Background Image

OFFICE NATIONAL DES HYDROCARBURES ET DES MINES (ONHYM)/NNPC-

GENERAL PROCUREMENT NOTICE FOR CONSULTANCY SERVICES

OFFICE NATIONAL DES HYDROCARBURES ET DES MINES (ONHYM)
GENERAL PROCUREMENT NOTICE
MOROCCO
NIGERIA MOROCCO GAS PIPELINE (NMGP) PROJECT – FRONT END ENGINEERING DESIGN (FEED) PHASE II STUDY
ENERGY
GENERAL PROCUREMENT NOTICE
MODE OF FINANCING: IJARA
FINANCING NO.: MAR 1051

The Office National des Hydrocarbures et des Mines (ONHYM) and The Nigerian National Petroleum Corporation (NNPC) are engaged in the development of the Nigeria – Morocco Gas Pipeline Project. ONHYM has applied for financing from the Islamic Development Bank towards the procurement of two (2) Services Contracts associated with the Nigeria – Morocco Gas Pipelines (NMGP) Project FEED Phase II Study. ONHYM intends to use part of the proceeds for payments for Consulting Services to be procured under the NMGP project. This project is expected to be jointly financed by the OPEC Fund.

These Contracts include the following components:
• Environmental and Social Impact Assessment (ESIA).
• Land Acquisition Study (LAS).
• Financial Audit.
• Surveys

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

SEPLAT EAST ONSHORE LIMITED-

INVITATION TO TENDER FOR PROVISION OF PRODUCTION CHEMICALS

SEPLAT EAST ONSHORE LIMITED
TENDER OPPORTUNITY: PROVISION OF PRODUCTION CHEMICALS
(OML 53 JISIKE & OHAJI ONSHORE FIELDS)
NIPEX TENDER REF. NO: 1000005401

1. INTRODUCTION
Seplat East Onshore limited operator of the OML 53 Jisike and Ohaji fields invites interested and reputable Nigerian registered Production Chemical companies with relevant experience to tender for the technical bidding phase for the provision of
Production Chemicals for its Eastern Field Operations. The proposed contract will be for a period of four (4) years with an option of one (1) year extension.

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

NIGERIAN NATIONAL PETROLEUM CORPORATION-

INVITATION FOR PRE-QUALIFICATION FOR CORRECTIVE AND PREVENTIVE MAINTENANCE & PROCUREMENT OF SPARES FOR FIRE APPLIANCES & PORTABLE FIRE PUMPS LOCATED IN NNPC TOWERS, ABUJA

NIGERIAN NATIONAL PETROLEUM CORPORATION
CORPORATE SERVICES
GROUP HEALTH, SAFETY, ENVIRONMENT, AND QUALITY DEPARTMENT
NNPC TOWERS, HERBERT MACAULAY WAY, CENTRAL BUSINESS DISTRICT,
P.M.B. 190, GARKI, ABUJA-NIGERIA
INVITATION FOR PRE-QUALIFICATION FOR CORRECTIVE AND PREVENTIVE MAINTENANCE & PROCUREMENT OF SPARES FOR FIRE APPLIANCES & PORTABLE FIRE PUMPS LOCATED IN NNPC TOWERS, ABUJA

1. INTRODUCTION
The Group Health, Safety, Environment and Quality (GHSEQ) Department of the Nigerian National Petroleum Corporation, NNPC, wishes to invite interested competent and reputable Contractors/Companies to submit pre-qualification documents for the Corrective and Preventive Maintenance & Procurement of Spares for Fire Appliances & Portable Fire Pumps located in NNPC Towers, Abuja.

2. BRIEF DESCRIPTION OF WORK SCOPE AND SPECIFICATIONS
The Nigerian National Petroleum Corporation (NNPC) intends to carry out comprehensive corrective and preventive maintenance & procurement of spares for fire appliances & portable fire pumps in NNPC Towers, Abuja.
The work required to be carried out by the contractor covers comprehensive corrective and preventive maintenance & procurement of spares for fire appliances & portable fire pumps, modification, materials procurement services, installation, commissioning, testing, end-user training, start-up support, and performance testing necessary to achieve an optimal fire appliance and portable lire pump performance. In meeting the objective, the Contractor shall fulfill the obligations and implement the requirements described below, which shall include but not be limited to the following features/Units:
The contractor is required to carry out on-call services, comprehensive corrective and preventive maintenance & procurement of spares for fire appliances & portable fire pumps such as the manufacturer’s brand, make, model, type, trim, specifications, etc ranging from:
(a) Mitsubishi L200 Rapid Intervention Vehicle (RIV) semi with an onboard Vanguard Generator and Rosenbauer High-Pressure System Pump.
(b) Mercedes Benz AXOR 3328 (20,000 Litres capacity Water Tanker) with an onboard Varisco Power Take Off-pump.
(c) MAN TGS 33.360 Triple Agent Fire Truck (TAFT) with an onboard Diesel Foam Generator, Rosenbauer electronic Power Take Off-Pump, and Dry Chemical Powder deluge systems.
(d) Mercedes Benz ACTROSS 4141 (P56 Hydraulic Platform Turn Table Ladder) with an onboard Rosenbauer electric generator, emergency petrol generator & Electric motor.
(e) Phoenix D-600 Generator with an onboard portable fire pump.
(f) C.E.T Volkswagen Generator (PFP-46HPVW-2D) with an onboard portable fire pump.
(2.1) Physical/diagnostic inspection of the fire trucks and portable pumps/generators to form a baseline assessment of their present state.
(2.2) Corrective and preventive maintenance/repairs and replacement of parts and components.
(2.3) Resolution of mechanical, electrical/electronic, instrument and software/programming & computer-based systems faults.
(2.4) Attend to a high-priority distress call on and off office hours, 24 hours a day and 365 days a year throughout the contract.
(2.5) Routine servicing.
(2.6) Resolution of all other faults(s) that may hinder the performance of the trucks.
(2.7) Procurement & Supply of spares.
The successful bidder will also be required to train end users/owners’ operating personnel as well as provide a two-year maintenance service guarantee.

3. WHO MAY APPLY?
(3.1) For fire appliances maintenance and procurement firm, a reputable company with financial capability, technical experience, and detailed understanding of corrective & preventive maintenance and procurement of spares management in corporate environment and infrastructure.
(3.2) In case of a consortium partnership, both foreign and local companies must have experience in providing services as described in (2. a-f) and (3.1) above, and meet all other criteria stated herein and present notarized legal documentation showing the agreed form of partnership, and, duration of the Joint Venture.
(3.3) In the case of a consortium partnership as stated above, (3.2) all partners to the consortium MUST submit individual supporting documents as listed in the expression of interest/pre-qualification criteria below.

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

STAR DEEP WATER PETROLEUM LIMITED-

INVITATION TO TENDER FOR PROVISION OF SCHOLARSHIP ADMINISTRATION MANAGEMENT SERVICES

STAR DEEP WATER PETROLEUM LIMITED
A CHEVRON COMPANY
OPERATOR OF THE AGBAM1 UNIT (OML 127/128)
TENDER OPPORTUNITY
PROVISION OF SCHOLARSHIP ADMINISTRATION MANAGEMENT SERVICES
NipeX Tender No: STARDEEP.00000073

1. INTRODUCTION:
Star Deep Water Petroleum Limited (Star), a Chevron company and operator of the Agbami field on behalf of its co-venturers (FAMFA Oil Limited, Prime 127 Nigeria Limited, Equinor Nigeria Energy Company Limited, and Nigerian National Petroleum Corporation (NNPC)), invites interested and pre-qualified companies with relevant experience in Scholarship Administration and Management Services.

The proposed contract term is two (2) years with an option of one (1) year renewal.

2. SCOPE OF WORK:
The administration of the Star Deep Water scholarship program and the NNPC/Chevron Nigeria Limited Joint Venture scholarship program, which shall include but is not limited to the following:
(i) Call for applications and automated processing of applications. Star expects to have full visibility into the entire process from the application to award stages using the scholarship administrator’s portal.
(ii) Reports for internal screening and shortlisting of applicants which will require the bidder to implement configurable dynamic screening criteria that can be adjusted as needed from the front-end by Star (no hard coding).
(iii) Results verification
(iv) Re-verification of new and existing scholarship beneficiaries
(v) Communication of scholarship awards to beneficiaries
(vi) Customer service and continuous quality interface with applicants and beneficiaries

3. MANDATORY TENDER REQUIREMENTS:
(A) To be eligible for this tender exercise, interested bidders are required to be prequalified and ‘live’ under 3.02.04 Human Resources and Development Consultancy (Personnel / Training System Consultancy, Appraisal, Staff Search / Selection Consultancy Executive) services category in the Nigerian Petroleum Exchange (NipeX) Joint Qualification System (NJQS) database.
All successfully pre-qualified and “live” suppliers in this category by the bid close date will receive an Invitation to Technical and Commercial Tender.
(B) To determine if your company is prequalified and view the product/service category your company is listed for, open http://vendors.nipexjqs.com and access NJQS with your company login details, click on the Products/Services tab to view your status and product codes.
(C) If your company is not listed in this product/service category, and your company is registered with the Department of Petroleum Resources (DPR) to do business for this category, please contact NipeX office at 8-10, Bayo Kuku Street, Ikoyi, Lagos with your company’s DPR certificate as evidence for verification and necessary update.
(D) To initiate and complete the NJQS prequalification process, access www.nipex-ng.com to download the application form, make necessary payments, and contact the NipeX office for further action.
(E) To be eligible, all interested bidders must comply with the Nigerian Content requirements in the NipeX system.

4. NIGERIAN CONTENT
Star is committed to the development of the Nigerian oil and gas industry in accordance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.
Contractors shall be required to comply with the following Nigerian Content Requirements:
(a) Demonstrate that –
(i) the company is a Nigerian registered company; or
(ii) the company is a Nigerian registered company in a joint venture with a foreign company. Such companies must show evidence of a valid joint venture agreement duly signed by the Chief Executive Officers of both companies including evidence or plans of physical operational presence and set-up in Nigeria.
(b) Furnish details of the company’s ownership and shareholding structure and submit clear photocopies of the company’s Corporate Affairs Commission (CAC) Forms CO2 and CO7.
(c) Provide evidence of the percentage of key management positions held by Nigerians and the percentage of the total workforce that are Nigerians. Also, show the overall percentage of work to be performed by Nigerian resources relative to total work volume.
(d) Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours, and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also, provide details of Nigerian Content focal point or manager.
(e) Location of in-country facilities (equipment, storage, workshops, repair & maintenance facilities, and testing facilities).

5. CLOSE DATE
Only bidders who are pre-qualified and ’live’ with NJQS Product/Category 3.02,04 Human Resources and Development Consultancy (Personnel / Training System Consultancy, Appraisal, Staff Search / Selection Consultancy Executive) Services NJQS Product/Category by 16:00 Hours, September 15, 2021, being the advert close date shall be invited to submit both technical and commercial bids.

Additional Information:
(1) Suppliers eligible for this tender opportunity are expected to be prequalified and “live” in NJQS under the above product/service category.
(2) The ITT and any further progression of this tender shall be via NipeX. To enable the prequalified suppliers in NJQS receive and respond to the bid, your company must be trained and set up in NipeX. If your company is not, please contact NipeX with your company’s details, official email address, a name of a principal contact person, and his/her phone number.
(3) To enable interested prequalified suppliers to use the NipeX system to progress the tender, they should contact NipeX and include in their company profile, a name of principal personnel, his/her phone number, and the company’s general official email address for set-up and training
(4) All costs incurred by interested bidders in preparing and processing NJQS pre-qualification shall be solely for the interested bidders’ accounts.
(5) This advertisement shall neither be construed as any form of commitment on the part of Star to award any contract to any company and or associated companies, sub-contractors, or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Star and or any of its partners or affiliates by virtue of such companies having been prequalified in NJQS.
(6) The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit both technical and commercial tenders. Following a technical review, only technically and financially qualified bidders will have their commercial tenders evaluated.
(7) Star reserves the right to reject any and or all prequalified suppliers at its sole discretion and at no cost whatsoever.
(8) Star will communicate only with authorized officers of the prequalified companies and NOT through individuals or agents.

Please visit the NipeX portal at www.nipex-ng.com for this advert and other information.

A CHEVRON COMPANY
OPERATOR OF THE AGBAM1 UNIT (OML 127/128)
TENDER OPPORTUNITY
PROVISION OF SCHOLARSHIP ADMINISTRATION MANAGEMENT SERVICES
NipeX Tender No: STARDEEP.00000073

1. INTRODUCTION:
Star Deep Water Petroleum Limited (Star), a Chevron company and operator of the Agbami field on behalf of its co-venturers (FAMFA Oil Limited, Prime 127 Nigeria Limited, Equinor Nigeria Energy Company Limited, and Nigerian National Petroleum Corporation (NNPC)), invites interested and pre-qualified companies with relevant experience in Scholarship Administration and Management Services.
The proposed contract term is two (2) years with an option of one (1) year renewal.

2. SCOPE OF WORK:
The administration of the Star Deep Water scholarship program and the NNPC/Chevron Nigeria Limited Joint Venture scholarship program, which shall include but is not limited to the following:
(i) Call for applications and automated processing of applications. Star expects to have full visibility into the entire process from the application to award stages using the scholarship administrator’s portal.
(ii) Reports for internal screening and shortlisting of applicants which will require the bidder to implement configurable dynamic screening criteria that can be adjusted as needed from the front-end by Star (no hard coding).
(iii) Results verification
(iv) Re-verification of new and existing scholarship beneficiaries
(v) Communication of scholarship awards to beneficiaries
(vi) Customer service and continuous quality interface with applicants and beneficiaries

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

SEPLAT ENERGY PLC-

INVITATION TO TENDER FOR PROVISION OF OPERATIONS AND MAINTENANCE SUPPORT FOR NATIONAL OIL WELL VARCO (NOV) PUMPS SETS AT WESTERN ASSET LOCATIONS (AMUKPE, OBEN & SAPELE)

SEPLAT ENERGY PLC
(ON BEHALF OF THE NPDC/SEPLAT JOINT VENTURE)
NIPEX NO.1000005382
PROVISION OF OPERATIONS AND MAINTENANCE SUPPORT FOR NATIONAL OIL WELL VARCO (NOV) PUMPS SETS AT WESTERN ASSET LOCATIONS (AMUKPE, OBEN & SAPELE)

1. INTRODUCTION:
This proposed contract will ensure proper focus on all running pump-sets and improve the uptime of the pump sets and consequently, improve our production target. This will ensure there are no catastrophic failure of the equipment. Contractors shall provide maintenance services of the pump inventory listed below: l. Amukpe Facility -14 Nos. NOV (National Oil Varco) of various capacity 2. Amukpe Facility -4 Nos. Sulzer Pumps 3. Oben Flow Station – 7 Nos. National Oil Varco of various capacity 4. Oben Flow Station -1 No. EMSCO pump units 5. Sapele Flow Station – 4 Nos. NOV (National Oil Varco) These Pumps are driven by Caterpillar Gas Engines type G3412, G3408 and G342. The operating integrity of these units are good; however, the availability and reliability could be further enhanced by spares availability and optimum maintenance. The vendor shall engage competent, certified & trained Engineers and Labour capable of carrying out all operations & maintenance of SEPLAT PUMPS SKIDS and packages, such packages shall include the gearbox, booster Pumps, Suction and Discharge Valves etc. The proposed contract is to award this contract to two OEM representatives, based on the number of Pumps with Amukpe standing alone, while Oben and Sapele standing on the other side.

Metrics to measures Target HSE
% Schedule CompliancePercent % Planned WorkProduction Breakdown lossesAsset AvailabilityMTTRFluid end inspection for Pumps% of PM/PdM completed on-timePotential failure identifiedMaintenance Cost >90%>85%<2%>98%< 48hrsQuarterly>98%>95%5-10% Quarterly Cost Reduction (Savings) LTIFatalityContractor’s HSE meeting·         Compliance with the contract terms·         Prompt payment of salary·         Payment benefits compliance (BMO, Insurance &·         Compliance with local/national labour law·         Health coverage staff & qualified dependents·         Prompt Submission of invoice ZeroZeroMonthly100%Between 25-last day of the Monthly100%100%StandardFirst week of each Month

CONTRACT ADMINISTRATION & POST-AWARD PERFORMANCE REVIEW
• Issuance of monthly payslip with details of deduction such as Tax etc.
• Annual issuance of tax clearance to all personnel.
• Issue evidence of pension deduction payments to PFA managers to all personnel.
• Provision of Retainership/HMO for employees and qualified dependent.
• Ensure proper termination of contracts with regards to contract terms/conditions and issue a new contract when extended.
• Quarterly contract review meeting in line with the contract terms and conditions which must be documented and signed off by all parties such as contractor, contract manager/holder and HR appointed personnel.
• All service contract issues and challenges should be channeled through the contract manager or its appointed contract holder.
• Employer/vendor or labour service contractor shall issue their company identity card to all employees working in Seplat facilities while their service last in our premises.
Employee salary framework
The personnel (contract staff) salary structure shall follow the employee salary framework guideline. The proposed strategy will utilize the NipeX contracting platform to run the tendering process.

2. SERVICES REQUIRED/SCOPE OF WORK:
As a minimum requirement, the selected contractors shall have the necessary experience, capability and shall be fully responsible for the provision of the services as detailed in the table below for use in the onshore and shallow waters operations.

S/N Service Code Tender Ref. Number Services Brief Description of Scope of Work (includes But is not Limited to the Understated)
1 3.05.11 2.11.012.11.021.03.01 Provision of Operations and Maintenance Support for National Oil Well Varco (Nov) Pumps Sets at Western Asset Locations The scope of works to be undertaken shall include, but not limited to, the following: (1)                                         Provision of competent technical support personnel Mechanical. Instrumentation and Electrical discipline to carry out the services detailed in the work scope to maintain 98% Pump availability, Additional personnel may be called upon on an as needed basis depending on operational requirements and workload.(2)                                         Provision of OEM support and training/guidance for technical when required on the job at the expense of the vendor.(3)                                         The technical personnel covered in this contract shall run full 24/7 as cover with respect to services within this contract.(4)                                         Vendor shall provide competent work force for daily execution of work orders and FLM, in Seplat facilities as follows.(5)                                         A schedule of critical spares shall be included in the contract and have the contractors to quote for and maintain a minimum monthly stock level to the keep our plant availability up. The lean/ Just-in-time strategy to decongest our warehouse inventory, equipment deterioration in our warehouse and cost optimization.(6)        Vendor shall provide required Tools for the implementation of this contract.(7)        Provision of vehicle and tools should be included in CASHES/Premob payment in the schedule of rate. No separare payment or monthly payment. Contractor shall provide & maintain a fit-for-purpose vehicle that the meet the HSE requirement of SEPLAT where necessary.(8)                                         Vendor shall carry out troubleshooting on faulty equipment shall be carried out and resolved within 48 hours and conduct preliminary RCA on Equipment failures.(9)                                         Vendor shall produce monthly Equipment Performance reports summary in line with the set KPIs, and Monthly Equipment run hours for trending. Also, daily report on equipment status shall be issued to the Maintenance Lead on Site.(10)                                      Vendor shall ensure the dose out of scheduled PMs on Equipment to maintain good working conditions through the Maintenance Lead on site.(11)                                      Vendor shall also carry out overhaul on Equipment in line with Seplat guidelines and best practiced. And shall carry out all recommended preventive maintenance inspections on Equipment as required and issue report.(12)                                      Vendor shall ensure the function test of Equipment Shutdown devices and ensure they are active all times. And carry out corrective maintenance when Equipment goes down. Also ensure the safeguarding system of the Equipment are in active state.(13)                                      Vendor shall collaborate with the field teams to ensure historical records of Equipment are stored accurately for referencing and trending in the provided CMMS.(14)      Vendor shall attend monthly and quarterly contract review meeting and Field HSE Meeting as scheduled.(15)                                      Provision of condition monitoring services & laser alignment equipment to facilitate proper alignment of pumps to drives as the need arises. And carry out checks on Equipment for vibration and resolve challenges as need arises, carry Out Oil analysis and issue reports on Monthly basis.(16)      Vendor shall implement 14/14 work cycle in line with Seplat guidelines.(17)                                      Required support shall be on call-off basis and shall be day rate (of 8 Hours -8:00am-5:00pm)(18)                                      Vendor shall work out plan to cover for staff on annual leave or vacation.(19)                                      Provision of the special reliability tools to enable the above condition monitoring.NOTE(20)                                      The new contract shall include detail scope of the coverage- list of equipment and rates, such it will enable Seplat to back-charge the contractor when an equipment is down for more than 72hrs without restoration back to service.(21)      O&M contracts shall be serviced-based going forward and payment for service shall be based on the availability of the equipment of more than 24 days in a calendar Month, otherwise it shall be prorated.(22)                                      Since the new strategy is service based, there shall not be provision of separate payment for accommodation, food, and vehicle. CONTRACTOR staff should be accommodated and fed within their 14/14 rotation in our facilities.

CONTRACT STRATEGY
The strategy is to engage the services of contractors to execute the activities on provision of operations and maintenance support for national oil well Varco (Nov) pumps sets at western asset locations for a period of two (2) years with the option of one (1) year extension. Following this advertisement, companies will be expected to submit their bids as specified thereafter, the bids shall be evaluated and ranked based on the bidder’s performance. Contract shall be awarded to three most competitive bidders at the lowest evaluated realistic bidder’s rates. NPDC/SEPLAT JV shall retain the selected companies to provide the required services during the contract duration.

3. MANDATORY TENDER REQUIREMENTS:
(1) To be eligible for this tender exercise, interested bidders are required to be pre-qualified and live’ in the relevant product/services categories of NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified and ‘live’ bidders in this category by the bid close date will receive Invitation to Technical Tender (ITT).
(2) To be eligible for this tender exercise, interested bidders are required to be pre-qualified and’live1 in the following NipeX Joint Qualification System (NJQS) categories: •3.05.11 •2.11.01, • 2.11.02, •1.03.01
(3) To determine if you are pre-qualified and view the product/service category you are listed for: Visit http://vendors.nipex-ng.com and access NJQS with your login details, Click on products/services status tab to view your status and product codes.
(4) If you are not listed in a product/service category and you are registered with DPR to do business, contact NipeX office at 8, Bayo Kuku Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.
(5) To initiate the JQS pre-qualification process, access www.nipex-ng.com, click on services tab followed by NJQS registration.
(6) To be eligible, all tenders must comply with the Nigerian content requirements in the NipeX system,

4. NIGERIAN CONTENT DEVELOPMENT:
Seplat as an indigenous exploration and production company in Nigeria is committed to the development of the capabilities of Nigerian companies in compliance with the provisions of the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 for Nigerian Content Development. Tenderers are to note that they will be requested in the technical tender to provide details of their relevant strategy to ensure that they fully comply with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at http://www.ncdmb.gov.ng/images/GUIDELINES/NCACT.pdf , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations. In light of the above, tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:
• Demonstrate that the entity is a Nigerian indigenous company having greater than or equal to 51% Nigerian shareholding in the registered company, by providing details of company ownership and shareholding structure (form C02 and COT). Also, provide evidence of registration on NOGICD JQS.
• Tenderer shall provide a detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area) In Nigeria to support this contract
• Submit Tenderer’s corporate organizational and project/contract specific organogram for all key personnel and CV’s of all personnel as listed in the project organogram should be submitted. For any position to be occupied by an expatriate, tenderer shallprovide evidence to obtain expatriate quota approval granted by NCDMB before any expatriate is deployed to execute this work scope1”.
• Tenderer shall provide evidence (Purchase receipt, Bill of Landing etc.) of at least 50% Nigerian ownership of all equipment to execute this work scope.
• Tenderer shall provide evidence of Valid category C NIGERIAN CONTENT EQUIPMENT CERTIFICATE (NCEC) issued by Nigerian Content Development and Monitoring Board in respect of ownership of equipment to be utilized on the project.
• In line with the NCD Human Capacity Development Initiative, Bidder shall commit to providing Project-Specific training, man-hour, budget, skill development and understudy plan for Nigerian personnel utilizing OGTAN registered trainees) or other approved NCDMB training institution’s).
• Tenderer shall provide evidence of Binding MOA with Nigerian companies for the procurement of all items for execution of the work scope.

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

SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED-

TENDER OPPORTUNITY: PROVISION OF CONDUCTOR PILING SERVICES

THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED
OPERATOR OF THE NNPC/SPDC/TEPNG/AGIP JOINT VENTURE
TENDER OPPORTUNITY: PROVISION OF CONDUCTOR PILING SERVICES
TENDER REF: SPDC. 00000390

1.0 INTRODUCTION

SPDC hereby invites reputable and competent Nigerian Companies with the requisite expertise, experience, skilled manpower, and technology to apply to be considered for inclusion in the bid list for the above contract.

2.0  SCOPE OF WORK

CONTRACTOR shall direct, supervise, and control conductor piling services and associated operations as defined herein, and assume liabilities as provided in the Contract. Consequently, CONTRACTOR shall:

  • Provide D-36 Hammer and S-90 hydraulic hammer (or equivalent) complete with emergency shut-off line, cradle, lifting/hammer hanging slings, shackles with minimum safety factor of 2.0 as well Zone 2 rated power packs. Equipment to have capability to drive 36”, 30”, 26” 24”, and 20” conductors on land, swamp, and offshore terrains.
  • Provide Tubular running equipment for conductors fitted with quick connectors for Offshore terrain.
  • Provide Conductor piling equipment and services (inclusive of drive subs for quick connectors)
  • Provide All necessary consumables and spare parts; and
  • All other related equipment, tools, and experienced personnel necessary to satisfactorily perform the above services.
  • Provide specialist welding services (Habitat inclusive).
    • On the rig per requirements
    • Offline welding at their base or any other SPDC nominated location
    • Provision of welding habitat
    • Splash coating of conductors
  • Provide cold cutting services
  • Provide conductor drivability studies
  • Provision of convectional Drive shoes and Deviated shoes

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

STERLING OIL EXPLORATION AND ENERGY PRODUCTION COMPANY LIMITED (STERLING)-

INVITATION TO TENDER FOR SUPPLY OF DRILL BITS (TENDER NO: 1000004421) AND SUPPLY OF WELLHEADS AND X MASS TREE (TENDER NO: 1000004420) FOR ONSHORE DRILLING SERVICES FOR PSC BLOCKS OML 143, OML 146, OPL 2004, OPL 2005 & OPL 2006

STERLING OIL EXPLORATION AND ENERGY PRODUCTION COMPANY LIMITED (STERLING)
OPERATOR OF THE ONSHORE BLOCKS OML 143, OML 146, OPL 2004, OPL 2005 & OPL 2006 PSC
ADVERT FOR TENDER OPPORTUNITY FOR SUPPLY OF DRILL BITS (TENDER NO: 1000004421) AND SUPPLY OF WELLHEADS AND X MASS TREE (TENDER NO: 1000004420) FOR ONSHORE DRILLING SERVICES FOR PSC BLOCKS OML 143, OML 146, OPL 2004, OPL 2005 & OPL 2006

1. INTRODUCTION:
Sterling Oil Exploration and Energy Production Company Limited (SEEPCO), Sterling Global Oil Resources Limited (SGORL), Sterling Global Exploration and Production Limited (SGEPL), Sterling Exploration Limited (SEL), and Sterling International Resources Limited (SIRL) under the group of companies herein referred to as “STERLING” plans to engage the services of qualified service provider(s) for various services for STERLING PSC Blocks i.e. OML 143, OML 146, OPL 2004, OPL 2005 & OPL 2006 and invites interested and prequalified vendors with relevant experience & capacity for technical tendering opportunity for the onshore Drilling Campaign in Block OML 143, OML 146, OPL 2004, OPL 2005 & OPL 2006. The Work is expected to commence in third quarter of 2020. The work locations shall be within STERLING’S areas of operations in the Niger Delta. The estimated primary duration of this contract is three (03) years with an option to extend it for another one (01) year.

2. SCOPE OF WORK/SERVICE REQUIREMENTS:

2.1 Supply of Drill Bits (Tender no: 1000004421) CATEGORY: 1.01.09

Bidder shall be able to supply Milled tooth bits, insert bits, RSS bits, and PDC bits along with nozzles, Nozzle pliers, bit breaker etc.

2.2 Supply of Wellheads and X Mass Tree (Tender no: 1000004420) CATEGORY: 1.01.07

The scope of the contract shall include but not limited to the following:

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

SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED-

INVITATION TO TENDER FOR PROVISION AND MAINTENANCE OF WELLHEAD SECURITY CAGES WITH INTRUSION DETECTION SYSTEM (IDS) FOR SPDC

THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED
OPERATOR OF THE NNPC/SPDC/TEPNG/AGIP JOINT VENTURE
TENDER OPPORTUNITY: PROVISION AND MAINTENANCE OF WELLHEAD SECURITY CAGES WITH INTRUSION DETECTION SYSTEM (IDS) FOR SPDC
TENDER REF: CW512442
NipeX Tender No. SPDC.00000396

1.0 SHELL hereby announces to interested and prequalified companies an upcoming tendering opportunity for the design, installation, operation, and maintenance of intrusion detection system/protection cages in SPDC. The proposed contract is estimated to tentatively commence in Q4 of 2021 and remain active for Two (2) Years duration, followed by one (1) year extension option.

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

2.0 SCOPE OF WORK
The specific work scope activities to be executed by the contractor include provision of, but not limited to:
Well Head Cages and Ancillaries
• Design Well Head Intruder detection enabled cage across location as would be determined.
• Cages materials made of reinforced galvanized steel mesh, The frames/bars are made of galvanized noncorrosive pipes.
• Cage with a door and fitted with superior lock to make it difficult to be cloned or compromised
• The contractor shall be responsible for the training and retraining of the technical personnel to ensure efficiency and value
• Two Deep cycle type of battery per cage with average lifespan of 12 months. Batteries are to be changed after one year for optimum use
• Supply and install solar panels and alarm systems to be held inside the cage
• Supply and install a specialized operating unit per cage and also integrate the system and commission it for service
• Supply and install an encased, fireproof, and intrinsically safe container which will hold all the electronic materials, including batteries to prevent fire hazards
Sensitivity
• The cage is designed to be sensitive to metal, wooden ladder or an attempt to climb the structure.
• Chiseling attempt
• Hack saw
• Forceful impact on the door.
• All the cables and sensors are conduit and buried inside the pipes/frames, completely invisible. Same with the control units and batteries which are enclosed inside an intrinsically safe container held inside the cage.
• Sensors and cables must be concealed in a manner to eliminate or substantially reduce compromise
Reaction
• The device raises an audible alarm; this scare away the vandals and attracts the attention of the immediate environs on the presence of intruders.
• Alarm strength must be adjustable as may be required. The system must also have the flexibility to be compatible with GSM, Tetra and Satellite systems.
GSM Response
• The device also sends calls to programmed phone lines once vandals attempt to make their way into the well head environment giving details of the wellhead number and location in just five seconds of intrusion attempt. This gives the response team enough time to attend to the situation before any form of damage is done on the wellhead by the vandals.
• More than one communication device can be alerted at the same time. In low network areas, the system is compatible with alternative platforms including tetra radio and satellite technologies.
• Communication devices are configured with the Wellhead ID, hence caller IDs/ringtones specific to wellhead locations are programmed with each device and are visible when calls or messages come through. The system can also be tested by sending calls to specific wellhead
Source of Power
• The system runs on a 12volts solar panel and in the case of no sun for some time, the stored energy can last for several days.
• Solar panels and other operating component to be secured within the confines of the cage in a way that tampering with the component will trigger on alert, both sound, and SMS
One-Year Warranty (Defects In Materials And Workmanship)
• The vendor shall replace oil defective materials and defects arising from poor workmanship.
Others
• The Contractor shall provide all materials and labour for associated Security, logistics, and installation of the cage up to commissioning
• The Contractor shall provide for all maintenance, repair, and upgrade works related to the cage and its components including engineering, etc. This service also includes multiple simultaneous activities within the location.
• The Contractor shall attend to distress calls as maybe required from time to time by the COMPANY.
• The Contractor shall visit the Well Head location for pre-installation measurements, evaluations, and ground preparation works
• The Contractor shall employ local labour from the community for works in the location and watch-keeping during installation works at the site

3.0 MANDATORY REQUIREMENTS
(1) To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Product/Service Categories 3.05.17 and 1.16.01 in the NipeX Joint Qualification System (NJQS) database. Only successfully pre-qualified suppliers in this category will receive a Technical & Commercial Invitation to Tender (ITT).
(2) To determine if you are pre-qualified and view product/service category you are listed for, open www.nipex-ng.com and access NJQS with your login details, dick on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
(3) If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 8, Bayo Kuku Street, Ikoyi, Lagos with your DPR certificate as evidence for necessary update.
(4) To initiate the JQS pre-qualification process, access www.nipex-ng.com to download the application form, make necessary payments and contact NipeX office for further action.
(5) To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX system.
Other Mandatory requirements:
(1) Current relevant Department of Petroleum Resources (DPR) Permit for the provision of the services within these scope

4.0 NIGERIAN CONTENT REQUIREMENTS
Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development (NOGICD) Act and also provide the following requirements:
• Provide evidence of company Ownership Structure form C02 and C07, registration on NOGIC JQS, and DPR certificate.
• A detailed description of the location of in-country committed facilities & infrastructure (Technical/Administrative offices and fabrication yard etc.) in Nigeria to support this contract.
• In line with the NCD Human Capacity Development Initiative, Bidder shall commit 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).
• Submit Tenderer’s corporate organizational and project/contract specific organogram. CV’s of all personnel (Technical personnel as stated in the scope of work) listed in the project organogram should be submitted. For any position to be occupied by an expatriate, tenderer shall provide evidence to obtain expatriate quota approval granted by NCDMB before any expatriate is deployed to execute this work scope”.
• Bidders shall provide evidence of Nigerian-owned vessels (not limited to tugboats, barges etc.) to be engaged in this project and must be categorized as Nigerian-owned in the NCDMB latest Marine vessel categorization publication via the NOGIC JQS.
• In line with the latest NCDMB NCEC approved guideline, bidder shall provide NCEC Category (1-4) in the Construction and Movable equipment group (EC).
• Details of in-country procurement plan and Binding MOA to source goods and materials not limited to cables, battery, with names and addresses of the Nigerian manufacturers and suppliers.

5.0 CLOSING DATE
Only tenderers who are registered with NJQS in the relevant Product/Service category 3.05.17 and 1.16.01 Safety/Protection/Security/firefighting systems, Architectural refurbishment, Fire & Gas halon, and Security Equipment & Accessories respectively as at 12 August 2021, being the advert closing date, shall be invited to submit Technical and Commercial Bids.

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

NIGERIAN PETROLEUM DEVELOPMENT COMPANY LIMITED (NPDC)-

TENDER OPPORTUNITY: HIRING, OPERATIONS AND MAINTENANCE OF VARIOUS MARINE VESSELS TO SUPPORT OFFSHORE TERMINAL OPERATION IN OML 42

NIGERIAN PETROLEUM DEVELOPMENT COMPANY LIMITED (NPDC)
(A SUBSIDIARY OF NIGERIAN NATIONAL PETROLEUM CORPORATION)
62/64 SAPELE ROAD, P.M.B. 1262 BENIN CITY, NIGERIA
TENDER OPPORTUNITY: HIRING, OPERATIONS, AND MAINTENANCE OF VARIOUS MARINE VESSELS TO SUPPORT OFFSHORE TERMINAL OPERATION IN OML 42 (NIPEX SHOPPING CART NUMBER 100005263)

1.0 INTRODUCTION:
Nigerian Petroleum Development Company Limited has a requirement for the Hiring. Operations and Maintenance of Various Marine Vessels in OML 42. NPDC, therefore, invites reputable and competent companies for the provision of the services for her production operations.

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

2.0 SERVICES REQUIRED/SCOPE OF WORK:
The proposed scope(s) covers as listed but not limited to the work items listed below:

S/N Services Scope of Work (include but not limited to the understated)
1 Hiring, Operations and Maintenance of Various Marine Vessels in OML 42Product Code Number:3.06.08 and 3,08.01 The scope of work includes provision of the equipment, personnel and necessary logistics to operate the under listed vessels, which should have been built not earlier than year 2010.(1)   Provision of line Handling Tugs, the Services of these vessels are required for crude oil export tanker handling and loading activities at export terminals and FSO’s,·         Lire Handling Tugs (LHT) with a minimum bollard pull of 70 ton for marine logistics services·         Line Handling Tugs (LHT) with a minimum bollard pull of 120-180 ton(2)        240-350,OOObbls Capacity Tankers for Crude Oil Evacuation(3)        175-200, 000bbls Capacity Tankers for Crude Oil Evacuation(4)        240 – 300, 000bbls Crude Oil Storage dump barge(5)        100, 000bbls Crude Oil Storage dump barge(6)        70,000bbl Crude Oil Storage dump barge(7)        22,000-25,0000bbls Capacity Shuttle Vessels(8)        Sea going Security Vessels(9)        Patrol Vessels(10)      Offshore crew supply vessel

CONTRACT STRATEGY:
The strategy is to engage the services of competent contractor (s) for the Hiring, Operations and Maintenance of Various Marine Vessels in OML 42. Following this advertisement, companies will be evaluated and ranked based on their performance. Contract shall be awarded to the lowest evaluated responsive/most technically competent bidder(s). NPDC shall retain the selected company (s) to provide the required service during the contract duration,

1.0 MANDATORY REQUIREMENTS:
(1) To be eligible for this tender exercise, interested Companies are required to be pre-qualified in the Vessels Platforms/Vessels Product/Services category (3.06.08 Mooring System Services and 3.08.01 Tugs/ROV Support/Diving Support Vessel) in NipeX Joint Qualification System (NJQS) database
All successfully pre-qualified suppliers in the category will receive the Invitation to Tender (ITT) document for the Technical phase of the tender.
(2) To determine if you are pre-qualified and view the products/services category you are listed for: Open http://vendors.nipex-ng.com and access NJQS with your log-in details. Click on products/services status tab to view your status and product codes.
(3) If you are not listed in a Product/Service category and you are registered with DPR to do business, contact NipeX office at No. 8 Bayo Kuku Road, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.
(4) To initiate the JQS pre-qualification process, access www.nipex-ng.com click on services tab followed by NJQS.
(5) To be eligible, all tenderers must comply with the Nigerian Content requirements in the NipeX system.

2.0 NIGERIAN CONTENT DEVELOPMENT:
As requested by the Nigerian Oil & Gas Industry Content Development Act 2010, each Contractor will be required to:
(1) 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 CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.
(2) International or multinational companies working through a Nigerian subsidiary must demonstrate that a minimum of 50% of equipment to be deployed for execution of the work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and including those that will be owned by the Nigerian subsidiary.
(3) Furnish details of company ownership and shareholding structure with photocopies of Forms CAC2 and CAC7.
(4) Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of ail the Nigerian companies and personnel that will be involved in executing the work also provide details of Nigeria Content focal point or manager.
(5) State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well- equipped offices and workshop.
(6) Provide detailed plan for staff training and development.
(7) Provide detailed description of the location of in-country offices.

Interested Companies are to note that pursuant to NPDC (NNPC) and Federal Government Policy to provide opportunities for Nigerian contractors and the development of local expertise, all the applicants must comply fully with the NOGICD Act to give preference to Nigerian companies or foreign companies with Nigerian affiliate and local ownership, which demonstrate willingness to execute the project to the satisfaction of the Nigerian Content requirements and guidelines. Each applicant is enjoined to avail themselves of the requirements of the Nigerian Oil and Gas Industry Content Development (NOGICD) Act for full compliance.

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

NIGERIAN NATIONAL PETROLEUM CORPORATION (NNPC)-

EXPRESSION OF INTEREST (EOI) FOR THE PROVISION OF OPERATIONS AND MAINTENANCE (O&M) SERVICES FOR THREE (3) NIGERIAN NATIONAL PETROLEUM CORPORATION (NNPC) REFINERIES

ADDENDUM TO BID REGISTRATION / SUBMISSION
EXPRESSION OF INTEREST (EOI)
FOR THE PROVISION OF
OPERATIONS AND MAINTENANCE (O&M) SERVICES FOR THREE (3) NIGERIAN NATIONAL PETROLEUM CORPORATION (NNPC) REFINERIES: PORT-HARCOURT REFINING COMPANY (PHRC), WARRI REFINING AND PETROCHEMICAL COMPANY (WRPC), AND KADUNA REFINING AND PETROCHEMICAL COMPANY (KRPC)

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