Background Image

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED-INVITATION FOR PRE-QUALIFICATION PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION AND INSTALLATION (EPCI) SERVICES OF SINGLE POINT MOORING (SPM) AND OFFLOADING SYSTEMS FOR BONGA SOUTHWEST APARO PROJECT (EPC5)

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED

CO-VENTURE PARTNERS: NNPC, SHELL, EXXONMOBIL, NIGERIAN AGIP EXPLORATION

INVITATION FOR PRE-QUALIFICATION PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION AND INSTALLATION (EPCI) SERVICES OF SINGLE POINT MOORING (SPM) AND OFFLOADING SYSTEMS FOR BONGA SOUTHWEST APARO PROJECT (EPC5)

TENDER REF: CWA117424

TENDER NUMBER: NIPEX.A.260212.0009

NCDMB CERTIFICATION NUMBER: ES/NCDMB/UPD/SNEPCO-EOI-100706/100226/BONGA SOUTH WEST APARO (BSWA) PROJECT

1.0 INTRODUCTION

Shell Nigeria Exploration and Production Company (SNEPCo) as Operator of the Bonga SouthWest Aparo (BSWA) Unit Area (straddling OMLs 118/132/140 block boundaries), invites interested and reputable companies to indicate an expression of interest to be considered for participation to tender for the engineering, procurement, construction and installation (EPCI) of the single point mooring buoy and offloading systems for the Bonga Southwest Aparo field development Project.

The project is an oil development located about 135 kilometres offshore Nigeria in water depths up to 1400 metres. The development is based on a new hub, with a standalone spread-moored FPSO with nameplate oil processing capacity of 150,000 bopd and 1.8 MMbbls nominal storage capacity. The Phase 1 development will be through deep water subsea network consisting of 12 Production and 11 Water Injection Wells, 26km of production flowlines, 14km of water injection flowlines, 100km Gas Export Pipeline and 35km of in-field Umbilical’s (note: lengths are approximate and will be subject to respondents final field layout development).

The scope of the EPC-5 Single Point Mooring (SPM) and Offloading Systems EPC, subject of this EOI request, includes delivery and installation of an offloading buoy, mooring and associated oil offloading risers. SNEPCo hereby invites only capable, reputable and competent Nigerian and qualifying International Companies (herein referred to as “Respondents”) with the requisite and demonstrable expertise, experience, skilled manpower and technology to a response in accordance with this notice for expression of interest. Thereafter, for those companies meeting SNEPCo requirements, shortlisting and inclusion in the bid list.

Related EPC Packages for BSWA Project, which are subject of separate EOI requests include: EPC2: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Pipelines, Flowlines, Risers and Installation of Subsea Hardware and Umbilicals. EPC3: Provision of Engineering, Procurement, Construction (EPC) Services of Subsea Hardware. EPC4: Provision of Engineering, Procurement and Supply of Static and Dynamic Umbilicals.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2.0 SCOPE OF WORK/SERVICE REQUIREMENT

The scope of work shall include, but is not limited to, Design, procurement, construction, installation, pre-commissioning and commissioning of the offloading buoy and risers, which includes amongst others the following activities:

  • Design, procurement, construction, installation, pre-commissioning, commissioning and start up support of the offloading buoy and mooring system.
  • Design, procurement, construction, installation, pre-commissioning, commissioning and start up support of the oil offloading risers.
  • Project management and interface management within and across contract boundaries.

3.0 MANDATORY REQUIREMENT

3.1 Confirm Company is registered in Nigeria and provide address of registered office in Nigeria and name of Legal Entity; If Company is not registered in Nigeria, provide documentary evidence of a liaison/partnership with a Nigerian registered Company (if Respondent is not a Nigerian registered entity).

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED-INVITATION FOR PRE-QUALIFICATION ENGINEERING, PROCUREMENT AND SUPPLY OF STATIC AND DYNAMIC UMBILICALS FOR BONGA SOUTHWEST APARO PROJECT (EPC 4)

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED

CO-VENTURE PARTNERS: NNPC, EXXONMOBIL, NIGERIAN AGIP EXPLORATION

INVITATION FOR PRE-QUALIFICATION ENGINEERING, PROCUREMENT AND SUPPLY OF STATIC AND DYNAMIC UMBILICALS FOR BONGA SOUTHWEST APARO PROJECT (EPC 4)

TENDER REF: CWA117423

NIPEX TENDER NUMBER: NIPEX.A.260212.0008

NCDMB CERTIFICATION NUMBER: ES/NCDMB/UPD/SNEPCO-EOI-100706/100226/BONGA SOUTH WEST APARO (BSWA) PROJECT

1.0 INTRODUCTION

Shell Nigeria Exploration and Production Company (SNEPCo) as Operator of the Bonga South West Aparo (BSWA) Unit Area (straddling OMLs 118/132/140 block boundaries), invites interested and reputable companies to indicate an expression of interest to be considered for participation to tender for the supply of static and dynamic umbilicals for the Bonga Southwest Aparo field development Project.

The project is an oil development located about 135 kilometres offshore Nigeria in water depths up to 1400 metres. The development is based on a new hub, with a standalone spread-moored FPSO with a nameplate oil processing capacity of 150,000 bopd and 1.8 MMbbls nominal storage capacity. The Phase 1 development will be through deep water subsea network consisting of 12 Production and 11 Water Injection Wells, 26km of production flowlines, 14km of water injection flowlines, 100km Gas Export Pipeline and 35km of in-field Umbilical’s (note: lengths are approximate and will be subject to respondents’ final field layout development).

The scope of the Umbilical EPC (EPC 4), subject of this EOI request, includes the supply of static and dynamic umbilicals.

SNEPCo hereby invites only capable, reputable and competent Nigerian and qualifying International Companies (herein referred to as “Respondents”) with the requisite and demonstrable expertise, experience, skilled manpower and technology to a response in accordance with this notice for expression of interest. Thereafter, for those companies meeting SNEPCo requirements, shortlisting and inclusion in the bid list.

Related EPC Packages for BSWA Project, which are subject of separate EOI requests include:

EPC2: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Pipelines, Flowlines, Risers and Installation of Subsea Hardware and Umbilicals.

EPC3: Provision of Engineering, Procurement, Construction (EPC) Services of Subsea Hardware.

EPC5: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Single Point Mooring (SPM) and Offloading Systems.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2.0 SCOPE OF WORK/SERVICE REQUIREMENT

The scope of work shall include but not limited to the design, engineering, procurement, fabrication, manufacturing and assembly, testing, integration, preservation, storage, load out and provision of support for offshore hook-up, installation, pre-commissioning, commissioning and start up for the 35km of static and dynamic Subsea Umbilicals, including all appurtenances. It also includes project management and interface management within and across contract boundaries.

3.0 MANDATORY REQUIREMENT

3.1 Confirm Company is registered in Nigeria and provide address of registered office in Nigeria and name of Legal Entity; If Company is not registered in Nigeria, provide documentary evidence of a liaison/partnership with a Nigerian registered Company (if Respondent is not a Nigerian registered entity). If Respondent is a subsidiary of a Holding Company, provide Name and address of the Ultimate Holding Company, Respondent’s office for this work.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED-INVITATION FOR PRE-QUALIFICATION FOR PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION (EPC) SERVICES OF SUBSEA HARDWARE FOR BONGA SOUTHWEST APARO PROJECT (EPC 3)

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED
CO-VENTURE PARTNERS: NNPC, EXXONMOBIL, NIGERIAN AGIP EXPLORATION
INVITATION FOR PRE-QUALIFICATION
PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION (EPC) SERVICES OF SUBSEA HARDWARE FOR BONGA SOUTHWEST APARO PROJECT (EPC 3)
TENDER REF: CWA117419
NIPEX TENDER NUMBER: NIPEX.A.260212.0007
NCDMB CERTIFICATION NUMBER: ES/NCDMB/UPD/SNEPCO-EOI-100706/100226/BONGA SOUTH WEST APARO (BSWA) PROJECT

1.0 INTRODUCTION

Shell Nigeria Exploration and Production Company (SNEPCo) as Operator of the Bonga SouthWest Aparo (BSWA) Unit Area (straddling OMLs 118/132/140 block boundaries), invites interested and reputable companies to indicate an expression of interest to be considered for participation to tender for the Subsea Hardware and controls for the BSWA field development Project.

The project is an oil development located about 135 kilometres offshore Nigeria in water depths up to 1400 metres. The development is based on a new hub, with a standalone spread-moored FPSO with nameplate oil processing capacity of 150,000 bopd and 1.8 MMbbls nominal storage capacity. The Phase 1 development will be through deep water subsea network consisting of 12 Production and 11 Water Injection Wells, 26km of production flowlines, 14km of water injection flowlines, 100km Gas Export Pipeline and 35km of in-field Umbilicals (note: lengths are approximate and will be subject to respondents’ final field layout development).

The scope of the Subsea Hardware (SSHW) EPC (EPC-3), subject of this EOI request, includes the production and water injection tree system and manifolds, spools and jumpers, subsea distribution hardware and the subsea control system.

SNEPCo hereby invites only capable, reputable and competent Nigerian and International Companies (herein referred to as “Respondents”) with the requisite and demonstrable expertise, experience, skilled manpower and technology to respond in accordance with this notice for expression of interest. Thereafter, for those companies meeting SNEPCo requirements, shortlisting and inclusion in the bid list.

Related EPC Packages for BSWA Project, which are subjects of separate EOI requests include:
– EPC2: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Pipelines, Flowlines, Risers and Installation of Subsea Hardware and Umbilicals.
– EPC4: Provision of Engineering, Procurement and Supply of Static and Dynamic Umbilicals.
– EPC5: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Single Point Mooring (SPM) and Offloading Systems.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2.0 SCOPE OF WORK/SERVICE REQUIREMENT

The scope of work for EPC-3 shall include but not be limited to the design and engineering, procurement, fabrication, manufacturing and assembly, testing, maintenance and refurbishment, integration, preservation, storage, load out, offshore hook-up, provision of support for installation, pre-commissioning, commissioning and start up, and Healthcare support (aftermarket) for the following Subsea Hardware Equipment:

– 12 no. Subsea Production and 11 no. Subsea Water Injection Tree system – 10kpsi Tree system.
– 3 no. 6 branch production manifolds.
– 3 no. 4 branch water injection manifolds.
– 12 no. subsea production well jumpers and 11 no. subsea water injection well jumpers.
– 1 no. riser base artificial gas lift manifold.
– 1 no. Installation Workover Control System.
– Associated tooling for testing and installation.
– Subsea Distribution Hardware including Umbilical Termination Assemblies (UTAs), Hydraulic Distribution Manifolds (HDMs), Electrical Distribution Manifolds (EDMs) and associated jumpers and flying leads (electrical and steel tube).
– Subsea Control System and associated structure – Subsea Control Modules (SCM’s), Master Control Station (MCS), Hydraulic Power Unit (HPU) and Hydraulic Control Unit (HCU), Electrical Power Unit (EPU) and Topsides Umbilical Termination Unit (TUTU) including associated electrical junction boxes.
– Project management and interface management within and across contract boundaries.

3.0 MANDATORY REQUIREMENT

3.1 Confirm Company is registered in Nigeria and provide address of registered office in Nigeria and name of Legal Entity; If Company is not registered in Nigeria, provide documentary evidence of a liaison/partnership with a Nigerian registered Company (if Respondent is not a Nigerian registered entity). If Respondent is a subsidiary of a Holding Company, provide Name and address of the Ultimate Holding Company, Respondent’s office for this work.

3.2 Provide Registration No & Category (Include CAC Form C02 & C07 and NUPRC Permit and Corporate COREN Certificate).

3.3 Provide Valid Tax clearance for the past 3 years.

Confirm Company has self-performed completion of detailed engineering design, manufacture, and installation support of Subsea Tree systems and Hardware including subsea manifolds, distribution hardware and jumpers, as main contractor, for a deepwater project in water depth above 800m. Supply evidence to support this.

4.0 PRE-QUALIFICATION REQUIREMENTS

In addition to the mandatory requirements above, only those Respondents able to demonstrate and substantiate with relevant verifiable documents of proven experience, available resources, and readiness to undertake the Work will be considered for the subsequent formal tendering phase. The Respondents will be required to provide evidence, including but not limited to the following, during the Pre-qualification process:

4.1 TECHNICAL CAPABILITY & HSE MANAGEMENT

4.1.1 Provide evidence of previous experience on detailed engineering design, manufacture, and installation support of Subsea Tree systems and Hardware including subsea manifolds, distribution hardware and jumpers for a deepwater project in water depth above 800m.

4.1.2 Provide detailed evidence of materials selected for the deepwater project (over 800m water depth) tree system, manifolds, and controls distribution system.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED-INVITATION FOR PRE-QUALIFICATION FOR PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION AND INSTALLATION (EPCI) SERVICES OF PIPELINES, FLOWLINES, RISERS AND INSTALLATION OF SUBSEA HARDWARE AND UMBILICALS FOR BONGA SOUTHWEST APARO PROJECT (EPC 2)

SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED
CO-VENTURE PARTNERS: NNPC, SHELL, EXXONMOBIL, NIGERIAN PETROLEUM DEVELOPMENT COMPANY
INVITATION FOR PRE-QUALIFICATION
PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION AND INSTALLATION (EPCI) SERVICES OF PIPELINES, FLOWLINES, RISERS AND INSTALLATION OF SUBSEA HARDWARE AND UMBILICALS FOR BONGA SOUTHWEST APARO PROJECT (EPC 2)
TENDER REF: CWA117416
NIPEX TENDER NUMBER: NIPEX.A.260212.0006
NCDMB CERTIFICATION NUMBER: ES/NCDMB/UPD/SNEPCO-E01-100706/100226/BONGA SOUTH WEST APARO (BSWA) PROJECT

1.0 INTRODUCTION

Shell Nigeria Exploration and Production Company (SNEPCo) as Operator of the Bonga South West Aparo (BSWA) Unit Area (straddling OMLs 118/132/140 block boundaries), invites interested and reputable companies to indicate an expression of interest to be considered for participation to tender for the engineering, procurement, construction (EPC) and installation of Pipelines, Flowlines and Riser systems, and installation (PFRI) of Subsea Hardware and Umbilicals for BSWA field development Project.

The project is an oil development located approximately 135 kilometres offshore Nigeria in water depths up to 1400 metres. The development is based on a new hub, with a standalone spread-moored FPSO of nameplate oil processing capacity of 150,000 bopd and 1.8 MMbbls nominal storage capacity. The Phase 1 development will be through deep water subsea network consisting of 12 Production and 11 Water Injection Wells, 26km of production flowlines, 14km of water injection flowlines, 100km Gas Export Pipeline and 35km of in-field Umbilicals (note: lengths are approximate and will be subject to respondents’ final field layout development).

The scope of the EPC-2 PFRI EPC, subject of this EOI request, includes the production and water injection flowlines, gas export pipeline, risers and installation of umbilicals and all subsea hardware.

SNEPCo hereby invites only capable, reputable, and competent Nigerian and qualifying International Companies (herein referred to as “Respondents”) with the requisite and demonstrable expertise, experience, skilled manpower and technology to e response in accordance with this notice for expression of interest. Thereafter, for those companies meeting SNEPCo requirements, shortlisting and inclusion in the bid list.

Related EPC Packages for BSWA Project, which are subject of separate EOI requests include:
EPC3: Provision of Engineering, Procurement, Construction (EPC) Services of Subsea Hardware
EPC4: Provision of Engineering, Procurement and Supply of Static and Dynamic Umbilicals
EPC5: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Single Point Mooring (SPM) and Offloading Systems

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2.0 SCOPE OF WORK/SERVICE REQUIREMENT

The scope of work for EPC-2 shall include but not be limited to the design, engineering, procurement transportation, offshore installation, pre-commissioning and commissioning support of the pipelines, flowlines and risers, as well as, transportation to site and installation of other project hardware delivered by EPC-3 (Subsea Hardware Company) and Umbilical delivered by EPC-4 (Subsea Umbilical Company). The scope of EPC-2 includes amongst others the following activities:

– Design, procurement and fabrication of flowlines and riser systems (including inline tees and termination assemblies) for production and water injection.
– Design, procurement and fabrication of gas export pipeline system.
– Design, procurement and fabrication of flowline jumpers.
– Transportation, offshore installation and pre-commissioning of Flowlines and risers (for production and Water Injection) including but not limited to tie-in to the Subsea Hardware.
– Transportation, offshore installation and pre-commissioning of Gas Export Pipeline and riser.
– Modifications and tie-ins to gas export platform host.
– Offshore transportation, installation and pre-commissioning of Subsea Hardware supplied by EPC-3 (Subsea Hardware Company).
– Offshore transportation, installation and pre-commissioning of the Dynamic and Static Umbilicals supplied by EPC-4 (Subsea Umbilicals Company).
– Support the commissioning efforts of Pipelines, Flowlines, Risers, Umbilicals and Subsea Hardware.
– Subsea Facility Dimension (note: the final scope will be subject to Respondents final field layout development):
– 12 x Production Trees and 11 x Water Injection Trees.
– 10″ x 26km of production flowlines (dual lines) and associated risers.
– 12″ X 100 km gas export pipeline (single) and associated risers, including tie-ins and platform modifications to export host.
– 14″ x 14 km injection flowline (single) and associated risers.
– Riser base artificial gas lift system installation.
– 35km (dynamic + static umbilicals) supplied by EPC-4.
– Installation of subsea hardware supplied by EPC-3.
– Project management and interface management within and across contract boundaries.

3.0 MANDATORY REQUIREMENT

3.1 Confirm Company is registered in Nigeria and provide address of registered office in Nigeria and name of Legal Entity. If Company is not registered in Nigeria, provide documentary evidence of a liaison/partnership with a Nigerian registered Company (if Respondent is not a Nigerian registered entity). If Respondent is a subsidiary of a Holding Company, provide Name and address of the Ultimate Holding Company, Respondent’s office for this work.

3.2 Provide Registration No & Category (Include CAC Form C02 & C07 and NUPRC Permit and corporate COREN Certificate).

3.3 Provide Valid Tax clearance for the past 3 years.

3.4 Confirm Company has self-performed and completed Engineering, Procurement, Construction and Installation of pipelines, flowlines and risers as main contractor for hydrocarbon field operations in more than 800m water depth. Supply evidence to support this.

Confirm Company has self-performed and completed Transportation, Installation, Pre-Commissioning, and Commissioning of dynamic and static steel tube umbilicals as main contractor for hydrocarbon field operations in more than 800m water depth. Supply evidence to support this, including cross sections, umbilical size, components and details of when and where the umbilicals were installed.

4.0 PRE-QUALIFICATION REQUIREMENTS

In addition to the mandatory requirements above, only those Respondents able to demonstrate and substantiate with relevant verifiable documents of proven experience, available resources, and readiness to undertake the Work will be co-sidered for the subsequent formal tendering phase. The Respondents will be required to provide evidence, including but not limited to the following, during the Pre-qualification process:

4.1 TECHNICAL CAPABILITY & HSE MANAGEMENT

4.1.1 Provide evidence of detailed engineering design, procurement, fabrication, and installation of 10″ to 16″ gas export, production, water injection flowlines and risers as main contractor with contract involving major engineering design, transportation, fabrication, offshore installation and commissioning of the pipelines, flowlines and risers for hydrocarbon field operations in water depth of above 800meters.

4.1.2 Provide evidence of offshore transportation, installation, pre-commissioning and commissioning of dynamic and static steel tube umbilicals for hydrocarbon field operations in water depths of above 800 meters depth as a main contractor, including cross sectional areas, umbilical size, components of the umbilicals and when the umbilicals were installed.

4.1.3 Provide evidence of in shore/ laydown facilities availability of at least 60MT crantage, including details of the waterways, quay length (with minimum load bearing capacity of 30 MT/sqm to support available crange and berthing), minimum quay length of 150 metres and a minimum draft of 6 metres water depth and berthing requirements.

4.1.4 Provide evidence of the in-country owned or yard with a minimum yard size of 10,000sqm, the existence/availability of at least 5 acres coverage required for subsea flowline (10 to 16″) and umbilical structure.

4.1.5 Where the respondent has executed a detailed engineering design in Nigeria Deepwater in water depth of above 800meters and deeper, the respondent is to provide evidence of the engineering scope completed in-country, indicating the following: (a) Engineering scope; (b) Total man hours spent; (c) Duration of Scope completed in-country; (d) Challenges experienced and how these challenges were successfully addressed.

4.1.6 Provide project completion certificates where necessary showing evidence of Deepwater (above 800 metres) line pipe and flexible joints (where applicable) supplied in the last 10 years.

4.1.7 Provide evidence of HSE Management System for a similar executed project in the past 10 years and the company interfaces with Subcontractors HSE system.

4.1.8 Confirm validity of Quality Management System in compliance with the requirements of ISO 9001 and certified by ISO approved and registered quality assurance company. Provide valid ISO 9001 certificate.

4.2 FINANCIAL CAPABILITY

4.2.1 Provide Company audited financial statements for the last three (3) years. Please provide certified translations where accounts are published in a language other than English.

4.2.2 Provide Financial Statements of Operating Company and Ultimate Guarantor (e.g. Parent, holding companies etc.).

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

RENAISSANCE AFRICA ENERGY COMPANY LIMITED-TENDER OPPORTUNITY: PROVISION OF ROADS AND LOCATION PREPARATION WORKS

RENAISSANCE AFRICA ENERGY COMPANY LIMITED
OPERATOR OF THE NNPC/RENAISSANCE/TOTALENERGIES/AENR JOINT VENTURE

TENDER OPPORTUNITY: PROVISION OF ROADS AND LOCATION PREPARATION WORKS
NCDMB CERTIFICATION OF AUTHORIZATION NUMBER: ES/NCDMB/UPD/RAEC-DA-100613/181125/
PROVISION OF ROADS AND LOCATION PREPARATION (MAJOR & MEDIUM CATEGORIES)
NIPEX NO: RAEC.RAEC. 00000020 TENDER NO: CW65161

1.0 INTRODUCTION
RENAISSANCE AFRICA ENERGY COMPANY LIMITED (RENAISSANCE) in its role as Operator of NNPC/Renaissance/Total/Agip Joint Venture hereby invites reputable and competent Nigerian Companies and alliances with the requisite expertise, experience, skilled manpower and technology to apply to be considered for inclusion in the bidders list for subject tender. The contract that will result from this tender will be for Provision of Roads and Location Preparation Works. The contract for the works shall be on call-off basis and there will be no guarantee of minimum work Bidders will be expected to demonstrate their capability and capacity to accept and deal with the financial and technical complexities associated with a contract of this magnitude and this evidence will be required in the next stage of this tender. RENAISSANCE hereby invites submission from reputable and competent Nigerian registered companies having requisite proven experience in Provision of Roads and Location Preparation Works and all other works within the scope of works.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

2.0 SCOPE OF WORK
The WORK to be covered under this CONTRACT generally consists of all works incidental and necessary for the successful completion of services related to the Provision of Roads and Location Preparation Works and shall include the following:
• Bush clearing, earthworks and sand filling campsite surfacing,
• Location piling, cellar/slab construction, mud tank slab construction, waste pit construction
• Generator slab construction, chemical slab construction, perimeter drain construction
• Cement stabilization, crushed granite rock base course,
• Perimeter fence construction and Asphalt surfacing
• Retrieval, transportation and installation of DURABASE mats.
• Construction of new location and fields access roads and bridges
• Rehabilitation and reconstruction of existing roads and bridges

3.0 MANDATORY REQUIREMENTS
• To be eligible for this tender exercise, interested contractors are required to be pre-qualified in ALL of the following Product Groups: 3.05.08 in NipeX Joint Qualification System (NJQS) database. Only successfully pre-qualified suppliers in these categories will receive the Technical and Commercial Invitation To Tender (ITT).
• To determine if you are prequalified and view the product/service you are listed for: open https://vms.nipex.org/login and access NJQS with your log in details, click on “Continue Joint Qualification Scheme Tool” button, click “Check My Supplier Status” and then click ‘Supplier Product Group”.
• If you are not listed in a product/service category and you are registered with NUPRC to do business, contact NipeX office at 27b Oyinkan Abayomi Drive, Ikoyi, Lagos with your NUPRC certificate as evidence for necessary update.
• To initiate the NJQS prequalification process, access www.nipex-ng.com to download the 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.

4.0 NIGERIAN CONTENT REQUIREMENTS
Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and also provide the following requirements:
i. Demonstrate that entity is a Nigerian registered company with greater than 51% Nigerian shareholding. 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/or evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Tenderer shall provide evidence of NCDMB NOGIC JQS registration.
ii. Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
iii. Tenderer shall comply with the latest approved version of NCDMB HCD guideline by committing (via a letter of undertaking) to providing Project Specific training, man-hour, budget, skill development and understudy plan for Nigerian personnel utilizing OGTAN registered trainer(s) or other approved NCDMB training institution(s).

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED-INVITATION TO TENDER FOR PROVISION OF PLATFORM SUPPLY VESSEL (PSV) AND TUGS TO SUPPORT DEEP WATER OPERATIONS

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL) AND ESSO EXPLORATION AND PRODUCTION NIGERIA (OFFSHORE EAST) LIMITED (EEPN(OE)L
(EXXONMOBIL AFFILIATES)
CONTRACTOR OF NNPC / ESSO PRODUCTION SHARING CONTRACT

TENDER OPPORTUNITY:
PROVISION OF PLATFORM SUPPLY VESSEL (PSV) AND TUGS TO SUPPORT DEEP WATER OPERATIONS
NIPEX NUMBER: ESSO.00000133

1. INTRODUCTION
Esso Exploration and Production Nigeria Limited (EEPNL), operator of NNPC OML 133 and Esso Exploration and Production Nigeria (Offshore East) Limited (EEPN(OE)L), operator of OML 138, herein referred to as “Esso” plans to engage the services of competent and qualified companies for the provision of offshore support vessels to support operations within its NNPC/Esso PSC acreages.

The anticipated contract term is for a primary period of five (5) years plus two (2) years optional extension.

2. SCOPE OF WORK
The scope of work includes provision of the equipment, personnel and necessary logistics to operate the underlisted vessels, which should have been built not earlier than 2015.
i. Platform Supply Vessels (PSV) with minimum cargo capacity of 3,200-ton deadweight, IACS Class, DP II, minimum 700sqm deck space, Surfer Ladder
ii. Anchor Handling Tug (AHTS) – IACS Class, DP II, Towing, anchor handling, min 100T BP, line handling, Kalm Forks, shark jaws, daughter craft, minimum deck space 300sqm, knuckle boom deck crane, oil dispersant & Spray booms, Line flushing + waste reception, Oil recovery, Pax cap – 20, surfer ladder, reefer points
iii. Line Handling Tugs (LHT) – IACS Class, Min 50T BP, pushing, towing, line handling, spray booms, fenders, surfer ladder

3. MANDATORY REQUIREMENTS
(a) To be eligible for this tender exercise, interested tenderers are required to be prequalified and have LIVE status in the 3.08.01 – Tugs/ROV Support/ Diving Support Services category in NipeX Joint Qualification Scheme (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT)
(b) To determine if you are prequalified and view the product/service category you are listed for: Open https://vms.nipex.org/login 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.
(c) If you are not listed in this product/service category and you are registered with NUPRC, please contact NipeX office at No.27 Oyinkan Abayomi Street, Ikoyi Lagos with your NUPRC certificate as evidence for verification and necessary update.
(d) To initiate the JQS pre-qualification process, access www.nipex-ng.com to download application form, make necessary payments and contact NipeX office for further action.
(e) To be eligible, all tenders must comply with the Nigeria Content requirements in the NipeX system

4. NIGERIAN CONTENT REQUIREMENTS
Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010. 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 to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).
NNPC/EEPNL PSC requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.
Nigerian Content (NC) in 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.”
“Nigerian company” is a company formed and registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.
Tenderers shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.
As part of their submissions, Tenderers shall:
(a) Demonstrate that the entity is a Nigerian registered company with greater than 51% equity shareholding. Also, provide form CO2 and CO7, evidence of registration with NCDMB NOGIC JQS and NUPRC certificate.
(b) Demonstrate detailed description of the location of in-country committed facilities & infrastructure (address, layout drawing, lease document of technical & administrative office, storage, assembly area, repair and maintenance workshop) in Nigeria to support this contract.
(c) Provide a project-specific organogram showing Names and Nationalities of all key personnel not limited to (Vessel Master, Chief Mate, Navigational Officer of The Watch, Senior Dynamic Positioning Officer, Dynamic Positioning Officer, Deck Ratings, Chief Engineer, Second Engineer, Engineering Officer of The Watch, Electro-Technical Officer (ETO), Engineering Ratings, Chief Cook and Steward) that will execute the work scope for this service. CVs of all personnel listed in the project organogram should be submitted. For any position to be occupied by Expatriate personnel, tenderer shall commit to obtaining expatriate quota approval from NCDMB before project execution.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL)-INVITATION TO TENDER FOR PROVISION OF MULTI-PURPOSE SUPPORT VESSEL (MPSV) TO SUPPORT DEEP WATER OPERATIONS

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL) AND ESSO EXPLORATION AND PRODUCTION NIGERIA (OFFSHORE EAST) LIMITED (EEPN(OE)L
(EXXONMOBIL AFFILIATES)
CONTRACTOR OF NNPC LTD / ESSO PRODUCTION SHARING CONTRACT

TENDER OPPORTUNITY:
PROVISION OF MULTI-PURPOSE SUPPORT VESSEL (MPSV) TO SUPPORT DEEP WATER OPERATIONS
NIPEX NUMBER: ESSO.00000132

1. INTRODUCTION
Esso Exploration and Production Nigeria Limited (EEPNL), operator of NNPC OML 133 and Esso Exploration and Production Nigeria (Offshore East) Limited (EEPN(OE)L), operator of OML 138, herein referred to as “Esso” plans to engage the services of competent and qualified companies for the provision of offshore support vessels to support operations within its NNPC/Esso PSC acreages.

The anticipated contract term is for a primary period of five (5) years plus two (2) years optional extension.

2. SCOPE OF WORK
The scope of work includes provision of the equipment, personnel and necessary logistics to operate the underlisted vessels, which should have been built not earlier than 2010.
• Multi-Purpose Support Vessel (MPSV) with capacity to support buoy maintenance and hose handling operations. The MPV should have IACS Class, DP Class II, minimum 100Ton, knuckle boom crane with active heave compensation, subsea crane, auxiliary crane 25Tons, moonpool, ROV(x2), work class, minimum 100 Pax, Helideck, Surfer ladder

3. MANDATORY REQUIREMENTS
(a) To be eligible for this tender exercise, interested tenderers are required to be prequalified and have LIVE status in the 3.08.01 – Tugs/ROV Support/ Diving Support Services category in NipeX Joint Qualification Scheme (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT)
(b) To determine if you are prequalified and view the product/service category you are listed for: Open https://vms.nipex.org/login 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.
(c) If you are not listed in this product/service category and you are registered with NUPRC, please contact NipeX office at No.27 Oyinkan Abayomi Street, Ikoyi Lagos with your NUPRC certificate as evidence for verification and necessary update.
(d) To initiate the JQS pre-qualification process, access www.nipex-ng.com to download application form, make necessary payments and contact NipeX office for further action.
(e) To be eligible, all tenders must comply with the Nigeria Content requirements in the NipeX system

4. NIGERIAN CONTENT REQUIREMENTS
Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010. 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 to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).
NNPC/EEPNL PSC requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.
Nigerian Content (NC) in 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.”
“Nigerian company” is a company formed and registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.
Tenderers shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.
As part of their technical tender submissions, prequalified Tenderers shall:
(a) Demonstrate that the entity is a Nigerian registered company with greater than 51% equity shareholding. Also, provide form CO2 and CO7, evidence of registration with NCDMB NOGIC JQS and NUPRC certificate.
(b) Demonstrate detailed description of the location of in-country committed facilities & infrastructure (address, layout drawing, lease document of technical & administrative office, storage, assembly area, repair and maintenance workshop) in Nigeria to support this contract.

(c) Provide a project-specific organogram showing Names and Nationalities of all key personnel not limited to (Vessel Master, Chief Mate, Navigational Officer of The Watch, Senior Dynamic Positioning Officer, Dynamic Positioning Officer, Deck Ratings, Chief Engineer, Second Engineer, Engineering Officer of The Watch, Electro-Technical Officer (ETO), Engineering Ratings, Chief Cook and Steward) that will execute the work scope for this service. CVs of all personnel listed in the project organogram should be submitted. For any position to be occupied by Expatriate personnel, tenderer shall commit to obtaining expatriate quota approval from NCDMB before project execution.
(d) Ensure that all Marine vessels to be deployed for work are assets categorized as stated below. Tenderer can either directly own marine vessels with the applicable Nigerian Content Marine Vessel Certificate (NCMVC) category or provide Memorandum of Agreement (MOA) with a vessel owner that has the applicable NCMVC category. To be eligible for partnerships with MOA, Tenderer must demonstrate ownership of any vessel type (not limited to vessel types below), with valid NCMVC.
i. Multi-Purpose Support Vessels (MPSV): Nigerian Content Marine Vessel Certificate (NCMVC) category A, B, C or D applies.
(e) Comply with the latest approved version of NCDMB HCD guidelines by committing (via a letter of undertaking) to providing Project-Specific training, man-hour, budget, skill development, and understudy plan for Nigerian personnel utilizing OGTAN registered trainer(s) or other approved NCDMB training institution(s).

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

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL)-TENDER OPPORTUNITY: DEEPWATER CATERING AND CAMP MANAGEMENT SERVICES

ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL) AND ESSO EXPLORATION AND PRODUCTION NIGERIA (OFFSHORE EAST) LIMITED (EEPN(OE)L)
(EXXONMOBIL AFFILIATES)
CONTRACTOR OF NNPC / ESSO PRODUCTION SHARING CONTRACT

TENDER OPPORTUNITY:
DEEPWATER CATERING AND CAMP MANAGEMENT SERVICES
NIPEX NUMBER: ESSO.00000128

1. INTRODUCTION
ESSO EXPLORATION AND PRODUCTION NIGERIA LIMITED (EEPNL), operator of NNPC OML 133 and Esso Exploration and Production Nigeria (Offshore East) Limited (EEPN(OE)L), operator of OML 138, herein referred to as “Company” plans to engage the services of competent and qualified companies for the Deepwater Catering & Camp Management Services within its NNPC/Esso PSC acreages.

The anticipated contract term is for a primary period of five (5) years plus two (2) years optional extension.

2. SCOPE OF WORK
The scope of work includes but not limited to the following in Company offshore locations:
i. Catering services and supply of food ingredients, beverages, and other consumables.
ii. Cleaning, housekeeping, laundry, and janitorial services
iii. Provision of qualified and competent personnel – Camp boss; Cooks, Butchers, Helpers, etc.
iv. Optional services shall include repair & maintenance of kitchen equipment.

3. MANDATORY REQUIREMENTS
(a) To be eligible for this tender exercise, interested contractors are required to be prequalified in Catering & Housekeeping Services 3.18.03 and Cleaning, laundry and Janitorial services 3.18.04 product categories in NipeX Joint Qualification Scheme (NJQS) database ensure this is done by the Advert close date. All successfully pre-qualified suppliers in both categories will receive Invitation to Tender (ITT).
(b) To determine if you are prequalified and view the product/service category you are listed for: Open http://vms.nipex.org/login 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.
(c) If you are not listed in the product/service categories and you are registered with NUPRC, please contact NipeX office at No.27 Oyinkan Abayomi Street, Ikoyi Lagos with your NUPRC certificate as evidence for verification and necessary update.
(d) To initiate the JQS pre-qualification process, access www.nipex-ng.com to download application form, make necessary payments and contact NipeX office for further action.
(e) To be eligible, all tenders must comply with the Nigeria Content requirements in the NipeX system.

4. NIGERIAN CONTENT REQUIREMENTS
Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NNPC ENERGY SERVICES LIMITED-INVITATION TO TENDER FOR PROVISION OF ACQUISITION, PROCESSING, INTERPRETATION AND INTEGRATION OF 15,000.00 KM STRESS FIELD DETECTION (SFD) DATA ACROSS ALL FRONTIER BASINS ON CALL-OUT BASIS

NNPC ENERGY SERVICES LIMITED
AN NNPC LIMITED COMPANY
FRONTIER EXPLORATION SERVICES
TENDER OPPORTUNITY: PROVISION OF ACQUISITION, PROCESSING, INTERPRETATION AND INTEGRATION OF 15,000.00 KM STRESS FIELD DETECTION (SFD) DATA ACROSS ALL FRONTIER BASINS ON CALL-OUT BASIS
NIPEX TENDER: NIPEX.A.251127.003

1. INTRODUCTION:
NNPC Energy Service (EnServ) Limited, a subsidiary of Nigerian National Petroleum Company Limited (NNPCL), invites interested and prequalified companies with relevant experience in the Provision of Stressed Field Detection (SFD) Data Acquisition, Processing, Interpretation and Integration Services. The contract is proposed to span a period of two (2) years with a possible optional term of one (1) year duration.

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us

NLNG-INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR PROVISION OF PRODUCTION OPERATIONS EXPANSION SUPPORT SERVICES

NLNG
INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR PROVISION OF PRODUCTION OPERATIONS EXPANSION SUPPORT SERVICES

1.0 INTRODUCTION
NLNG production plant, located on Bonny Island, Rivers State, Nigeria, consists of six (6) natural gas liquefaction trains with a total capacity of twenty-two (22) million tons of Liquefied Natural Gas (LNG) and five (5) million tons of Natural Gas Liquids (NGL) per annum. The production plant is operated by a dedicated team of operators, specialists and service providers who ensure continuous production round the clock. NLNG hereby invites interested companies with the requisite experience as detailed below to express their interest to participate in the tendering for this service.

2.0 SCOPE OF WORK
Contract work scope is based on skill type and competences required for each set of activities as follows:
1. Operations Plant Expansion Supervisor: To support the Operations Area Shift Supervisor in the assigned plant area in preparing the permit to work, issuing the permit, and providing permit oversight function for safe work execution.
2. Operations Expansion Principal Operator: To carry out daily field operational activities in the assigned plant area for quality execution. To support the Operations Expansion Supervisor in the assigned plant area in preparing permits to work, issuing permits, and providing permit oversight function for safe work execution.
3. Operations Expansion Operator: To carry out daily field permit preparation /completion activities and provide permit oversight function in assigned plant area for safe work execution

3.0 MANDATORY REQUIREMENTS
To qualify for consideration, interested companies are required to respond to this invitation by submitting the following information/documents for consideration. Failure to submit any of the underlisted documents may lead to disqualification. Only companies considered to meet NLNG’s

S/N  Prequalification Information
1 Respondent’s confirmation of interest to participate in the pre-qualification exercise for the Operations Services.
2 Certificate of Incorporation and CAC documents (forms CO2 and CO7).
3 Tax Clearance Certificate for the last (3) years
4 Three (3) years financial accounts audited by a licensed accountancy firm which shall be a member of a recognised institute of accountancy. Most recent accounts should not have an end of year date more than 18 months before the time of EOI.
5 Current/Valid relevant certificates to operate and to do business in the Nigerian oil and gas industry as issued by the Nigerian Midstream and Downstream Petroleum Regulatory Authority (NMDPRA).
6 Valid Recruiter’s Licence.
7 Health Safety & Environment Policy; HSE statistics over the last 3 years (2022, 2021, 2020)
8 Quality Policy, ISO certification
9 Letter of reference/support from bank or financial institution.
10 A detailed list of relevant experience with evidence to demonstrate capability and experience in undertaking the scope of the provision of operations support and specialist services within the last five (5) years with evidence e.g., contracts, award letters, purchase orders, work completion certificates etc. Kindly indicate names and contact of clients, location, and cost or volume of services provided with evidence.
11 Relevant experience with managing expatriate workforce on a client’s site. Evidence of affiliation with international recruitment agencies.
12 Approved HR policy/manual/ management system
13 Industry relations policy/plan and Community Relations plan/policy
14 Company profile, organisation, size and structure, including any parent, technical partnership, alliance or joint venture of companies to whom they belong, together with CV of the vendor’s management team.
15 Nigerian Content Equipment Certificate (NCEC) for Consultancy Services (CS) for Manpower Supply
16 Evidence and documentation supporting compliance with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 (See Section 3: COMPLIANCE WITH NIGERIAN CONTENT (NOGICD ACT 2010)

Pre-qualification requirements shall receive further correspondence from the Company, including receipt of Invitation for Expression of Interest (EOI) for Provision of Production Operations Expansion Support Services

You need to be logged in to view the rest of the content. Please . Not a Member? Join Us