Professional Documents
Culture Documents
: 1000001372
BID REQUIREMENTS
Rev 1
Page 1 of 11
NAOC
BID REQUIREMENTS
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 2 of 11
BID REQUIREMENTS
1.0 PREAMBLE
1.2 Any TENDERER not complying with the "Letter of lnvitation to TENDER"
or not including the required documents, information, and statements shall
be disqualified.
1.3 The full extent of the Work is described in the ‘Scope of Work’ or Scope of
Supply, together with the respective Technical Drawings and COMPANY’S
Standards and Specifications also contained therein.
TENDERER’S lump sum CONTRACT PRICE shall be broken down in a
manner that clearly identifies a separate price for the WORK at the location
in accordance with the requirements of Appendix “A” Compensation.
2.0 RETURN OF INVITATION TO TENDER DOCUMENTS
2.1 All Invitation to TENDER documents is and shall remain the sole property
of COMPANY.
2.2 Any TENDERER declining to submit his TENDER shall return all
Invitation to TENDER documents to COMPANY as stated in the "Receipt of
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 3 of 11
3.0 COSTS OF TENDER
4.0 TENDER EVALUATION BY COMPANY
The principle adopted by COMPANY for the award of the CONTRACT is as
follows:
TENDERER shall include in detail a strategy for achieving the work execution
plan and the contractual delivery dates.
5.0 SITE SURVEY
Where requested by COMPANY, before the completion of this Bid process,
TENDERERS shall attend a site survey of the project sites in order to
familiarise themselves with the working environment and participate in a
question and answer session arranged by COMPANY during which they are
expected to take note of all details, including issues unforeseen/captured in this scope of
works; which will enable them to make a comprehensive study and bid.
Site Survey date, duration and venue shall be advised by COMPANY in the
Invitation to Tender Letter.
Any TENDERER who fails to attend the site survey shall be disqualified.
6.0 COMMUNITY AFFAIRS AND BLOCKADES
Community settlements will be charged back to Naoc at documented cost.
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 4 of 11
In case community causes operations to halt due to late and/or inadequate
payments, TENDERER will not charge any standby to AENR.
To confirm their agreement with the requirements for confidentiality and
business ethics, TENDERER shall sign and return with his TENDER the
“Confidentiality and Ethical Business Standards" Form (see Appendix 'H').
8.0 COORDINATION WITH OTHER CONTRACTORS
Where CONTRACTOR is to perform field work in Company’s premises or
Facilities, CONTRACTOR shall give his best attention to interface, co
operate and coordinate with other Contractors working at the site in such a
way as to ensure the timely and effective completion of his scope of work,
and the complete Project as per the Project Execution Plan.
9.0 SIGNATURE AND EVIDENCE OF AUTHORITY
Signature
The TENDER shall be signed by the persons authorised to legally bind the
TENDERER and shall be dated. No compliance may result to
disqualification of such TENDERERS.
Evidence of Authority
If requested by COMPANY, satisfactory evidence of the authority of the
person or persons signing on behalf of TENDERER must be furnished.
10.0. COMPANY ASSIGNED MATERIAL (IF ANY)
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 5 of 11
TENDERER shall be aware of COMPANY Assigned Materials purchased by
COMPANY if any, and TENDERER shall accept the assignment of the said
COMPANY assigned material which shall be indicated in “Assignment
Agreement” where applicable.
11.0 TRAINING
12.0 RELEVANT PAST EXPERIENCE AND CURRENT CAPACITY
TENDERER shall also include in his TENDER submission a breakdown of
his current workload, the expected workload for the next 12 months and his
ability to perform the requirements of this Invitation to TENDER alongside
such.
13.0 TENDERER’S OVERALL EXECUTION PLAN, DETAILED TIME
SCHEDULES AND ORGANISATION CHART
13.1 Execution Plan
The TENDERER shall submit a detailed execution plan covering, but not
limited to, overall project management, performance test and final
documentation. TENDERER shall highlight all proposed inhouse software
systems to be used to execute the work and the date of issue of each system
where applicable.
14.0 TENDER STRUCTURE
The TENDER shall be submitted in a binder or file so that any part(s), section(s)
or subsections can be easily extracted. The structure of the TENDER shall
be as follows:
The TENDER shall be prepared in six separate parts as follows:
PART I General
PART II Commercial Conditions
PART III Technical
PART IV Health, Safety and Environment (HSE) Policy
PART V Alternative (Not Applicable)
PART VI Exceptions
PART VII Rates and Prices (Priced Tender submitted separately)
The TENDER part shall contain as a minimum the following information:
PART I GENERAL
1 General Information on TENDERER, current location of
operations including contact names, addresses and phone
numbers.
2 Company Profile with Project organisation structure with
proposed positions listed (Management, Technical),
3 Provision of Contractor's Base office facilities including
construction/fabrication yard facilities, climate controlled
environment and working space, equipment, tools, software,
warehouse, maintenance yard, vessels, boats, etc (provide list
and recent photographs); Evidence to prove all the equipment
and tools are periodically certified by independent authorised
industrial bodies, as well as provision of minimum lead time to
render the required service.
4 Curriculum Vitae of Project Key Personnel with evidence of
personnel educational qualifications, professional registrations
and relevant experiences.
5 TENDERER’S past experience, if any, in Nigeria. Evidence
with supported copies of contract greater than 10 years
average, 510 years average and 15 years average.
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 7 of 11
6 Details of previous similar contracts, if any. Provide evidences
of previous contract awards or letters of contract completion or
completion certificates including value of contract.
7 Registrations/Certificates (CAC forms C02 & C07,
pertinent/relevant updated DPR, pertinent/relevant updated
NIPEX certificates, Income Tax Clearance Certificate, VAT
Registration Certificate, evidence of registration with relevant
authorities and professional bodies) in Nigeria.
8 If TENDERER is not registered, TENDERER should describe
current process of registration and indicate steps being taken
to register.
9 Provision of audited accounts for the last three years.
10 Provision of evidence that TENDERER can provide a bank
guarantee if awarded the CONTRACT.
11 Anticipation of head of terms of Joint Venture Agreements, if
any.
12 A detail of TENDERER’S proposed major SUBCONTRACTORS
giving details of name, location for where subcontracted
WORK will be performed and description of subcontracted
WORK.
PART II COMMERCIAL CONDITIONS
1 General Conditions and Special Conditions of CONTRACT
initialled by TENDERER (where applicable)
2 Delivery Period Provide delivery period for the Supplied
Items/Project.
3 Warranty Evidence of warranty period for the supplied
items/Project.
4 Validity of quote Evidence of validity period for the quote.
5 Completed Appendix “H” "Confidentiality and Ethical
Business Standards” Form
6 Completed Appendix C1 – “Certificate of Conformance”
7 Appendix “C2” – Bank Guarantee for Performance
8 Appendix “J” Schedule Of Certificates Required
9 Additional Info Any additional information to support
Tenderer’s quotation.
PART IV HEALTH, SAFETY AND ENVIRONMENT (HSE) POLICY
7 Procedure to follow HSE anomalies & incidents.
8 Waste Management Procedures
9 Subcontractor’s HSE evaluation procedures.
10 TENDERERS are required to provide answers and
documentations, where necessary, to the questionnaires in the
attached COMPANY’s Appendix “E” “HSEDIVC6FORM
001 Naoc Aenr Nae PreTender HSE Qualification
Questionnaire.”
11 HSE qualification is mandatory for a TENDERER to be
considered for commercial stage.
PART V ALTERNATIVE (NOT APPLICABLE)
COMPANY considers that TENDERER may have available
some alternatives to be considered for this service. In such a
case, Company may consider such alternatives. TENDERER is
hereby requested to submit such an alternative.
TENDERER shall:
illustrate the alternative;
indicate the impact of the alternative on schedule, quality and
costs. Any alternative proposal shall form the subject of a
separate document supplementing the Tender. In no case shall
the alternative proposal be deemed to be in lieu of the Tender.
COMPANY reserves the right to accept or reject any proposed
alternative, in whole or in part.
PART V EXCEPTIONS
Exceptions or qualifications, if any
List of commercial clarifications and exceptions, if any
15.0 CLARIFICATION REQUEST BY COMPANY
16.0 QUERIES BY TENDERER
16.1 If TENDERER finds any discrepancy, ambiguity or conflict in any of the
Invitation to TENDER Documents, TENDERER shall so inform COMPANY
forthwith.
Letters shall be addressed as follows:
Agip Energy & Natural Resources (Nigeria) Limited
Pinnacle Building
40/42 Aguiyi_Ironsi Street
Maitama District
Federal Capital Territory
Abuja, Nigeria
Attn: Division Manager
Strategic Procurement Division
wuraola.otun@naoc.agip.it michael.nwabude@naoc.agip.it
17.0 TENDER SUBMISSION REQUIREMENTS
TENDERER shall send the Tender documents in two sealed envelopes filled up as
follows:
A document containing any other information required in the “Letter of Invitation
to Tender”.
Envelope B – “PRICED COMMERCIAL PART” containing:
The “Commercial Tender” containing the Tendered prices and all other
requirements as defined under section 14 – Tender structure Part VI shall
be solely indicated in Appendix A.
Unless expressly requested in the “Letter of Invitation to Tender” the Commercial
Tender shall be prepared on the basis of the “Compensations” (Appendix
“A”).
In no instance shall the prices be in any other part of the Tender other than as
aforesaid.
The number of paper copies (original and photocopies), electronic copies and mode
of submission shall be advised in the letter of invitation to tender.