You are on page 1of 11

Tender No.

: 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

1.1 COMPANY’S   acceptance   of   the   Technical/Commercial   TENDER   shall   be


subject to sufficiency and completeness thereof.

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. 

The   CONTRACT   entered   into   between   COMPANY   and   the   successful


TENDERER   shall   be   based   on   the   Invitation   to   TENDER   documents.
These   Invitations   to   TENDER   documents   are  for  this   specific   project,
including all items/materials necessary for its successful operation. 

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.

The   TENDERER,   unless   where   specifically   stated  in   the  ‘Scope   of   Work/


Technical Specifications’ or Scope of Supply/Technical Specifications’, shall
base his lump sum CONTRACT PRICE for the WORK (or may be referred
to   as   “SERVICE”)   on   the   basis   that   he   shall   perform   the   work   at   the
designated location.

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.

1.4 TENDERER   shall   submit   the   requirements   of   this   Bid   Requirements


document   as   appropriate   for   supply   only   or   for   field   service   (field   work,
maintenance, fabrication, revamping etc. in addition to supply).  

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

Invitation   to   Tender   Documents   Form   –   Appendix   G.”     The   declining


TENDERER in any case shall not keep any copy of such documents.

3.0 COSTS OF TENDER

All   costs   of   TENDER   preparation,   submission   and   negotiation   shall   be


borne  solely by the TENDERER.

4.0 TENDER EVALUATION BY COMPANY

  The principle adopted by COMPANY for the award of the CONTRACT is as
follows: 

COMPANY   shall   give   no   information   on   the   progress   of   the   TENDER


evaluation. 

COMPANY at  its  discretion may inform each TENDERER  in writing as to


whether or not its TENDER has been successful. 

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.

In   case   community   causes   operations   to   halt   despite   agreed   settlement


being paid by TENDERER and the cause of the shut­down not traceable to
TENDERER will   grant   AENR   3   days   free   stand   by   to   allow   for   further
negotiation, after which TENDERER will demobilize the unit (in agreement
with   COMPANY).   But   if   not   demobilized   after   3   days,   AENR   will   start
paying TENDERER standby charge.

7.0 CONFIDENTIALITY   AND   ETHICAL   BUSINESS   STANDARDS


UNDERTAKINGS 

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

If   required,   TENDERER   shall   be   requested   to   provide   training.


TENDERER shall include in his TENDER submission a separate price for
this activity.

12.0    RELEVANT PAST EXPERIENCE AND CURRENT CAPACITY

TENDERER  shall include in his  TENDER submission details  of all  past


project similar in scope that he has undertaken and any projects previously
carried out in Nigeria. 

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.

13.2 TENDERER   shall   provide   a   detailed   Time   Schedule   in   logic­linked   bar


chart format showing work breakdown structure to support each SUPPLY
EXECUTION   PLAN   OR   WORK/CONTRACT   EXECUTION   PLAN   of   the
work   scope.   Time   Schedule   shall   be   prepared   in   calendar   weeks   only,
including all public and national holidays.
13.3 TENDERER   shall   provide   proposed   Organisation   Chart   including   job
descriptions   and   CV’s   for   key   personnel   together   with   Statement   of
Availability.
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 6 of 11

13.4  For   Projects   executed   offshore,   TENDERER  shall   provide   evidence   of


personnel’s   valid   Offshore   Safety   Permit   (issued   by   DPR)   as   well   as
BOSIET Certificate before mobilization to site

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 III  TECHNICAL


1 Full   Technical   TENDER   including   full   Technical   Details   of
Items to be supplied/installed. To aid Company understanding
of Contractor submission, in particular, the work methodology,
the full TENDER shall include the following where applicable:
Process flow diagrams/utility flow diagram and P&IDs
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 8 of 11

Equipment   layout,   piping   general   arrangement,   piping


components   and   instrumentation   components,   telecoms   and
ICT components.
Manufacturer’s   information:   datasheets   and   technical
specifications   or   manuals   or   brochures   of   items   to   be
purchased/installed.
Electrical   single   line   diagrams   and   electrical   components,
Cathodic protection and earthing
Sample   Schematics,   sketches,   drawings   and/or   photographs
and arrangements of items to be procured or installed.

2 Work   Methodology   or   Overall   Work   Execution   Plan.   Plan


should   include   manpower   capacity,   monitoring,   risk
assessment, equipment and materials.
3 Full details of  the execution of similar Project (particularly in
offshore envirment, if any).
4 Time   Schedule   that   avoids   any   disruption   to   operation   of
EXISTING   FACILITY   (COMPANY’s   installation   in   the
WORKSITE)   if   the   WORK   is   performed   within   EXISTING
FACILITY.
5 Work   Schedule   with   delivery   period   for   procured   items   and
delivery   period   for   the   project   /   Man­power   histogram   with
man­hour   breakdown   by   discipline   and   by   activity   during
engineering,   procurement   and   construction   phases   as
necessary.
6 Quality   Control/   Quality   Assurance   Program   and   Policy.
Complete   listing   of   QA/QC   Procedures,   Manual   and   copy   of
ISO 9001 Certificate, if any.

PART IV HEALTH, SAFETY AND ENVIRONMENT (HSE) POLICY

1 Comprehensive   HSE   Plan,   HSE   Policy,   complete   listing   of


HSE Procedures and accident statistics for the last 3 years
2 Evidence   of   HSE   certificate   (ISO   14001,   OSHAS   18001   or
equivalent)
3 HSE OGP performances (TRIF, LTIF)
4 HSE training (Policy & Plan) quality of the documentation.
5 Emergency   Plan   (MEDEVAC   and   assistance   related   to
contractor    responsibility)
6 Safeguarding of Health (Driving Policy)
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 9 of 11

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

PART VI RATES   AND   PRICES  Rates   and   Prices   (Priced   Tender


submitted separately)

15.0 CLARIFICATION REQUEST BY COMPANY

COMPANY  reserves  the right  to request  TENDERER  to provide  clarifications


and/or information as COMPANY may deem necessary to evaluate his TENDER.
Any  such   clarifications  and/or   information  shall  be  provided  in  writing  and/or
during Clarification Meetings.

The   clarification/information   provided   in   writing   and/or   the   Minutes   of   the


Clarification Meetings, signed by both Parties, shall form an integral part of the
TENDER Documents.
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 10 of 11

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.

 16.2 Communication   during   the   TENDER   period   shall   be   in   writing   only.


Any communication not confirmed in writing shall be null and void. Any
queries relating to the TENDER shall only be sent to the addresses and
persons stated below.

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

Emails shall be sent as follows:


To:    Mrs. Wuraola Otun CC: Mr. Michael Nwabude

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:

Envelope   A  –   Unpriced   “TECHNICAL,   HSE   AND   COMMERCIAL


CONDITIONS” containing:
The Tender  (comprising all  requirements  as defined under  section 14 ­ Tender
Structure – Part I, II III, IV and V ) including attachments and prepared on the
basis of the letter of invitation to Tender, shall be submitted to COMPANY on or
before the closing date.
One   (1)   copy   of   the   "General   Conditions"   and   one   (1)   copy   of   the   "Special
Conditions", initialled by TENDERER where applicable.
Tender No.: 1000001372
BID REQUIREMENTS
Rev 1
Page 11 of 11

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.

You might also like