Invitation to Tender at Eroton Exploration and Production Company Limited (EROTON E&P)

Posted by Future on Wed 22nd Dec, 2021 - nigeriantenders.com


Eroton Exploration and Production Company Limited (EROTON E&P) invites interested and reputable contractors with suitable equipment and relevant experience to submit tender documents for the following works:




Eroton Exploration & Production Company Limited is the operator of the Nigerian National Petroleum Corporation (NNPC) joint venture) in the operation of Oil Mining License 18 (OML 18) which until 2014 belonged to SPDC in the Cawthorne Channels and areas in Rivers State.

Applications are invited for:

Title: Invitation to Tender for the Provision of Global Maintenance for OML 18 Field Logistics Base

Preamble
EROTON E&P Company Limited; the operator of NNPC/Eroton JV invites interested and reputable contractors with suitable equipment and relevant experience to tender for the provision of global maintenance services for OML 18 field logistics base.

Scope of Work
The work scope for the Camp and HVAC maintenance services for OML 18 facilities. This includes but not limited to:
  • Servicing in line with planned preventive maintenance
  • Responding to corrective maintenance by procurement of spares
  • Troubleshooting of faults and repairs of defective AC units and HVAC in across Cawthorne Channel, Alakiri and Krakama Bille Facilities.
Provision minor civil maintenance for OML 18 field logistics:
  • Civil maintenance work of the building which includes earth work, masonry work, concrete work, carpentry works, painting, repairing, etc.
  • Maintenance of Plumbing System including water tank, water pipelines, drainage lines, toilet and washbasins, urinals, W/C, choke up of flushing tanks and flush lines, alteration of components, rectification of leakage, and repair of entire sewage system of the building and treatment plants, etc.
  • Maintenance of room and office furniture.
  • Fumigation of the entire OML 18 facilities.
  • Provision of Technicians with requisite knowledge, experience and qualifications required for the service.
 Provision of Minor Electrical Maintenance for OML 18 Field Logistics Bases:
  • On-site maintenance of electrical installations and appliances
  • Testing, maintenance and repairs of all electrical installations to ensure optimum working condition
  • Provision of Technicians with requisite knowledge, experience and qualifications required for the service.
Mandatory Requirements




Camp and HVAC maintenance services for OML 18 facilities:
  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified under the following NJQS product codes; 1.12.01 HVAC and Refrigeration System and 1.12.02 HVAC Equipment and Accessories (Product/Services) category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in these categories will receive Invitation to Tender (ITT).
Provision minor civil maintenance for OML 18 field logistics:
  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified under the following NJQS product code; 3.05.08 Civil Works / Building Contracting Services (Product/Services) category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in these categories will receive Invitation to Tender (ITT).
Provision of Minor Electrical Maintenance for OML 18 Field Logistics Bases:
  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified under the following NJQS product code; 3.05.02 Electrical / Instrument Services (Product/Services) category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in these categories will receive Invitation to Tender (ITT).
  • 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 Status tab to view your status and product codes.
  • 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.
  • To initiate the NJQS pre-qualification process, access www.nipex-ng.com click on services tab followed by NJQS registration.
  • To be eligible, all tenderers must comply with the requirements of the Nigerian Oil and Gas Industry Content Development Act, 2010.
N/B: Non-compliance shall result in disqualification from bidding for this opportunity.

Application Closing Date
Only Tenderers who are registered with these respective NJQS Product/categories; 1.12.01 - HVAC and Refrigeration System, 1.12.02 - HVAC Equipment and Accessories, 3.05.08 - Civil Works / Building Contracting Services and 3.05.02 - Electrical / Instrument Services as at January 14, 2022 being the advert close date shall be invited to submit Technical and Commercial Bids.

Nigerian Content
Bidders are to note that they will be requested during the technical tender to give full details of their relevant strategy to ensure that they fully comply with provisions of the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010. Consequently, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in ‘The Act’. Failure to meet the Nigerian Content requirements is a “FATAL FLAW.”





In line with the above, Tenderers responding to this advertisement are required to submit the following in compliance with the Nigerian Content Act, 2010:
  • Demonstrate that the entity is a Nigerian-registered/owned company. Submission of 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 other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria.
  • Develop a Nigerian Content Plan that demonstrates the full utilization of Nigerian labour and services with detailed description of role, work scope and man-hours to achieve the minimum target as set out in the requirements of the NOGICD Act 2010 for this project. Where in-country capacity is inadequate, propose innovations to bridge the gap.
  • A plan of how it intends to give first consideration to materials, manufactured as well as assembled goods of Nigerian origin which shall include a breakdown of all materials and consumables to be utilized and identifying those that are found locally, finished products and materials that will be procured from Nigerian manufacturing and assembly plants, finished goods that order can be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported
  • Details of the company’s corporate organizations, overall human resources structure (management, supervisors, senior and junior skilled officers, etc.), identifying positions manned/occupied by Nigerian nationals with evidence of type of employment in-country and identifying the positions manned/occupied by other nationals
  • Where the bidding entity lacks capacity, genuine alliances with other Nigerian companies or multinational companies for the purpose of technology transfer shall be encouraged. The alliance/joint venture shall be executed with binding Memorandum of Agreement (MOA) signed by chief executives of both entities stating clear work-share ratio among the parties and time frame for growth or transfer to be achieved.
  • A detailed description of the location of in-country committed facilities and infrastructure (assets, equipment, technical office, and administrative space, storage, etc.) in Nigeria to support this contract.
  • Tenderers to submit a detailed training plan which shall provide sustainable training and development (including certification as applicable) for Nigerians in line with the Human Capacity Development Initiative Guideline of the Nigerian Content Development and Monitoring Board’s(NCDMB). The training plan will include contract-specific training and estimated man-hours. Tenderer is required to submit MOA with Oil and Gas Trainers Association of Nigeria (OGTAN) trainers to support their training plan, which shall be 15% of the project Man-hours or 3% of the total contract sum.
  • Provide evidence to show that a minimum of 50% of the equipment to be deployed for the work is owned by the Nigerian subsidiary if international or multinational company is working through the Nigerian subsidiary including equipment list (Tenderer to provide verifiable evidence (purchase receipt, bill of sale, etc.) of ownership of equipment in executing this contract.
  • Provide evidence of approved Nigerian Content Equipment Certificate or status of the application submitted to NCDMB for the certificate for the procurement of all equipment, systems, and packages to be supplied on the contract (where applicable). Where Tenderer intends to use subcontractor(s)/supplier(s), Tenderer shall provide same information for the nominated supplier(s)/sub-contractor(s).
  • All bidders for a project/contract/service with a completion period of 12 months or more are required to submit as part of the Nigerian Content requirement, a signed Memorandum of Agreement (MOA) between it and one of the research and development (R&D) Clusters established by the Nigerian Content Development and Monitoring Board (NCDMB). The MOA shall be relevant to the project and shall indicate how the bidder intends to use the relevant R&D Clusters during project execution.
  • Detailed specific programmes in place to transfer technology and skills to Nigerian businesses
  • Provide evidence of COREN registration (Corporate and Personnel) or binding Memorandum of Agreement (MOA) with COREN registered company to perform detailed engineering.
  • Provide evidence of completed registration on NCDMB NOGICD JQS portal.
Note: Land and Swamp operations are exclusively for Nigerian indigenous service companies that have a minimum of 51% equity shareholding.

Additional information
  • Interested suppliers must be pre-qualified for this product/service category in NJQS.
  • Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS.
  • This advertisement shall not be construed as a commitment on the part of EROTON to award a contract to any supplier and/or associated companies, subcontractors, or agents.
  • This advertisement shall not entitle pre-qualified companies to make any claims whatsoever and/ or seek any indemnity from EROTON and/ or its partners by virtue of such companies having been pre-qualified in NJQS.
  • All costs incurred in registering and pre-qualifying for this and other products/ services categories in NJQS shall be borne solely by suppliers.
  • Suppliers that are pre-qualified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone numbers) of their company and authorised/responsible personnel is up to date in their company profile in the NJQS data base.
  • EROTON shall communicate only with the authorised/responsible personnel of pre-qualified companies and not through unauthorised individuals or agents.
Industry

;
Category

;
State

;