Procurement Summary
Country : Nigeria
Summary : Long Lead Items (LLI) Procurement Services for the Ubeta Main Development Project
Deadline : 28 Jul 2023
Other Information
Notice Type : Tender
TOT Ref.No.: 85463525
Document Ref. No. :
Competition : ICB
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 Long Lead Items (LLI) Procurement Services for the Ubeta Main Development Project for Totalenergies Ep Nigeria Limited
MANDATORY REQUIREMENTS
a. To be eligible for the tender, interested tenderers are required to be pre-qualified and have a “LIVE” subscription status in the respective categories of the Nipex Joint Qualification Scheme (NJOS) database by the
i. Pipeline Equipment, Pig launchers, Transmitters, Traps and Accessories-1.13.04
ii. Metering Equipment and Systems-1.10.06
iii. Drilling Machinery, Mud Equipment and Accessories-1.01.01
iv. Pipes and Tubes-2.01.01
v. Material Technology/Anti-Corrosion/Surface Protection Services-3.01.11; AND Surface treatment, sandblasting, painting, coating and fireproofing services-3.05.06.
vi. Chemical Injection Systems-1.18.01
All successfully pre-qualified Tenderers per category will receive Invitations to submit their respective tender for the service.
TECHNICAL CAPABILITY
• Provide a list (with values) of all major individual contracts executed directly in the name of TENDERER Initially valued above $500k (or $1M for Pipeline procurement Scope) within the last 5 years, evidenced by Final or Provisional Acceptance Certificates or fully endorsed Contract/Purchase order with goods receipt, issued to Tenderer for similar product package(s).
REGULATORY COMPLIANCE
• Address of Registered Office in Nigeria and Name of Legal Entity;
• Registration Number & Category (include CAC Form CO2 & CO7 and NUPRC Permit and COREN CERTIFICATES);
• Provide documentary evidence of a liaison/partnership with a Nigerian registered company where any consortium partner is not registered in Nipex;
• Name and address of the Ultimate Holding Contractor (if the Respondent is a subsidiary member of a group); Respondent-s office for this work;
• A valid Tax clearance for the past 3 years.
• For procurement of all LLIs, these are subject to NUPRC guidelines.
FINANCIAL CAPABILITY
i. Provide Company audited financial statements for the last three (3) years. Please provide translations where accounts are published in a language other than English.
ii. Provide Financial Statements of Operating (not trading) Company and Ultimate Guarantor (e.g. Parent, holding companies etc.).
iii. Provide confirmation letter from all financial Institution(s) that have provided short-term financing to the Respondent and details of existing third-party loans or guarantees (if any).
iv. Provide evidence of Project Finance Plan for the executed work for the contract duration, including confirmation of financiers- available line of credits, bank overdrafts and similar facilities.
v. Provide other significant financial arrangements and state the values: (a)Third party borrowings; Inter-company loans; (c)Hire purchase agreements; (d)Government grants; (e)Debt Factoring Facility and (any other (please specify).
vi. Provide details and potential values of any disputes currently in process with (a) Any TotalEnergies IV company (b) Any other Operator (Oil/Gas Company) and (c) Any other company not mentioned in (a) and (b).
5. NIGERIAN CONTENT REQUIREMENTS
TotalEnergies is committed to the development of the Nigerian Oil and gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development. As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oll and gas industry shall be consistent with the level set in the Schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board). Bidder(s) shall comply with all the provisions of the Nigerian Content Act that relate to this advert and in particular comply with the minimum Nigerian Content percentage for the scopes which are covered in the Schedule of the Act. This also includes and any other requirement that may arise from time to time not explicitly stated in this advert, but which apply to the services in fulfillment of the Nigerian Content Act, in the submission of their Tender.
As part of their submissions
a. General NC requirement for all scopes
• Tenderer shall be Nigerian companies having greater than 51% Nigerian shareholding to bid for this work scope on land. Provide evidence of company Ownership Structure form CO2 and CO7, registration on NOGIC OS and NUPRC certificate.
• In Line with the NCD Human Capacity Development Initiative, Bidder shall commit to providing Project-Specific training, man-hour, budget, skit development and understudy plan for Nigerian personnel utilizing OGTAN registered trainer(s) or other approved NCOMB training institution(s).
b. NIC requirement for each work scope.
Pig Launcher/Pig Receiver.
• Tenderer shall provide evidence of Location of in-country committed facilities (not limited to pig manufacturing facility & fabrication facility) to execute the work scope.
• Tenderer shall provide evidence of
• Category 1.2, 3, 4 or 5 Manufacturing and related services (MS) NCEC for Pig manufacturing.
• Category 1, 2, 3, 4 or 5 Fabrication and construction NCEC demonstrating in-country capacity and capability to fabricate pig launchers and receivers :
Multi-Phase Flow Meter
• Tenderer shall provide evidence of valid letter as the sofe in-country representative of OEM for Multiphase flow Meter
• Tenderer shall provide evidence of either
• Category 1, 2, 3, 4 or 5 Manufacturing and related services (MS) NCEC for assemblage and testing of Multi-Phase Flow Meter in-country.
• Category 1, 2, 3, 4 or 5 Procurement and Suppliers group NCEC for procuring Multiphase flow Meter
Well head Control Panel:
• Tenderer shall provide evidence of in-country facility for the assemblage of Well head/xmas tree,
• Testing and maintenance of Well head/xmas tree, Tenderer shall provide evidence of valid letter as the sole in country representative of OEM for well head control panel.
• Tenderer shall provide evidence of either
i. Category 1, 2, 3, 4 or 5 manufacturing and related (MS) services NCEC for the assemblage & testing of xmas tree and Well head in-country.
ii. Category 1, 2, 3, 4 or 5 construction and moveable equipment for maintenance of Well Head.
Line Pipes (16-Inch) Procurement:
• Tenderer shall provide evidence of in-country facility for assemblage/manufacture of line pipe manufacturing.
• Category 1, 2, 3, 4 or 5 Manufacturing and Related services NCEC for Line pipe manufacturing for threading facility.
• Category 1, 2, 3, 4 or 5 Fabrication and Construction facility
Line Pipe (16-inch) Coating:
• Tenderer shall provide evidence of ownership of an in-country coating facility.
• Tenderer shall provide evidence of category 1, 2, 3, 4 or 5 Manufacturing and Related services (MS) NCEC demonstrating ownership of the coating facility.
Chemical Injection Package (Corrosion Inhibitor):
Tenderer shall provide evidence of valid letter as the sole in-country representative of OEM for Chemical Injection Package
• Tenderer shall provide evidence of either
Category 1, 2, 3, 4 or 5 Manufacturing and related services (MS) NCEC demonstrating ownership of Production chemical Blend plant in-country
Category 1, 2, 3, 4 or 5 Procurement and Suppliers group NCEC for procuring Chemical Injection Package.
Bidders are to comply with the Petroleum Industry Act (PIA)
NOTE: Failure to comply with the provision of the Nigerian Content Act 2010 or to demonstrate commitment to the development of the Nigerian Content Policy shall result in the disqualification of the bidder from the bidding process.
Note:
a. Failure to provide any of the listed documents or information, in the file format or accessible means requested, may automatically disqualify the Tenderer.
b. All costs incurred in registering and prequalifying for this and other service categories in NIQ5 shall be borne solely by the Tenderer.
c. This advertisement shall neither be construed as an invitation to Tender (ITT) nor a commitment on the part of TotalEnergies to award a contract to any supplier and/or associated companies, sub-contractors or agents.
d. The ITT and any further progression of this tender shall be via Nipex. Interested bidders are therefore advised to ensure that their profiles in Nipex (including their valid official email address) accessible by their organization as this shall be the only means to transmit the ITT.
e. Tendering process will be the NNPCL contracting process (Double Envelope Tenders (DET)) requiring pre-qualified companies to submit technical and commercial tender packages at the same time. Following a technical review, commercial tenders of technically/financially/contractually qualified contractors will be evaluated.
f. Man hour figures for Capital Project Portfolios are best estimates to provide definition to the scope and do not constitute guaranteed quantities.
g. TotalEnergies will only recognize and correspond with duly authorized officers of the pre-qualified bidders and NOT through individuals or agents acting on their behalf.
h. Interested Tenderer(s) should note that TotalEnergies has very cordial relationship with the host communities of the sites where these services may be performed based on existing Memorandum of Understanding (MOU). Prospective tenderer(s) will be required to implement the obligations of the MOU as part of their contract.
i. COMPANY reserves the right to award one or more contracts from this Call for Tender Process.
Documents
Tender Notice