As a Principal Recipient for the  Global Fund Round 8 Malaria Grant, malaria treatment is one of the Service Delivery Areas SFH will be reporting on in the phase 1 of the implementation. In an effort to achieve this objective, SFH will procure and distribute Artemisinin Combination Therapies (ACTs) to private health facilities in all 36 states and FCT, in Nigeria. SFH will coordinate funding and provide technical support to the  successful organization selected and approved as procurement agent. To implement the  Round 8 Grant, SHF invites proposals from qualified organizations from the public  and  private sectors, civil society including non-governmental organization with relevant experience in the  area  of procurement and supply chain management (with special competence in procurement). Interested organizations are  expected to send proposals for these  services in the  following areas.

Objective of  Service

To ensure the timely procurement and delivery of commodities in the right quantity and quality thereby contributing  to the  rapid and sustained scale-up of  malaria control interventions for impact in all states in Nigeria.

Specific Activities

1.         Establish long term agreement with manufacturers/suppliers of products required

2.         Place purchase orders and execute orders for  ACTs for various age groups

3.         Ensure quality assurance and quality control compliance

4.         Ensure compliance with National Pharmaceutical Rules and  Regulations

5.         Make arrangements for shipment and Insurance of the  commodities

6.         Clear products at the ports and deliver appropriately in warehouses. Maintain real-time Logistic Management       Information System (LMIS) which is fully operational and able to record client and  inventory information system

7.         Provide timely reports to client on progress of procurement

8.         Develop and  maintain Standard Operating Procedures  (SOPs) for inventory management of the  health productsProfil

9.         Ensure that  the supply chain system is fully in line  with the  WHO Guidelines  for  Good storage practices and  Good  Distribution Practices for Health Products

Eligibility Criteria

To be  eligible  for consideration, proposal must  provide  the following details

(a)       Profile of the  organization including organization’s certificate of incorporation  (Not required for government establishment),  physical address, organogram of management  structure, ownership (including Board membership), contacts (telephone, facsimile lines and email) and  profile of key personnel.

(b)       Copy of current strategic plan and details  of  operating budget for 2010

(c)        Financial management systems (accounting, internal control and audited financial).

Evaluation and Selection of the  Procurement Agencies

  • Proposals will be reviewed by a technical review committee within SFH using criteria that include those  listed below
  • The agent’s experience in purchasing pharmaceutical products and other commodities internationally on behalf of governments or organizations
  • Robust quality assurance system to ensure the  quality of the  drugs purchased and delivered
  • Experience in and  ability to issue tender or conduct competitive negotiation for the purchasing of pharmaceuticals products
  • Experience in and  ability to enter into long term agreements with manufacturers
  • Experience in and ability to effectively monitor and appraise the  performance of pharmaceutical manufacturer and other  subcontractors
  • Experience in or  ability to manage a buffer stock in compliance with applicable legislation and regulations. If not existing, Offeror  should provide a concrete plan to implement such a buffer stock according to Good Distribution Practices
  • Experience in or  ability to manage and maintain an internet –based system for the ordering and  tracking process. If  not  existing, offer or should provide a concrete plan to develop the same with expected implementation within a mutually agreed time.
  • Experience in and ability to issue International Competitive tenders and awarding contracts for shipping and  insurance at  preferential rates and/or arranging and managing of shipping and transport insurance contracts.

Submission of Application/Closing  Date

The code PROC RND 8-GF/MAL should be boldly written on the top right corner of the proposal envelop. This sealed envelop containing two hard and one soft copy (CD) of your proposal, should be addressed to the  Deputy Director Procurement and received in our  Abuja Office address below, on or  before  5.00pm 6th January, 2011.

Please Note

Late submission will not be entertained

All costs incurred as a result of this Expression of interest and any subsequent requests for information shall borne by the  bidding companies

Deputy Director Procurement Society for Family Health

8, Port Harcourt Crescent

Area 11, Garki, Abuja

P.M.B 5116, Wuse, Abuja.

Award of Contract for the Deployment of 100 classmate PC, 2 Laptops, 1 Unit of Server, Broadband Internet Connections

ITEM/SERVICE
Award of Contract for the Deployment of 100 classmate PC, 2 Laptops, 1 Unit of Server, Broadband Internet Connections (with Two Years Guaranteed Bandwidth Payment) Provision of Backup Power Supply through Solar Energy, Refurbishing and Securing of Equipment Storage Room, Providing Wireless Mesh, and Provision of Charging Platform for each of the Selected Two Hundred and Ninety (290)

DATE OF AWARD
FEDERAL EXECUTIVE COUNCIL (FEC) APPROVED CONTRACTS FOR MAY 19, 2010

CONTRACT DUARATION
36 Weeks

NAME OF COMPANIES
I. Messrs. Zinox Technologies Limited (201 Schools)
II. Messrs. Dialogue Global Links (89 Schools)

IMPLEMENTING AGENCY
Federal Ministry of Information & Communications/Nigeria Communications Commission (NCC)

CONTRACT SUM (NAIRA =N=)
I. Messrs. Zinox Technologies Limited (201 Schools) – N2,474,086,086.00
II. Messrs. Dialogue Global Links (89 Schools) – N1,095,490,854.00

TOTAL SUM : N 3 , 5 6 9 , 5 7 6 , 9 4 0 . 0 0