Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

FOR PROVISION OF SURFACE WELLHEAD

MAINTENANCE SERVICES
Overview

MOBIL PRODUCING NIGERIA UNLIMITED

AN EXXONMOBIL SUBSIDIARY

OPERATOR OF THE NNPC/MPN JOINT VENTURE

TENDER OPPORTUNITY: PROVISION OF SURFACE WELLHEAD


MAINTENANCE SERVICES

NIPEX NUMBER: 1000004265

(1.0) INTRODUCTION

Mobil Producing Nigeria Unlimited (MPN) operator of the NNPC/MPN Joint Venture
(JV) plans to engage competent and qualified Companies to provide Surface Wellhead
Maintenance Services for its 2020 to 2022 Development Drilling and Workover Program
operations on its offshore location(s) in NNPC/MPN JV acreages. Contract term is two
(2) years with an additional one (1) year optional period.

An open competitive tendering process via double-envelope through the NipeX portal
will be adopted and award of multiple contracts will be made to the three lowest,
technically-qualified bidders at the lowest responsive evaluated price/rates.

(2.0) SCOPE OF WORK

The scope of work includes the provision of surface wellhead spares and
accessories/wellhead maintenance services. Sealant treatment associated with SCSSV
control line leak and wellhead seals repair, development of maintenance procedures in
line with existing company standards, wellhead remedial maintenance and repairs.

Contractor will be required to provide equipment, qualified and experienced personnel


for preventative maintenance, application of sealant to achieve barriers, repair of the
Company’s surface wellhead and Xmas tree equipment. Contractor will be required to
have valid Memorandum of Agreement (MOA) with major wellhead OEMs and
experience with the OEM equipment & systems. These services include but are not
limited to;

(i) Preventive Maintenance as per company’s schedules on each wellhead and Xmas
tree assembly;
(a) Visual inspection of wellhead and Xmas tree equipment and accessories.

(b) Documentation of observed corrosion status of wellhead and tree and accessories

(c) Routine valve greasing/lubrication and cycling.

(d) Monitoring and pressure testing of tree and wellhead voids and pack-offs

(e) Injection of plastic packing in designated voids/pack-off as required by OEM

(f) Replacement of minor wellhead components (grease fittings, pressure gauges,


needle valves, stem protectors, hand wheels, etc).

(g) Assist company designated personnel in conducting tree and wellhead valves leak
test as per company approved procedure.

(h) Provision of standard procedures developed based on wellhead’s OEM


recommendations.

(i) Detailed documentation of observations, test results and data required by company.

(j) Pressure testing of the Surface and Production annulus.

(k) Provision of hand tools, equipment required for repair and preventive maintenance.

(l) Provision of qualified and experienced personnel for executing maintenance and
repair services.

(ii) Repair and Refurbishment Services shall include but will not be limited to:

(a) Diagnostics/troubleshooting of defective wellhead components/systems (valves,


seals, SCSSV control line leaks, etc.)

(b) Provision of equipment, qualified and experienced personnel and spares necessary
for performing the maintenance and repair of Company’s Surface wellheads, Xmas Trees
and Associated Equipment including valves.

(c) Determine and maintain an inventory of all spares, sealant, and grease/lubrication
required for repair/replacement and should meet company’s M & R requirements.

(d) Provision and injection of specialty tree and wellhead valve sealant to achieve
bubble-tight barriers on failed wellhead valves.

(iii) Asset/Inventory management and storage of the Company’s and Contractor’s


owned spares (new and refurbished) when required.
(iv) Disposal of equipment, spares and lubricants no longer needed by Company (on
Company’s request).

(v) Provision of coating services for tree and wellhead to prevent corrosion.

(vi) Provision of tools and equipment to coat tree metal services with protective film to
stop external corrosion.

(vii) Tools and equipment to provide tapered cement cap between casing strings to keep
water from corroding external casing; example, scrapers, rust sealers, cement grout,
caulk.

(3.0) MANDATORY REQUIREMENT

To be eligible for this tender exercise, interested Tenderers are required to be prequalified
and have LIVE status in the 3.04.19 (Surface Wellhead Services Product code 1_01_07:
(Wellhead Equipment, Xmas Trees and Accessories) category in NipeX Joint
Qualification Scheme (NJQS) database. All successfully pre-qualified suppliers in this
category will receive Invitation to Technical Tender (ITT).

(a) To determine if you are prequalified and view the product/service category you
are listed for: Open http://vendors.nipex-ng.com and access NJQS with your log in
details, click on continue Joint Qualification scheme tool, click check “my supplier
status” and then click supplier product group.

(b) If you are not listed in this product/service category and you are registered with
DPR, please contact NipeX office at 8 Bayo Kuku Road, Ikoyi Lagos with your DPR
certificate as evidence for verification and necessary update.

(c) 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.

(d) To be eligible, all tenders must comply with the Nigeria Content requirements in
the NipeX system.

(4.0) NIGERIAN CONTENT

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).

MPNU 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, Tenderers shall:

(a) Provide a description of its committed infrastructure (administrative/technical


offices, facility with approved bunker) in Nigeria to support this contract.

(b) Evidence that a minimum of 50% of all equipment deployed to work by


multinational and international companies are owned by the Nigerian subsidiary.

(c) Provide project specific organogram showing names and nationalities of key
personnel.

(d) Demonstrate that entity is a Nigerian registered company. Submit certified true
copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc.) including
company memorandum & article of association and/or evidence of entity’s incorporation,
shareholding & ownership structure in Nigeria.

(e) Tenderers shall submit evidence of Memorandum of Agreement (MOA) with


major wellhead OEMs and experience with the OEM equipment & systems.

(f) 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).
(g) Contractors shall possess category A NCEC (Nigerian Content Equipment
Certificate) for all equipment and materials to be used in executing the work.

(h) Provide a Nigerian Content Execution 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.

Tenderer’s failure to comply with the NOGICD Act or demonstrate commitment to


Nigerian Content development will result in Tenderer’s disqualification.

(5.0) CLOSE DATE

Only tenderers who are registered and have LIVE status in the 3.04.19 (Surface Wellhead
Services; Product code: 1_01_07: Wellhead Equipment, Xmas Trees and Accessories)
category in NipeX Joint Qualification Scheme (NJQS) database as at Thursday, 9 April,
2021, being the advert closing date, shall be invited to submit Technical Bids.

(6.0) ADDITIONAL INFORMATION

(a) Interested suppliers must be prequalified for this product/service category in


NJQS.

(b) Full tendering procedure will be provided only to contractors that have been
successfully prequalified in NJQS.

(c) This advertisement shall neither be construed as an Invitation to Tender (ITT) nor
a commitment on the part of MPN to award a contract to any supplier and/or associated
companies, subcontractors or agents.

(d) This advertisement shall not entitle prequalified companies to make any claims
whatsoever, and/or seek any indemnity from MPN and/or its partners by virtue of such
companies having been prequalified in NJQS

(e) All costs incurred in registering and prequalifying for this and other
product/service categories in NJQS shall be borne solely by suppliers.

(f) Suppliers that are prequalified for this product/service category in NJQS must
ensure that their names and contact details (physical address, email address and telephone
number) of their company and authorized/responsible personnel is up-to-date in their
company profile in the NJQS database.

(g) MPN shall communicate only with the authorized/responsible personnel of


prequalified companies and not through unauthorized individuals or agents.
Please visit the NipeX Portal at www.nipex-ng.com for this Advert and other information

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

Media Outlet: Tenders in Nigeria

Date Published: March 22, 2021

Author: By Tenders in Nigeria

URL Link: https://234business.com/tenders/job/lagos-state-government-office-of-


drainage-services-water-resources-request-for-expression-of-interest-for-selection-of-
consultant-to-carry-out-environmental-study-for-surface-water-resources/

Content:

LAGOS STATE GOVERNMENT – OFFICE OF


DRAINAGE SERVICES & WATER RESOURCES:
REQUEST FOR EXPRESSION OF INTEREST FOR
SELECTION OF CONSULTANT TO CARRY OUT
ENVIRONMENTAL STUDY FOR SURFACE WATER
RESOURCES MANAGEMENT IN LAGOS STATE
Overview

LAGOS STATE GOVERNMENT

SELECTION OF CONSULTANT TO CARRY OUT ENVIRONMENTAL STUDY


FOR SURFACE WATER RESOURCES MANAGEMENT IN LAGOS STATE

REQUEST FOR EXPRESSION OF INTEREST

PREAMBLE

The Lagos State Government is desirous to engage the services of a consultant to carry
out environmental study on surface water resources management. The objectives include
providing information about physical, chemical and biological properties of surface
water in the study area. The engaged consultant would also determine the level of
pollutants and identify the possible effects of water pollution amongst other things.

Environmental Study for Surface Water Resources Management in Lagos State is


intended to consider the systematic study of human interaction with surface water such
as the Lagoons, Rivers, Creeks and channels. This project recognizes the emerging threat
of flooding and widespread pollution that includes broad range or substances such as
pharmaceuticals, petroleum domestic waste and industrial chemicals etc. which found its
way into our Lagoons, thus threatening the overall health of the citizenry. This is also in
line with the policy of Government to making Lagos sustainable, resilient and attractive
to business through community regeneration and inclusive environmental planning.

The successful Consultant would be required to complete the proposed environmental


study on surface water resources management within Twelve (12) months.

SCOPE OF WORK

The successful Consultant is expected to fully deliver the plan taking into consideration
the detailed scope of work as indicated below:

(1) Comprehensive technical feasibility assessment including physical, chemical and


biological parameters.

(2) Conduct physical mapping and hydrological study of the upstream catchment
(3) Determine pollutant concentrations and toxicity of water

(4) Investigate and confirm sources of all relevant upstream contributions including
storm water and waste water.

(5) Provide clear, highly relevant and actionable insight into management of surface
water resources.

PRE-QUALIFICATION CONDITIONS

The State Government would consider Consultants duly registered to practice in Nigeria
and with proven capabilities on such assignment. To apply, the Consultant must show
evidence of considerable experience and track records of good performance in the
aforementioned services. For that purpose, documented evidence of recent and similar
services shall be submitted with contractual agreement and evidence of completion.

Determination of the similarity of experience will be based on the nature of the services
provided; technical expertise and regional experience. In addition, the Consultant is to
submit and fulfill the following documentation and conditions:

(i) A covering letter summarizing content of the pre-qualification documents;

(ii) Certificate of Incorporation of Company/Firm’s registration in Nigeria;

(iii) Evidence of current registration with Lagos State Public Procurement Agency
(PPA);

(iv) The Firm’s general structure and detailed curriculum vitae profile/particulars of
staff of the Firm or Consortia with areas of specialization;

(v) The last 3-Years Audited Financial Statements and latest Management Accounts
(2018, 2019 and 2020);

(vi) Evidence of similar job done on the scale of the advertised project in the last five
years (evidence of Letter of Award and Certificates of Job Completion);

(vii) Last 3 (three) years Company Tax Clearance Certificate (2018,2019 and 2020);

(viii) Detailed methodology as well as work plan to be used in line with objectives and
scope of service project.

(ix) Evidence of last three (3) Years Development Levy for Two (2) Directors.

(x) Sworn Affidavit confirming that all documents submitted are authentic.
Only Consultants who maintain a current Registration Status with the Lagos State Public
Procurement Agency will be eligible to participate in the process.

SUBMISSION OF DOCUMENTS

The Selection process shall be conducted on the Lagos State Public Procurement
Agency’s E-Tendering Portal Expression of Interests (EOI) must be submitted online in
English Language clearly titled “Environmental Study for Surface Water Resources
Management in Lagos State” not later than two weeks from the date of this publication
(i.e 5, April, 2021).

However, interested Consultants who are willing to submit Expression of Interests (EOI)
are required to log on the e-Portal of the Public Procurement Agency (PPA)
www.lagosppa.gov.ng to upload all the necessary PRE-QUALIFICATION
CONDITIONS.

It should be noted that this EOI does not constitute a commitment on the part of the State
and/or the Lagos State Ministry of the Environment, Office of Drainage Services and
Water Resources to award the project to any Consultant(s) expressing interest

Furthermore, submission of documents shall not entitle any of the interested parties to
any claims against the State and/or the Lagos state Ministry of the Environment, Office
of Drainage Service and Water Resources by the virtue of such party having responded
to the EOI.

All costs incurred by respondents as a result of this EOI and any subsequent request for
information shall be for the respondents account only.

Interested consultants may obtain further information at the address below during office
hours from 9:00am to 6pm.

The Procurement Unit, Office of the Drainage Services & Water Resources, Block 6,
Alausa Secretariat Ikeja, Lagos

SIGNED

PERMANENT SECRETARY

OFFICE OF DRAINAGE SERVICES & WATER RESOURCES


Media Outlet: Tenders in Nigeria

Date Published: March 22, 2021

Author: By Tenders in Nigeria

URL Link: https://234business.com/tenders/job/nasarawa-state-government-nasarawa-


state-nigeria-erosion-and-watershed-management-project-ns-newmap-request-for-bids-
for-national-competitive-bidding-for-the-procurement-of-contractors-for-the-co/

Content:

NASARAWA STATE GOVERNMENT – NASARAWA


STATE NIGERIA EROSION AND WATERSHED
MANAGEMENT PROJECT (NS-NEWMAP): REQUEST
FOR BIDS FOR NATIONAL COMPETITIVE BIDDING
FOR THE PROCUREMENT OF CONTRACTORS FOR
THE CONSTRUCTION OF TOWNSHIP STORM WATER
DRAINAGE MANAGEMENT IN LAFIA TOWN
Overview

FEDERAL REPUBLIC OF NIGERIA

GOVERNMENT OF NASARAWA STATE

STATE MINISTRY OF ENVIRONMENT AND NATURAL RESOURCES

NASARAWA STATE NIGERIA EROSION AND WATERSHED


MANAGEMENT PROJECT (NS-NEWMAP)

NATIONAL COMPETITIVE BIDDING

FOR THE PROCUREMENT OF CONTRACTORS FOR THE CONSTRUCTION


OF TOWNSHIP STORM WATER DRAINAGE MANAGEMENT IN LAFIA
TOWN

RFB NO: NG-NASARAWANEWMAP -225135-CW-RFB

CLOSING DATE: 20 April, 2021

VENUE: Conference Hall

State Project Management Unit (SPMU)

Nasarawa State Nigeria Erosion and Watershed Management Project (NS-


NEWMAP),

NAGIS Premises Mararaba Karu Nasarawa State.

Bid Opening Date: 20 April, 2021

REQUEST FOR BIDS WORKS (WITHOUT PREQUALIFICATION)

Employer: Nasarawa State NEWMAP Project Management Unit

Project: NASARAWA STATE NIGERIA EROSION AND WATERSHED


MANAGEMENT

Contract title: Procurement of Contractors for the Construction of Township Storm


Water Drainage Management in Lafia Town
Country: NIGERIA

Loan No./Credit No./ Grant No.: IDA 51050NG

RFB No: NG-NASARAWASPMU-225135-CW-RFB

([1]) The Federal Republic of Nigeria has received financing from the World Bank
towards the cost of the Nigeria Erosion and Watershed Management Project (NEWMAP)
and intends to apply part of the proceeds toward payments under the contract for
Procurement of Contractors for the Construction of Township Storm Water Drainage
Management in Lafia Town.

(2) The State Project Management Unit (SPMU), Nasarawa State – Nigeria Erosion
and Watershed Management Project (NS-NEWMAP) on behalf of Nasarawa State
Government now invites sealed Bids from eligible Bidders for Procurement of
Contractors for the Construction of Township Storm Water Drainage Management in
Lafia Town.

(3) Bidding will be conducted through National Competitive Bidding (NCB)


procurement using Request for Bids (RFB) as specified in the World Bank’s
“Procurement Regulations for IPF Borrowers- Procurement in Investment Projects
Financing August 2018 (“Procurement Regulations”), and is open to all eligible Bidders
as defined in the Procurement Regulations.

Qualifications requirements include:

• Evidence of previous Contracts for the last 5 years.

• Provide evidence of firm’s corporate registration in Nigeria or overseas.

• Audited Financial Statements for the last 5 years to demonstrate the financial
capability of the Bidder in terms of Profitability and adequate working capital.

(4) Interested eligible Bidders may obtain further information from State Project
Management Unit (SPMU) (NS-NEWMAP) Attn: Jonathan Ortoho Kwa’kaha (State
Project Coordinator), Email: nasarawanewmap@gmail.com, Telephone: 07061262217,
08085912304 and inspect the Bidding document during office hours 09:00 to 5:00 hours
at the address given below.

(5) The Bidding document in English may be purchased by interested eligible Bidders
upon the submission of a written application to the address below and upon payment of
a non-refundable fee of Sixty Thousand naira (N60,000). The method of payment will be
CASH or Bank Draft.
(6) Bids must be delivered to the address below on or before 12 noon, 20 April, 2021.
Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly
opened in the presence of the Bidders’ designated representatives and anyone who
chooses to attend at the address below on 20 April, 2021 by 12 noon.

(7) All Bids must be accompanied with a Bid Security of Forty-One Million Naira only
(N41M)

(8) Attention is drawn to the Procurement Regulations requiring the Borrower to


disclose information on the successful bidder’s beneficial ownership, as part of the
Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in
the bidding document.

(9) The address(es) referred to above is:

Jonathan Ortoho Kwa’kaha

The State Project Coordinator

State Project Management Unit

NASARAWA State Nigeria Erosion and Watershed Management Project (NS-


NEWMAP),

NAGIS Premises Mararaba, Karu Nasarawa State.

Telephone: 07061262217, 08085912304

E-mail: nasarawanewmap@gmail.com

You might also like