Prequalifications For Provision Of Engineering, Procurement, Construction And Installation (Epci) Services Of Single Point Mooring (Spm) And Offloading Systems For Bonga Southwest Aparo Project (Epc5)

Tender Detail

109248328
NIPEX.A.260212.0009
Self-Funded
Prequalifications For Provision Of Engineering, Procurement, Construction And Installation (Epci) Services Of Single Point Mooring (Spm) And Offloading Systems For Bonga Southwest Aparo Project (Epc5)
NCB
Western Africa
Economic Community of West African States, ECOWAS,African Union
27-02-2026

Work Detail

Prequalifications are invited for Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Single Point Mooring (Spm) and Offloading Systems for Bonga Southwest Aparo Project (EPC5) Design, procurement, construction, installation, pre-commissioning, commissioning and start up support of the offloading buoy and mooring system. Design, procurement, construction, installation, pre-commissioning, commissioning and start up support of the oil offloading risers. Project management and interface management within and across contract boundaries. 3.0 MANDATORY REQUIREMENT 3.1 Confirm Company is registered in Nigeria and provide address of registered office in Nigeria and name of Legal Entity; If Company is not registered in Nigeria, provide documentary evidence of a liaison/partnership with a Nigerian registered Company (if Respondent is not a Nigerian registered entity). 3.2 Provide Registration No & Category (Include CAC Form C02 & C07 and NUPRC Permit and Corporate COREN Certificate). 3.3 Name and address of the Ultimate Holding Company (if the Respondent is a subsidiary member of a group), Respondents office for this work. 3.4 Provide Valid Tax clearance for the past 3 years. 3.5 Confirm Company has completed detailed engineering design, manufacture, and installation of offloading buoys and offloading risers in deepwater (greater than 800m water depth) as main contractor. Supply evidence to support this. 4.0 PRE-QUALIFICATION REQUIREMENTS In addition to the mandatory requirements above, only those Respondents able to demonstrate and substantiate with relevant verifiable documents of proven experience, available resources, and readiness to undertake the Work will be considered for the subsequent formal tendering phase. The Respondents will be required to provide evidence, including but not limited to the following, during the Pre-qualification process: 4.1 TECHNICAL CAPABILITY & HSE MANAGEMENT 4.1.1 Provide evidence (with values) of previous experience on detailed engineering design, manufacture, and installation of offloading buoys and offloading risers in deepwater (greater than 800m water depth) as main contractor. 4.1.2 Provide evidence of the in-country owned or leased fabrication yard, minimum yard size of 10,000sqm, including sufficient craneage. 4.1.3 Where the respondent has executed a detailed engineering design in Nigeria Deepwater in water depth of above 800m, the Respondent is to provide evidence of the Engineering scope completed in-country, indicating the following: (a) Engineering scope; (b) Total man hours spent; (c) Duration of Scope completed in-country; (d) Challenges experienced and how these challenges were successfully addressed. 4.1.4 Provide evidence (Schematics, General arrangement drawings and interface matrix) of example designs that Respondent has delivered in the past for similar applications. 4.1.5 Provide project completion certificates of participation/execution of the supply of Deepwater offloading buoys and offloading risers in water depths above 800m. 4.1.6 Confirm validity of Quality Management System in compliance with the requirements of ISO 9001 and certified by ISO approved and registered quality assurance company. Provide valid ISO 9001 certificate. 4.1.7 Provide evidence of HSSE Management System implemented in the relevant scopes above and for each major executed project in the past 10 years and the company interfaces with Subcontractors and HSE system. 4.2 FINANCIAL CAPABILITY 4.2.1 Provide Company audited financial statements for the last three (3) years. Please provide certified translations where accounts are published in a language other than English. 4.2.2 Provide Financial Statements of Operating Company and Ultimate Guarantor (e.g. Parent, holding companies etc.) 4.2.3 Have you previously received short-term financing up to US$300 million? If yes, provide evidence. 4.2.4 Provide evidence of Project Finance Plan for similar executed work showing the contract duration. 5. REQUIREMENTS POST PRE-QUALIFICATION Except as authorised by NCDMB, the respondent must ensure full compliance with the Nigerian Oil & Gas Industry Content Development Act, 2010. Please note below: Respondent shall furnish details and supporting documentation of company ownership and shareholding structure. Also submit clear photocopies of your registration on NOGIC JQS. Respondent shall domicile in-country through the utilisation of Engineering Services Company (with COREN practicing license) registered engineering company in Nigeria to meet the minimum NC requirement agreed for the project. Respondent must have NCEC for Fabrication and Construction (FC) and Consultancy (CS) for Project Management/Engineering Design. In addition, company must provide requisite NCEC for itself or partners or sub-contractors to deliver related scopes of work under this project such as NCEC for Quality Inspection and Quality Control (QS); Manufacturing and Related Activities (MS); Procurement and Supplies (PS) etc. Nigerian registered partners/companies being referred to above, must be companies with requisite, technical capabilities and established experience as may be determined by the Board via existing NCDMB Certifications and record of execution of previous EPC projects in the oil and gas industry. Attempt to consider briefcase partners as a bypass means to fulfil local content requirements will be rejected by the Board. Ensure that all vessels to be engaged in this project or service must be categorized as Nigerian owned in the NCDMB latest Marine vessel categorization or vessel owner must have Category A or B NCDMB Marine Vessel Certificate (NCMVC). Provide a project-specific organogram showing Names and Nationalities of all key personnel not limited to just key personnel that will execute the work scope for this service. For any position to be occupied by Expatriate personnel, the tenderer shall commit to obtaining expatriate quota approval from NCDMB before project execution. Provide written letter of commitment signed by an authorized representative, confirming readiness to: Comply with NCDMB HCD Guidelines and execute such HCD Program as may be approved by NCDMB. Also confirm compliance with NCDF 1% deduction and remittance in line with Section 104 of the NOGICD Act. Provide % scope split in two parts: (1) showing work to be executed in-country against out-country; (2) show % split for in-country procurement and out-country procurement. 6.0 SUBMISSION OF PRE-QUALIFICATION PACKAGE Companies interested in responding to the EOI shall be registered and active in NipeX Joint Qualification System (NJQS) data base. The interested Companies shall, on or before 1500 hours (GMT+1) on 27th February 2026, send an email confirmation (using respondents email address registered on Nipex) to [email protected] stating their intention to respond to the EOI. A Request for Proposal (RFP) shall subsequently be issued via NipeX to all companies that confirmed their interest as stated above. Respondents shall, on or before the closing date stated in the RFP, respond through NipeX with detailed answers to the Prequalification Requirements as detailed in the RFP. Note that the requirements in the RFP will be in line with the requirements in Sections 3, 4 & 5 of this Advert. Tender Link : https://etenders.com.ng/shell-nigeria-exploration-and-production-company-limited-invitation-for-pre-qualification-provision-of-engineering-procurement-construction-and-installation-epci-services-of-single-point-mooring/

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document 06fd7a53-9101-41a2-b007-9106ec303cb0.html
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2026 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail