Provision of Semi Submersible Drilling Unit at Addax Petroleum Exploration (Nigeria) Limited

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

Tender Opportunity
Etb-0472 Provision of Semi Submersible Rig in OML 126/137

1.    Introduction:
ADDAX PETROLEUM EXPLORATION (NIGERIA) LIMITED (hereinafter to as “APE (N) L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the Provision of Semi Submersible Drilling Unit at APE (N) L’s OML 126/137 (Offshore), as detailed in item 2 below. The Contract is proposed to commence in Q2, 2011 and continue for a duration of one (1) year with APE (N) L having the sole option to extend the duration for a further period of one (1) years plus another one (1) year options.

2.    Scope Of Services:
This Scope   of   Services covers   the   provision   of Semi Submersible Drilling Unit associated with APE (N) L’s Drilling/Testing/Completion Operations in OML-126/137
As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of a 10,000 psi rated SEMI SUBMERSIBLE DRILLING UNIT with the following minimum specifications:

Equipment including, but not limited to,
o    Operating water depth up to 1, 500ft
o    Minimum Variable Drilling Load- 2, 500MT
o    Drilling depth capability – 25,000 ft
o    Crane capability for single lift up to 55MT at 25ft radius
o    Minimum 3x 1600HP mud pumps
o    Draw works capacity- 3,000 HP
o    Rotary Table- minimum 49 ½” opening
o    Static Hook Load capacity > 1,000.000lbs
o    Top drive continuous drilling torque >30,000 ft-lbs at15ORPM, rated to >500 Tons
o    HP circulating system rated to minimum 5,000psi
o    BOP-minimum 4 rams 18 ½” 10.000psi, 1 x181/2″ 5,000psi annular, 18 ¾ ” 10,000psi wellhead connection
o    LMRP-18 ¾” 5,000 psi annular x 18 ¾” LMRP connector/to match top of BOP provided
o    Diverter- 500 psi
o    Heli-deck suitable for Sikorsky S61 (minimum requirement)
o    Accommodation for > 110 persons
o    Liquid mud capacity (active/reserve) p-2,000 bbls
o    Bulk storage capacity- 12,000 cuft
o    Drill Pipe requirement >15,000 ft 5″ 19.5 ppfS-135 DP and 9,000 ft of 3 1/2″ 15.5 ppfS- 135 DP
o    4 flow-line shakers or equivalent plus de-sanders, de-silters, mud cleaner and degasses
o     Wire/Chain moored
o    Motion Compensator-Minimum 500,000lbs operating.

  • All necessary consumables and spare parts (unless APE (N)L) agrees to provide an agreed to provide an agreed quantity of such consumables and/or spare parts): and
  • All other related equipment, tools and experienced personnel necessary to satisfactory perform the Services

The selected Contractor will be responsible for the mobilization and subsequent demobilization of its unit, equipment, tools and personnel between place of origin and APE (N) L’s nominated off shore location where the Services are to be performed and personnel between place of origin and APE (N) L’s nominated offshore where the Services are to be performed

3.    Mandatory Requirements
3.1    To be eligible for this ender exercise, interested Tendered are required to be pre-qualified in the  3.04.01- Drilling Rigs (Product/Service) 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.nipexngcom and access NJQS with your log in details, click on continue Joint Qualifications scheme tool, click on “check my supplier’s 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 DPR certificate as evidence for accuracy 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 down the requisite applications form, make necessary payments and contact NipeX office for further actions.
3.2    In addition to 3.1 above, Tenderer should also be required to comply with Nigeria Content requirements in the NipeX system.

4.    Nigeria Content Requirements
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 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 CEE 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 description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerian over the next five (5) years
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical address (not P.O.Box)
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities
  • Provide details on any other Nigerian Content initiative the company is involved in 1
  • Tenderer is to provide  evidence that its Nigeria Subsidiary owns 50% of the Equipment to be deployed for this contract
  • Tenderer id to provide Plan to use Nigerian offshore Catering services
  • Provide evidence of applicant’s current registration with NMA/NIMASA to operate in Nigeria waters, and DPR valid permit to operate in the Oil & Gas industry
  • In addition to the above training, provision must be able made for training of two (2) Engineers and two (2) Masters to the required certification levels in accordance with Nigerian Content Human Capital Development Guidelines issued to the industry.

5.    Closing Date
Only tenderers who are registered with the NJQS Product/category as at (fifteen (15) working days from 4th -20th November, (2010) 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
  • To enable interested pre-qualified Contractors to use the NipeX System to progress this tender exercise, they should access the NipeX System and include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes
  • All cost incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be Contractor’s own account.
  • This Advert shall neither be construed as any form of commitment on the part of APENL 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 APEN)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 pre-qualified Contactors to submit their documentation in the following manner:-
  1. Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders
  2. Following the Technical evaluation process, only technically accepted and financially qualified contractors will ne to submit their Commercial Tenders
  • NNPC/APE (N) L reserves the right to reject the submission (s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to NNPC/APE (N) L.
  • APEN)L will communicate only will authorized officers of the qualifying Contractors at each stage of the Tenderer process, as necessary, and will NOT communicate through individual or appointed Agents

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

Execution of Projects at Nigeria Atomic Energy Commission (NAEC)

Nigeria Atomic Energy Commission (NAEC)
No. 9, Kwame Nkrumah Crescent, Asokoro Abuja
P.M.B, 646 Garki Abuja

Invitation to Tender

The Nigeria Atomic Energy Commission (NAEC) has concluded the pre-qualification process for interested bidders for the execution of Year 2010 capital
Projects.

At the end of the exercise a total of five competent and pre-qualified bidders emerged as follows:
Home Builders Nig. Ltd (Lots 1,2)
Deux Projects Ltd (Lots I, 2)
Basal Nig Ltd. (Lot 2)
Silhouettes AB & Turnkey Ltd. (Lot 1)
Etonbra Nig. Ltd. (Lot 1)

Collection of Tender Documents
Only pre-qualified bidders (Companies) are allowed to tender on payment of a non – refundable fee of N50, 000 (Fifty Thousand Naira) only for each project. Payment should be made at the Department of Finance and Supply of the Commission, while tender documents are obtainable from the Administration Department.

Submission Of Tender
The tender submission should contain necessary information that will facilitate the consideration of submitted applications. In accordance With The Public Procurement Act, 2007, The Commission Reserves The Right To Request For Further Proof On Claim Made In All Submitted Documents. Where Necessary, Original Documents Might Be Called For Sighting.

All completed tenders must be enveloped, sealed and marked at the top with project being tendered for and addressed to:

The Secretary,
Tenders Board,
Nigeria Atomic Energy Commission (Naec),
No. 9 Kwame Nkrumah Crescent,
Asokoro, Abuja.

Tender documents must be collected and returned on or before 18th November 2010.
All companies that submitted tenders are invited to the opening of the tender by 12 noon on Wednesday 24th November, 2010, at the Conference room of the Commission.

Note:
Company names that appear in Asterisk above qualified for both lot 1&2

Signed:
Secretary
Tenders’ Board NAEC

Procurement of Goods at Abia State Polytechnic, Aba

Office of the Registrar
Internal and External Advertisement

Pre-Qualification to Tender

Introduction
In furtherance of its mandate, the Abia State Polytechnic Aba is desirous of erecting a three (3) storey Bookshop Block accommodating bookshops, lecture rooms and offices. The Polytechnic therefore invites interested, but competent contractors to apply for pre-qualification as an initial step in the award of contract for the project.

B.         Pre-Qualification Criteria
Pre-qualification information will be evaluated based on the following criteria

  • Company profile incorporating evidence of Incorporation.
  • Evidence of registration with Abia State Polytechnic, Aba
  • Company’s current Tax Clearance Certificate for the last three (3) years.
  • VAT registration evidence of past VAT remittance
  • Evidence of financial. capability and banking support backed by Bank Statement and Audit Reports,
  • Verifiable evidence of previous experience in construction jobs of similar nature. (Attach Letters of Award and Certificates of Completion).
    Experience / Technical qualification of key personnel to be employ in the project, if awarded.
    List of equipment proposed for use in the project and how they will be sourced.

C.    Submission of Pre-Qualification Documents
Interested bidders are expected to obtain Pre-qualification to Tender Forms from the office of the Bursar Abia State Polytechnic, Aba on payment of the sum of
N47, 000.00 (Fourty-Seven thousand Naira) only. Twenty (20) copies of the filled pre-qualification to Tender Form and supporting documents should be returned to the undersigned in a sealed envelope marked “Pre-Qualification to Tender for
Abia Poly Book House”.

D.    Closing Date
Application for pre-qualification received on or before 22nd November 2010 will not be considered.

Additional information
Notwithstanding the submission of pre-qualification data, the Abia State Polytechnic is neither committed nor obligated to any company on any bid/tender list or award any form of contract of contract to any company or agent.

This advertisement shall not be construed as commitment on the part of the Abia State Polytechnic, nor shall it entitle a participating company to make any claim(s) whatsoever or seek any indemnify from the Abia State Polytechnic by virtue of such company having responded to this advertisement.

This advertisement is not an invitation to tender.

Chief Emeka C. Emelogu
Registrar/Secretary to Council
Abia State Polytechnic, Aba.

Servicing/Maintenance of Pollution Control Equipment at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation
NNPC Towers, Herbert Macaulay Way, Central Business District,
P.M.B. 190, Garki, Abuja – Nigeria

Invitation for Pre qualification of Bidders for Call-Out Contract
For Servicing/Maintenance of Pollution Control Equipment at Warri, Mosimi, Kaduna, Atlas Cove, Gombe and Port Harcourt

The NIGERIAN NATIONAL PETROLEUM CORPORATION (NNPC) intends to enter into a call-out contract with interested and qualified contractors for the servicing/ maintenance of its Pollution Control Equipment at its locations in Warn, Mosimi, Kaduna, Atlas Cove, Gombe and Port Harcourt
NNPC has purchased some new Pollution Control Equipment in addition to some other existing ones to combat oil spills. These have been distributed to six of its Pollution Control Centres at Atias Cove, Gombe, Kaduna, Mositni, Port Harcourt and Warri.
To ensure ready availability, NNPC has identified the need for planned and scheduled maintenance to enhance efficiency, reliability durability of these Equipment and hence the need for a call-out contract
Accordingly, NNPC here by invites reputable, competent and experienced companies for pre-qualification for the works.

Scope of Works
The scope of works of the contract shall cover regular scheduled routine servicing/maintenance of various pollution control equipment at the designated locations and shall include but not limited to the following:

  • Identification of all equipment and ancillary facilities requiring service or overhaul under the classes listed below:

CLASS A – VEHICLES
CLASS B – ENGINES
CLASS C – COMPRESSORS & PUMPS
CLASS D – LIGHTINGS
CLASS E – MISCELLANEOUS

  1. Periodic checks and maintenance of all equipment in line with Equipment Manufacture’s Operation & Maintenance manuals.
  2. In case of breakdown, ensure genuine parts replacement and starting procedures in line with

Equipment Manufacture’s Operation &. Maintenance manuals

Pre-Qualification
Interested firms should submit pre-qualification documents detailing the company’s capabilities and financial status as follows:

  1. Legal status (public liability company, corporation, etc) registered capital, paid up capital, date of establishment, Nationality and country from which Control is exercised;
  2. Evidence of Company Incorporation in Nigeria, current registration with the Department of Petroleum Resources (DPR), registration with NNPC or any of its subsidiaries;
  3. Detailed company profile including organizational structure, key professional staff and other resources;
  4. Details of foreign/local technical partners, including inception date, scope and copy of executive agreement;
  5. Evidence of having successfully carried out similar works in the past five years;
  6. Evidence of availability of requisite and appropriate skills among key staff and persons to be engaged in the project;
  7. Company and products brochures will contain the following detailed information:

a.    Tax clearance certificate for the last three years
b.    Bank reference from reputable class A bank

  • Provide details of works undertaken which are considered relevant in demonstrating your ability and  capability  to  successfully  undertake  this project;

This Information shall include:
a.    Title of Projects;
b.    Brief Description of Projects;
c.    Clients;
d.    Scope of Work performed;
e.    Date of award of Contracts,
f.    Contractual period for execution of projects;
g.    Actual period of execution;
h.    Reasons for discrepancies between (g) and (f) above if any;
i.    Nature of contracts (fixed lump sum, reimbursable etc);
j.    Name and address of a referee in clients company for each referenced project (provide telephone numbers and e-mail address for quick reference). You should provide NNPC with letter of authority to confirm previous relevant experience as claimed;
k.    Company’s audited account and financial report for the past three years;
l.    State willingness to commence work based on a letter of intent (LOI)

3.  NIGERIAN CONTENT
The Federal Government of Nigeria (FGN) has set a Nigerian content target of 70% Nigerian content (NC) value by year 2010 under the Nigerian Content Development   Policy   and   the Nigerian National Petroleum Corporation (NNPC) has issued its Nigerian Content Guidelines (which are revised from time to time) consistent with FGN’s vision statement.

NNPC further recognizes the long-term value of Nigerian Content to its growth; operations and Importance to the people of Nigeria.

Failure to comply with the Government directives or demonstrate commitment to the Nigerian Content Development may result in company’s disqualification.
In view of the above, responders shall provide the following:

a.    Description of your company’s committed infrastructure in Nigeria including well equipped offices and adequately workshop.
b.    List of Nigeria Engineers and other specialists that would be engaged in the proposed works;
c.    Description (list) of the equipment and materials of Nigerian origin to be procured and execution of this contract i.e. fuel, lubricants, store Items and other consumables. Provide names and addresses of suppliers;
d.    Names and addresses of Indigenous services and local 3rd party business that would support the contract including specific areas where they will be utilized;
e.    Details of company’s targeted training and understudy programe for this contract to maximize the utilization of Nigerian personnel in the area of data processing and report writing;
f.    Description of your Contract Management Team location in Nigeria. Please also submit an organizational chart to substantiate this information;
g.    Description of your Procurement Centre location in Nigeria. Please also submit an organizational chart to substantiate this information.

The requested information and any supporting documents in respect of this requirement should be submitted m one original plus two copies by 16:30 hours not later 22nd November, 2010. The document should be sealed and clearly marked

“Pre-qualification for a call -out contract for servicing/maintenance of pollution control equipment at Warri. Mosimi, Kaduna, Atlas cove, Gombe and Port Harcourt” and to the office of:

The General Manager
HSE
Block ‘B’ 8TM Floor
NNPC Towers.
Herbert Macaulay Way
Central Business District
Abuja.

Note that only pre-qualified contractors shall be invited to collect the bid documents on payment of a non-refundable fee of N20, 000.00 NNPC reserves absolute discretion and right to either accept or reject any documents and it shall not be required to assign a reason for refusal to Invite you to participate in the exercise or to enter any correspondence concerning the selection of any contractor for the works. All costs incurred by you in response to this advertisement and any subsequent request for Information shall be to your account

This advertisement and any related process neither creates any commitment by NNPC nor establishes any legal relationship with NNPC.

Signed:
Management

Construction of Various Projects at Benin-Owena River Basin Development Authority

Federal Government of Nigeria
Benin-Owena River Basin Development Authority
Obayantor, Benin City
Invitation for Technical and Financial Bids –
Phase IV

Introduction:
The Benin-Owena River Basin Development Authority, a Parastatal of the Federal Ministry of water Resources, is desirous of executing various projects in the water resources sub-sector. In compliance with the Public Procurement Act, this Authority hereby invites interested Contractors to submit Technical and Financial Tenders for the implementation of her Capital Budget Appropriation as follows: –

Works:
Lot A1 (IV) Completion of Ayo-Iludun/Isan Dam and Irrigation Project
Lot A2 (IV) Channelization of River Dallinmore/Olotoro
Lot A3 (IV) Construction of Motorized Borehole at Shabomi (2 locations)
Lot A4 (IV) Construction of Motorized Borehole at Kinbo (3 Locations)
Lot A5 (IV) Construction of Motorized Borehole at Mahin (4 Locations)
Lot A6 (IV) Construction of Motorized Borehole at Ugbo (2 Locations)
Lot A7 (IV) Construction of Motorized Borehole at Mahintedo (2 Locations)
Lot A8 (IV) Construction of Motorized Borehole at Isua-Akoko, Akoko South
LGA, Ondo State
Lot A9 (IV) Construction of Farm Residential Building at Illushi-Ega-Orhia
Irrigation Project
Lot A10 (IV) Fencing of Project Office at Illushi-Ega-Orhia Irrigation Projects

Eligibility Criteria:
For Works

a.    Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporation and Article of Association.
b.    Last three (3) years Tax Clearance Certificate.
c.    Detailed Company Profile.
d.    Possession of experience as a Prime Contractor in at least three (3) project of similar nature and complexity with verifiable letter’s of contract award and certificates of job completion within the last five (5) years (to comply with this requirement, works quoted should be at least 70% physically completed).
e.    Having liquidity and/or evidence of access to or availability of confirmed credit facilities from a reputable Bank.
f.    For JVs include MOU.
g.    Full accounts details including SORT code.
h.    Evidence of Pension and Social Security Contribution.
i.    Possession of satisfactory Quality Assurance/Quality Control Manual.
j.    Audited Accounts of the Bidders for the last three (3) years duly endorsed by a Firm of Chartered Accountant.
k.    Financial bids should be accompanied with Standard Bid Security issued by a reputable Bank/or Bank Draft which should be at least 2% of the financial tender sum of N10, 000, 000.00 (Ten Million Naira) and above.

Non compliance will lead to disqualification.
Bidders are requested to also provide a Sworn Affidavit certifying as follows:

  • The Company is not in receivership. Insolvency or Bankruptcy.
  • 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.
  • That no officer of the Authority or BPP is a former or present Director or Shareholder of the Company.
  • That there has been no promise of a gift in any form to any of the Authority, or BPP staff.

Collection of Tender Documents
Qualified Companies shall on application collect (Standard Bidding Documents Technical and Financial), between 9:00a.m and 3:00p.m., Wednesday, November 03, 2010 from:

The Procurement Unit,
Benin-Owena River Basin
Development Authority,
Km, 24, Benin /Sapele Road,
P. M. B, 1381, Obayanator, Benin City

Upon the presentation of the evidence of e-payment of the non refundable tender fee of N50, 000.00 for projects LOT A1 (IV) and A2 (IV); N35, 000.00 FOR LOT A3 (IV) – LOTA10 (IV) in favour of Benin-Owena River Basin Development Authority, to First Bank of Nigeria Plc – Account Number: 3532040000064, Sort Code: 011043535.

Submission of Bids:
Completed Technical and Financial Bids (Two sets of hard copy and One Electronic copy in non writable compact disk in Microsoft Office) submitted in two different sealed envelopes and labeled “Technical Bid” or “Financial Bid” and both sealed in a third envelop marked “Project Name” t the top right hand corner and addressed to

The Managing Director,
Benin-Owena River Basin
Development Authority,
KM 24, Benin/Sapele Road,
P. M. 8, 1381, Obayanator, Benin City

The closing date for the submission for all the-projects is on or before 12:00 noon
Wednesday, November 17th, 2010.

Technical bids will be opened same day by 1:00p.m at the Benin-Owena Conference Hall, Obayantor, Benin City.

Only firms whose technical bids fulfill the minimum requirements would have their financial bids considered.

All inquiries should be directed to:

The Acting Executive Director (Operations),
Benin-Owena River Basin
Development Authority,
KM 24, Benin/Sapele Road,
P. M. B. 1381, Obayanator, Benin City
Tel: 08056154501 and 08023298812

Disclaimer and Conclusion:

This announcement is published for information purpose only and does not constitute an offer by the Authority to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Basin to procure concession services.

The Basin Authority will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any cost or expenses incurred by any preparation or submission in response to an inquiry.

The Basin is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

Signed:
Managing Director