Join NGO Procurement Telegram Channel

TOTAL ENERGIES EP NIGERIA LIMITED-
INVITATION TO TENDER FOR PROVISION OF HSE ENVIRONMENTAL SERVICES FOR TOTAL ENERGIES EP NIGERIA LIMITED


TOTAL ENERGIES EP NIGERIA LIMITED
OPERATOR OF THE NNPC/TOTAL JOINT VENTURE
TENDER OPPORTUNITY: PROVISION OF HSE ENVIRONMENTAL SERVICES FOR TOTAL ENERGIES EP NIGERIA LIMITED
NIPEX TENDER REF NO: 1000006231

1. INTRODUCTION
TotalEnergies EP Nigeria Limited (TEPNG) operator of the NNPC/TOTAL Joint venture invites interested, reputable, and pre-qualified Contractors with relevant experience for this tender opportunity for “Provision of HSE Environmental Services for Total Energies EP Nigeria Limited.

2. SCOPE OF WORK
The HSE Environmental services will be used for activities and incident management in the following locations:
a. OML58 (Ogbobu Flow station, Obite Gas plant, Ibewa Well Cluster
b. OML130 (Akpo, Egina & Preowei)
c. OML99 (Amenam & Ikike)
d. OML102(Ofon)
e. OML100 (Odudu, Afia, Ime, Edikan & FSO Unity)
f. Logistics base – Onne (PHC) and Ladol (Lagos)
g. OUR & NOPL – Ubeta Node, Rumuji Node Owaza Gas Plant
h. TEPNG office and Residential area in PHC, Lagos and Abuja.
The services will be delivered in Four packages as follows:
• Environmental Studies and projects
• Chemical/Oil spill clean-up and remediation of impacted sites
• Waste management services
• Environmental compliance monitoring

3. MANDATORY REQUIREMENTS
a. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 3.02.02 (Safety Health and Environmental Consultancy), 3.15.07 (Waste Management Services), 3.07.08 (Laboratory Testing Services), and 3.15.06 (Soil Remediation) categories in NipeX Joint Qualification Scheme (NJQS) database by the CFT advert closing date. All successfully pre-qualified Contractors in this category will receive an invitation to submit their Tender for the services.
b. To determine if you are pre-qualified and view the product/services categories 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.
c. If you are not listed in the product/service category but you have registered with the Department of Petroleum Resources (DPR) to do business in the Nigerian Oil & Gas Industry, contact the NipeX administration office at 8 Bayo Kuku Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.
d. To initiate the NJQS pre-qualification process, access www.nipex-ng.com to download the application form, make necessary payments and contact Nipex office for further action.
e. To be eligible, all tenders must comply with the Nigerian content requirements in the NipeX system.

4. NIGERIAN CONTENT REQUIREMENTS
A. ONSHORE WORK SCOPE:
1. Tenderer shall demonstrate that entity is a Nigerian-registered company with 51% or more capacity, with evidence of registration with NCDMB NOGICJQS and NUPRC.
2. Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total workforce are Nigerians.
3. Detailed description of the location of in-country committed facilities & infrastructure (Administrative/Technical offices, workshop, testing laboratory) in Nigeria to support this contract.
4. Tenderer shall comply with the latest approved version of NCDMB HCD guideline by committing (via a letter of undertaking) to providing Project- Specific training, man-hour, budget, skill development and understudy plan for Nigerian personnel utilizing OGTAN registered trainer(s) or other NCDMB training institution(s).
5. Provide evidence of at least 50% Nigerian ownership of all equipment to be utilized in the execution of the work scope. Tenderers shall provide evidence of Category 1,2,3,4 or 5 NCEC in the Services and Support (SS), and or Consultancy services (CS) group NCEC to demonstrate ownership of equipment to be deployed for the execution of work scope.
6. Tenderer shall provide evidence of license/Permit to operate as Environmental Consultant issued by Federal Ministry of Environment and Rivers State Ministry of Environment (RSMENV).

B. OFFSHORE SCOPE
1. Tenderer shall demonstrate that entity is a Nigerian-registered company with 51% or more capacity, with evidence of registration with NOGICJQS and NUPRC
2. Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total workforce are
3. Detailed description of the location of in-country committed facilities &infrastructure (Administrative/Technical offices, workshop, testing laboratory) in Nigeria to support this contract.
4. Tenderer shall comply with the latest approved version of NCDMB HCD guideline by committing (via a letter of undertaking) to providing Project- Specific training, man-hour, budget, skill development and understudy plan for Nigerian personnel utilizing OGTAN registered trainer(s) or other approved NCDMB training institution(s).
5. Provide evidence of at least 50% Nigerian ownership of all equipment to be utilized in the execution of the work scope. Tenderers shall provide evidence of Category 1,2,3,4 or 5 NCEC in the Services and Support group (SS), and or Consultancy Service (CS) group NCEC to demonstrate ownership of equipment to be deployed for the execution of work scope.
6. Tenderer shall ensure that all Marine Vessels to be deployed for work shall be assets categorized Nigerian-Owned having valid category A or B Nigerian Content Marine Vessel Certificates (NCMVC).
7. Tenderer shall provide evidence of license/Permit to operate as Environmental Consultant issued by Federal Ministry of Environment.

5. CLOSING DATE
Only Tenderers who are pre-qualified and LIVE in the 3.02.02 (Safety, Health and Environment Consultancy), 3.15.07 (Waste Management Services) and 3.07.08 (Laboratory Testing Services) and 3.15.06 (Soil Remediation) categories in NipeX joint Qualification system (NJQS) database as at 16:00hrs on 17/02/2023 being the advert closing date shall be invited to submit Technical and Commercial Bids.

6. ADDITIONAL INFORMATION
a. Failure to provide any of the listed documents or information may automatically disqualify the supplier.
b. This notice and the ensuing qualification process neither create any commitment by TEPNG nor establish any legal relationship with TEPNG.
c. All costs incurred in registering and pre-qualifying for this and other service categories in NJQS shall be borne solely by the Contractors/suppliers.
d. This advertisement shall neither be construed as an invitation to Tender (ITT) nor a commitment on the part of TEPNG to award a contract to any supplier and/or associated companies, subcontractors, or agents.
e. 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 are active with a valid official email address accessible by their organization as this shall be the only means to transmit the ITT.
f. Tendering process will be the NNPC contracting process requiring pre- qualified companies to submit technical tender first. Following a technical review, only technically qualified contractors will be requested to submit commercial tenders.
g. Man hour figures for Capital Project Portfolios are estimates to provide definition to the scope and do not constitute guaranteed quantities.
h. COMPANY will only recognize and correspond with duly authorized officers of the pre-qualified bidders and NOT through individuals or agents acting on their behalf.
• Interested Tenderer(s) should note that TEPNG 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.
• COMPANY reserves the right to award one or more contracts from this CALL FOR Tender Process

NCDMB Advert Certification Authorization number:
ES/NCDMB/TUCN/ADV/UPD/311222/PROVISION OF HSE SERVICES