Procurement Summary
Country : Nigeria
Summary : Provision of Wellhead Equipment and Services
Deadline : 16 Aug 2022
Other Information
Notice Type : Tender
TOT Ref.No.: 69526904
Document Ref. No. :
Financier : Self Financed
Purchaser Ownership : Public
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Tenders are invited for Provision of Wellhead Equipment and Services for NNPC/First EP JV Operations
The scope of work is as follows:
1. The bidders shall provide at their own expense, COVID-free certified and ready personnel for offshore operations
2. Provision of Splitter Wellheads, Production Christmas trees, Emergency Equipment, running and test tools and related equipment and services as outlined below, but not limited to the following:
5000 psi WP Compact Type Splitter (2 IN 1) wellhead systems.
5000 psi WP Conventional wellhead system for dual and single string completions system.
5000 psi WP Christmas Tree assembly with configuration as follows
• Manual LMV
• Hydraulic Actuated UMV
• Manual Swab.
• Hydraulic Actuated Wing valve
• Blind Flange on the Cross for Kill Side
• Instrument Flange with at least four ½ Ports between Cross and Wing Valve.
• P&T Transmitters.
• Flow metering on Tree
• Hydraulic actuated Variable choke bean
• Wear Bushings complete with running and retrieval tools.
• Emergency Equipment
• Risers, Crossovers/Adapters for the following:
• 13-5/8″, API flanged 10K psi BOP
• 291/4 -API flanged 2K psi Diverter system
• 21-1/4 API flanged 500 psi Diverter system
Provision of spare parts and consumables
Pressure test equipment
MANDATORY REQUIREMENTS:
a. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in Nipex Joint Qualification System (NJQS) product codes 1.01.07-Wellhead Equipment, xmas Trees and Accessories and 3.04.19- Wellhead Services. All successfully pre-qualified Suppliers in these categories will receive Invitation to Technical Tender (ITT)
b. To determine if you are pre-qualified 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 Products/Services tab to view your status and product codes
c. If you are not listed in a product/service category you are registered with Nigerian Upstream Petroleum Status Regulatory Commission (NUPRC) to do business, contact Nipex office at 8, Bayo Kuku Road, 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, click on services tab followed by NOQS registration
e. To be eligible, all tenders must comply with the Nigerian Content requirements in the Nipex system
Bidders are invited to express complete understanding and willingness to develop in-country capability and capacity for related work packages in compliance with the Nigerian Oil and Gas Industry Content Development Act (NOGICD), 2010)
Pursuant to the above, bidders- submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Act, only bidders whose submissions comply shall proceed to the next stage of the tender process.
The Information/documentation that will be required to be submitted by bidders at the ITT stage among others are as follows:
1. Nigerian Content Plan that addresses utilization of Nigerian Labour, Services, Materials and Equipment for this service in order to achieve the minimum targets as set out in line with the requirements of the NOGICD ACT
2. Description of committed infrastructure (asset, equipment, technical office, and administrative space, storage, workshop, assembly area, and maintenance, testing, laboratory, etc)
3. Provision of evidence of application for NIGERIAN CONTENT EQUIPMENT CERTIFICATE (NCEC) or certificate Issued by Nigerian Content Development and Monitoring Board (in respect of any components, spares, equipment, systems and packages to be used on the project.
4. Provision of details of key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians.
5. Detail past experience/present commitment to staff training and development of its Nigerian personnel. Furnish details of specific training plans that will be provided for Nigerians specific to this scope of work.
6. Demonstration that entity is a Nigerian company as defined in Clause 3(2) of the Act which gives Exclusive consideration to Nigerian Indigenous service companies which demonstrate ownership of equipment, Nigerian personnel and capacity to execute such work to bid on land and swamp area of the Nigerian oil and gas industry.
7. A Nigerian Registered Company as the contracting entity and lead contractor in executing scope of work can form genuine alliance or joint venture partnership with foreign company showing details of scope and responsibilities of parties for this work.
8. Evidence of joint venture binding agreement duly signed by the CEO of both companies which must be governed by the laws of the Federal Republic of Nigeria including evidence or plans of physical operational presence and set-up in Nigeria.
9. Provision of company ownership details, shareholding structure and copies of CAC forms CO2 and CO7,
10. Innovative proposals that would enhance the Nigerian Content for the project and other associated activities in country.
11. Evidence of regulatory, operating/practicing licenses and government authorities permits, Current and valid Nigerian Upstream Petroleum Regulatory Commission (NUPRC) certifications.
12. Tenderers shall demonstrate patronage of local sources for: Petroleum product service, operational vehicle supply and medical service.
13. Tenderers shall demonstrate capability for: Nigerian Office space, in-country Maintenance facilities, Wellhead Equipment with minimum of 51% ownership, with all personnel and manpower such as Wellhead Engineers, Supervisors, etc, of Nigerian origin.
14. Tenderers shall provide evidence of registration with NCDMB NOGIC Joint Qualification System.
15. Evidence of COVID-19 Protocols fully compliant with the requirements of the Port Health Services (PHS) of the Federal Ministry of Health (FMOH).
NOTE: Bidders shall be requested to provide evidence to show their compliance with the above listed requirements at the ITT stage. Failure to meet the Nigerian Content requirements is a “FATAL FLAW.”
Documents
Tender Notice