Request for Expression of Interest for Engineering, Procurement & Construction (EPC) Contract for the Replacement of Fire Hydrant Ring Main at Escravos Terminal

Request for Expression of Interest for Engineering, Procurement & Construction (EPC) Contract for the Replacement of Fire Hydrant Ring Main at Escravos Terminal

NNPCPPMC

 

Pipelines and Products Marketing Company Limited

(A Subsidiary of NNPC)

Block C, NNPC Towers, Herbert Macualay Way, P.M.B. 190, Garki- Abuja, Nigeria

 Request for Expression of Interest for Engineering, Procurement & Construction (EPC) Contract for the Replacement of Fire Hydrant Ring Main at Escravos Terminal 

Introduction

The Pipelines and Products Marketing Company Limited (PPMC) intends to carry out the Replacement of Fire Hydrant Ring Main at Escravos Terminal with HPPE pipes.

Escarvos Terminal is a crude oil storage facility that is vital to NNPC/PPMC operations. Hence the need to ensure compliance with Industrial Safety Standard is necessary.

Fire Hydrant Ring Main is a pipeline network and other accessories that transport water for fire-fighting operation. The need to upgrade the facility is to avoid unexpected failure due to severe corrosion damage on the entire hydrant line caused by sea water being the source of water at the terminal, particularly at the critical points such as the weld joints, fittings and valves.

(2.0) Purpose of the Project

In view of the need to sustain high pressure, high volume during fire-fighting intervention and ensure compliance with Industrial Safety Standard, it is necessary to replace the Fire Hydrant Ring Main for effective fire-fighting capability at Escravos Terminal.

(3.0) Brief Description of the Project (Scope of Work)

The EPC Contract scope of work shall cover but not limited to the inspection of existing facilities, engineering, detailed design and procurement, construction, testing, commissioning and training.

The new HPPE Hydrant line, Pressure Safety valves, Bronze Threaded Gate valves, Hydrant and Bronze threaded electric Actuators in accordance with internationally recognized standards such as ASME 150, ANSI/AWWA C906, M&H AWWA C502 etc. are to be installed as replacement for obsolete facilities.

In line with the above, the following shall form but not limited to the scope of work to be executed:

(3.1)  Procurement and delivery of 180nos. (2160m length) HPPE pipe PE 100 PN 16 ACC. ISO 4427 (∅ 315 X 28.6mm X 12m) Procurement and delivery of 300nos (3600m length) HPPE pipe PE 100 PN 16 ACC, ISO 4427 (∅ 280 X 28.6mm X 12m) Procurement and delivery of 65nos (780m length) HPPE pipe PE 100 PN 16 ACC. ISO 4427 (∅ 160 X 28.6mm X 12m) Procurement and delivery of 10nos (120m length) HPPE pipe PE 100 PN 16 ACC. ISO 4427 (∅ 110 X 28.6mm X 12m) and associated fittings, w=20.43kg/m (0.4MT), CAF Gaskets consisting 15nos each (3”, 4” & 8”) 30noe-6”, 24nos-12” & 50nos-10” sizes

(3.2)  Supply 48nos. HPPE End Flanges consisting Supply of 149nos. HPPE Butt Ends consisting of 15nos each (3”, 4” & 8”), 30nos-6”, 24nos-12” & 50nos-10” sizes.

(3.3)  Provision for Hose cabinets

(3.4)  Procurement and delivery for installation of Bronze Threaded Electrical Actuators (Intelligent Actuators -Rotork), Procurement and delivery for installation of Bronze Threaded Gate valves 12” ASME 150 Gear operated Model 8811 Oper 751G isolation valves flanged type with rubber gaskets, bolts and nuts to fit.

(3.5)  Installation of HPPE pipes 6,600m long, road crossings inclusive.

(3.6)  Installation and protection of 20nos. 4” and 10nos. 6” standard hydrant valve with flanges and fitted with isolation butterfly valves in concrete ducts and water hose caps/sockets.

(3.7)  Excavation in alignment with hydrant line by ditching 1m x 1m x 6,600m hydrant line, point support, road crossings and laying of pipes as may be directed.

(3.8)  Provision for backfilling/site reinstatement.

(3.9)  Provision for Cashes and any other ancillary works necessary to complete the project as specified.

(3.10)          Provision for tie-in and removal of old hydrant ring main to designated location

(3.11)          Pre-commissioning/commissioning of fire water hydrant point fit for intended service

(4.0)  Pre-Qualification Requirements

NNPC in compliance with the provisions of Public Procurement Prospective Act 2007 request interested companies to submit the detailed requirements listed below in their pre-qualification bid documents:

(4.1)  Full details of company profile with Certificate of Incorporation in Nigeria, certified true copies of Memorandum and Article of Association of the company and CAC form C02 and C07 (Particular of Directors).

(4.2)  Company Tax Clearance certificate for the last three (3) years (2012, 2013 and 2014).

(4.3)  Evidence of VAT Registration and Remittance.

(4.4)  Evidence of compliance with part IV, 16(6d) of the public Procurement Act 2007 as it relates to PENSION (Certificate or exemption from PENCOM) and section 1(2) Pension Reform Act 2004.

(4.5)  Evidence of Compliance with the Industrial Training Fund (ITF) Amendment Act 2011 by inclusion of copy of Compliance Certificate from the Industrial Training Fund.

(4.6)  Audited account for the past three (3) years (2012, 2013 & 2014).

(4.7)  Nigerian Content plan that demonstrates full utilization of Nigerian Labour and Services with detailed description of role, work scope and man-hours in order to achieve minimum target as set out in the requirements of the NOGICD Act 2010.

(4.8)  Current and in-place organizational structure with the detailed experience and skill of key management personnel with names. Provide evidence (personnel list and position organizational chart) percentage that are in Nigerian Nationals and the percentage of the total workforce that are Nigerians.

(4.9)  Detail past/present commitment to staff training and development of Nigerian personnel.

(4.10)          Evidence of financial capability/ Bank reference

(4.11)          Evidence of verifiable work experience on similar service in Nigeria over the past five (5) years. Please attach reference letters.

(4.12)          List of verifiable similar service detailing companies’ that the service rendered to. Company full contact address (Not P.O Box), Functional phone numbers and e-mail address.

(4.13)          Confirm willingness to commence with the execution of this service on the basis of letter of intent (LOI).

(4.14)          Company’s Cashes and QA/QC Policy & Details of safety records for accidents, incidents, injuries and damages for the past three (3) years e.g. lost time incidents, Down-time etc.

(4.15)          Evidence of registration with Nigerian Society of Engineers (NSE), Council for the Regulation of Engineering in Nigeria (COREN), Department of Petroleum Resources (DPR) permit and NIPEX.

(4.16)          Any additional information that will enhance the potentials of the company.

(5.0)  Submission of Expression of Interest

All prospective companies wishing to express their interest to tender for the procurement of the works described in 3.0 above shall submit relevant documentation for pre-qualification as stipulated in 4.0 above. The requested information and any supporting documents in respect to these requirements should be submitted in One original plus Two hard copies and two electronic copies (CD ROM), The documents which shall be in separate packages shall be sealed and clearly marked “Expression of Interest for Replacement of Fire Hydrant Ring Main at Escravos Terminal” to reach the address given below, not later than Monday 28th December, 2015.

The Secretary,

C & I Dexcom Tenders Board, NNPC,

Block D, First ( 1st ) Floor, Room 45B, Herbert Macaulay Way,

NNPC Towers, Central Business District, Abuja, FCT.

(6.0)  Important Information

It must be noted that:

(6.1)  Only shortlisted companies will be contacted

(6.2)  Late submission shall be rejected

(6.3)  Your company shall provide NNPC with letter of Authority to verify all claims made in your submissions

(6.4)  Please note that this is not an invitation to tender. Only companies adjudged qualified by NNPC under this pre-qualification procedure will be invited to participate in the competitive tender

(6.5)  NNPC reserve the absolute discretion and right to either accept or reject any documents and it shall not be required to assign a reason for refusal to invite your company to participate in the competitive bidding exercise or to enter any correspondence concerning the selection of any contract for the services

(6.6)  All claims must be adequately substantiated and verifiable. NNPC shall deal directly with only authorized officers of the interested companies and not through individuals or agents (ownership is therefore essential)

(67)   All cost incurred by your company as a result of this pre-qualification exercise shall be to your account.

(6.8)  The pre-qualification and any related process neither create any commitment by NNPC nor establish any legal relationship

(6.9)  Relevant and verifiable cognate experiences with NNPC/PPMC, or other organizations, on similar work stating the years and:

(i)      Title of service (s)

(ii)     Brief description of service (s)

(iii)    Client (s)

(iv)    Scope of work performed

(v)     Date of award of contract(s)/contract value

(vi)    Contractual period for execution of service

(vii)   Actual period of execution/completion certificates

(viii)  Reasons for discrepancies between (vi) & (vii) above if any

(ix)    Nature of contract (fixed, lump sum, reimbursable, etc.)

(x)     Name and address of a referee in Client Company for each project indicated (provide telephone numbers, fax and e-mail address for quick reference).

The EOIs must be submitted within working hours on or before 4p.m, December 28th, 2015.

All EOIs will be opened immediately after the above stated deadline.

Signed:

Management

President Buhari seeks increased bilateral cooperation between Nigeria, Hungary

President Buhari seeks increased bilateral cooperation between Nigeria, Hungary

Buhari-HungaryPresident Buhari seeks increased bilateral cooperation between Nigeria, Hungary

President Muhammadu Buhari said Friday in Abuja that he looks forward to increased bilateral cooperation between Nigeria and Hungary, since both countries have a lot in common.

Receiving Mr Zsolt Semjen, the Vice Prime Minister of Hungary at the Presidential Villa, President Buhari said that his administration will welcome the strengthening and expansion of cooperation between both countries in the areas of security and  agricultural development.
“Hungary faces some immigration challenges today, just like other parts of Europe. We also have our challenges in the North-Eastern part of Nigeria.

“Hungary is able to fully understand our problems, and we can work together,” President Buhari said.
Vice Prime Minister Semjen congratulated Nigeria on its last general elections, and added that Hungary looked forward to signing agreements with the country on more bilateral cooperation.
He said that terrorism was a global challenge and pledged that his country would support  the Nigerian Armed Forces’ efforts to end the Boko Haram  insurgency.
“The extremism of Boko Haram is not Islamic. It runs contrary to all human philosophies,” the Vice Prime Minister said.
He also promised that Hungary would deploy its expertise in the area of agriculture to assist Nigeria.

Femi Adesina

Special Adviser to the President

(Media & Publicity)

October 23, 2015

Request for Expression of Interest for Engineering, Procurement & Construction (EPC) Contract for the Replacement of Fire Hydrant Ring Main at Escravos Terminal

Invitation to Tender for Sale and Purchase of Nigerian Crude Oil Grades at Nigerian National Petroleum Corporation (NNPC)

NNPCInvitation to Tender for Sale and Purchase of Nigerian Crude Oil Grades at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation

NNPC Towers, Herbert Macaulay Way, P.M.B. 190,

Garki, Abuja – Nigeria.

Invitation to Tender for Sale and Purchase of Nigerian Crude Oil Grades

(1.0)  Introduction

NNPC is the Nigerian National Oil Corporation empowered pursuant to NNPC Act (LFN Cap. 320) to engage in all commercial activities relating to the Petroleum Operations.

In compliance with the Public Procurement Act 2007 and the Bureau of Public Procurement guidelines, NNPC intends to engage qualified and reputable Companies for the sale and purchase of Nigerian Crude oil grades.

(2.0)  Brief Description of Scope of Sale

Sale and purchase of Nigerian Crude Oil grades subject to terms and conditions as will be advised in the term sheets and general form of agreement.

NB: Term Sheets and General Form of Agreement shall be made available to pre-qualified applicants. Who may apply:

(2.1)  A bona fide end user who owns a refinery and may also own retail outlets. Bilateral involvement of home Governments may be added advantage.

(2.2)  Trading arm of Upstream companies operating in Nigeria with established track record of oil and Gas production activities.

(2.3)  An established and globally recognized large volume Crude Oil trader.

(2.4)  Indigenous Nigerian company engaged in Nigerian Oil and Gas downstream business activities.

(3.0)  Pre-Qualification Requirements

(3.1) Full details of company profile with Certificate of Registration/Incorporation, certified true copies of memorandum and article of Association of the company.

(3.2)  Company Tax Clearance Certificate for the last three (3) years (2012, 2013 and 2014).

(3.3)  Evidence of VAT registration and Remittance (where applicable).

(3.4)  Demonstration of minimum annual turnover of US$750 million and net worth of at least US$300 million.

(3.5)  Ability to establish an irrevocable Letter of Credit for the payment of any allocated Crude Oil subject to the contract terms.

(3.6)  Ability to pay an initial deposit of US$2.5Million representing the first lifting deposit upon signing of the contract agreement.

(3.7)  Evidence of compliance with the Industrial Training Fund (ITF) Amendment Act 2011 by inclusion of copy of Compliance Certificate from the Industrial Training Fund (where applicable).

(3.8)  Details of the applicant’s facilities, markets and volume of crude oil/ products traded and/or processed over the last three years.

(3.9)  Audited account for three (3) years (2012, 2013 & 2014).

(3.10)          Evidence of verifiable similar services carried out within the last five years

(3.11)                    Compliance with the Nigerian Content Act

Compliance with Nigerian Content Act shall be a major consideration in the selection of applicants to lift Nigerian crude oil. It should be noted that evidence of Nigerian equity in the entity seeking consideration shall give competitive advantage.

(3.12)          Interested applicants must submit a detailed Nigerian Content execution strategy to the satisfaction of the NCDMB, clearly setting out Nigerian Content commitments for subcontracting in the areas of;

(3.12.1)       Insurance and Legal Services

(3.12.2)       Banking and Financial Services

(3.12.3)       Training and Capacity Building

(3.13)          Any additional information relevant to enhance the bid/tender process.

(3.14)          Certainty of business integrity and pre-signed undertaking to strictly comply with Nigerian Anti-Corruption laws in processing the bid and executing the contract if successful.

(4)     Other Conditions

In addition to the above, applicants should show commitment to the development of the Nigerian economy by investing in any number of investment opportunities that abound either in the oil industry or other sectors or, as an alternative, in the short run, meaningful and sizeable investment in community development project(s) as may be acceptable. Investment areas include:

(4.1)  Upstream investment – to increase our reserves and production capacity;

(4.2)  Downstream projects in refining, processing, distribution and storage of petroleum products;

(4.3)  Gas utilization projects;

(4.4)  Independent Power Plant Projects;

(4.5)  Agriculture;

(4.6)  Railway Construction;

(4.7)  Solid Mineral Development;

(4.8)  Healthcare sector development and Real Estate Development;

(4.9)  And any other areas of the economy acceptable to the SELLER.

(5)     Submission of Bid Documents

All prospective companies wishing to tender for the sale and purchase described in 2.0 above shall submit relevant documentation as stipulated in 3.0 above.

The requested information and any supporting documents in respect of these requirements shall be submitted in ONE original plus TWO hard copies and two electronic copies (CD ROM). The documents which should be in separate packages shall be sealed and clearly marked “Invitation to Tender forSale and Purchase of Nigerian Crude Oil” to the following address:

The Group Managing Director

Nigerian National Petroleum Corporation

NNPC Towers

Herbert Macaulay Way

Central Area, Abuja

All the documents shall be delivered as follows:

(5.1)  Bids to be submitted on or before 4.00pm on Monday, 26th October, 2015

(5.2)  Venue: Block D, First (1st) Floor, Room 45B, Herbert Macaulay Way, NNPC Towers, Central Business District, Abuja, FCT.

(5.3 ) Bids shall be opened on Tuesday, 27th  October, 2015 at 10.00am in the Amphitheatre, 1stFloor, Block A, NNPC Towers.

(6)     Important Information

(6.1)  It must be noted that:

(6.2)  Late submission shall be rejected.

(6.3)  Your company shall provide NNPC with a Letter of Authority to verify all claims made in your submissions.

(6. 3) NNPC reserves the absolute discretion and right to either accept or reject any documents and it shall not be required to assign a reason for refusal to invite your company to participate in the bidding exercise or to enter into any correspondence concerning the selection of any contract for the services.

(6.4)  All claims must be adequately substantiated and verifiable.

(6.5)  NNPC shall deal directly with only authorized officers of the interested companies and not through individuals or agents (ownership is therefore essential).

(6.6)  All costs incurred by your company as a result of this pre-qualification exercise and any subsequent request for information shall be to your account.

(6.7)  The pre-qualification and any related process neither creates any commitment by NNPC nor establishes any legal relationship.

Signed:

Management