Prequalifications are invited for Provision of Engineering, Procurement, Construction (EPC) Services of Subsea Hardware for Bonga Southwest Aparo Project (EPC 3) Date Added: February 16, 2026 Deadline: 27/02/2026 Category: Construction & Engineering, Oil & Gas SHELL NIGERIA EXPLORATION AND PRODUCTION COMPANY LIMITED CO-VENTURE PARTNERS: NNPC, EXXONMOBIL, NIGERIAN AGIP EXPLORATION INVITATION FOR PRE-QUALIFICATION PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION (EPC) SERVICES OF SUBSEA HARDWARE FOR BONGA SOUTHWEST APARO PROJECT (EPC 3) TENDER REF: CWA117419 NIPEX TENDER NUMBER: NIPEX.A.260212.0007 NCDMB CERTIFICATION NUMBER: ES/NCDMB/UPD/SNEPCO-EOI-100706/100226/BONGA SOUTH WEST APARO (BSWA) PROJECT 1.0 INTRODUCTION Shell Nigeria Exploration and Production Company (SNEPCo) as Operator of the Bonga SouthWest Aparo (BSWA) Unit Area (straddling OMLs 118/132/140 block boundaries), invites interested and reputable companies to indicate an expression of interest to be considered for participation to tender for the Subsea Hardware and controls for the BSWA field development Project. The project is an oil development located about 135 kilometres offshore Nigeria in water depths up to 1400 metres. The development is based on a new hub, with a standalone spread-moored FPSO with nameplate oil processing capacity of 150,000 bopd and 1.8 MMbbls nominal storage capacity. The Phase 1 development will be through deep water subsea network consisting of 12 Production and 11 Water Injection Wells, 26km of production flowlines, 14km of water injection flowlines, 100km Gas Export Pipeline and 35km of in-field Umbilicals (note: lengths are approximate and will be subject to respondents final field layout development). The scope of the Subsea Hardware (SSHW) EPC (EPC-3), subject of this EOI request, includes the production and water injection tree system and manifolds, spools and jumpers, subsea distribution hardware and the subsea control system. SNEPCo hereby invites only capable, reputable and competent Nigerian and International Companies (herein referred to as Respondents) with the requisite and demonstrable expertise, experience, skilled manpower and technology to respond in accordance with this notice for expression of interest. Thereafter, for those companies meeting SNEPCo requirements, shortlisting and inclusion in the bid list. Related EPC Packages for BSWA Project, which are subjects of separate EOI requests include: EPC2: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Pipelines, Flowlines, Risers and Installation of Subsea Hardware and Umbilicals. EPC4: Provision of Engineering, Procurement and Supply of Static and Dynamic Umbilicals. EPC5: Provision of Engineering, Procurement, Construction and Installation (EPCI) Services of Single Point Mooring (SPM) and Offloading Systems. Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details. 2.0 SCOPE OF WORK/SERVICE REQUIREMENT The scope of work for EPC-3 shall include but not be limited to the design and engineering, procurement, fabrication, manufacturing and assembly, testing, maintenance and refurbishment, integration, preservation, storage, load out, offshore hook-up, provision of support for installation, pre-commissioning, commissioning and start up, and Healthcare support (aftermarket) for the following Subsea Hardware Equipment: 12 no. Subsea Production and 11 no. Subsea Water Injection Tree system 10kpsi Tree system. 3 no. 6 branch production manifolds. 3 no. 4 branch water injection manifolds. 12 no. subsea production well jumpers and 11 no. subsea water injection well jumpers. 1 no. riser base artificial gas lift manifold. 1 no. Installation Workover Control System. Associated tooling for testing and installation. Subsea Distribution Hardware including Umbilical Termination Assemblies (UTAs), Hydraulic Distribution Manifolds (HDMs), Electrical Distribution Manifolds (EDMs) and associated jumpers and flying leads (electrical and steel tube). Subsea Control System and associated structure Subsea Control Modules (SCMs), Master Control Station (MCS), Hydraulic Power Unit (HPU) and Hydraulic Control Unit (HCU), Electrical Power Unit (EPU) and Topsides Umbilical Termination Unit (TUTU) including associated electrical junction boxes. 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). If Respondent is a subsidiary of a Holding Company, provide Name and address of the Ultimate Holding Company, Respondents office for this work. 3.2 Provide Registration No & Category (Include CAC Form C02 & C07 and NUPRC Permit and Corporate COREN Certificate). 3.3 Provide Valid Tax clearance for the past 3 years. Confirm Company has self-performed completion of detailed engineering design, manufacture, and installation support of Subsea Tree systems and Hardware including subsea manifolds, distribution hardware and jumpers, as main contractor, for a deepwater project in water depth above 800m. 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 of previous experience on detailed engineering design, manufacture, and installation support of Subsea Tree systems and Hardware including subsea manifolds, distribution hardware and jumpers for a deepwater project in water depth above 800m. 4.1.2 Provide detailed evidence of materials selected for the deepwater project (over 800m water depth) tree system, manifolds, and controls distribution system. 4.1.3 Provide details of key challenges/lessons learnt in the execution of Subsea Hardware aftermarket/healthcare scope as main contractor for projects water depths over 800m and how these challenges were successfully addressed and/or resolved. 4.1.4 Provide evidence of the in-country owned or leased fabrication yard, minimum yard size of 10,000sqm, and 60MT craneage required for assembly of subsea hardware and quayside with minimum load bearing capacity of 30 MT/sqm to support available craneage and anticipated loads. 4.1.5 Where the respondent has executed a detailed engineering design in Nigeria Deepwater in water depth of above 800m and deeper, 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. 4.1.6 Provide evidence of technical document (drawing and Datasheet) of Master Control Station, Subsea Control Module, Hydraulic Power Unit and Electrical Power Unit previously executed and deployed in the Bonga field (OML 118) and/or any other location over 800m water depth. 4.1.7 Provide project completion certificates of participation/execution as main contractor of the supply of Deepwater Subsea Control Module, Subsea valves, Well rigid and/or Well flexible Jumper spares/kit in water depths of above 800m. 4.1.8 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. 4.1.9 Provide evidence of HSSE Management System implemented in 4.1.1. above and for any similar executed project in the past 10 years and the company interfaces with Subcontractors 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. 5.0 NIGERIAN CONTENT (NC) REQUIREMENTS 5.1 Mandatory NC Requirement as part of this Pre-Qualification Respondents shall provide a written confirmation, signed by an authorized representative, stating their readiness to comply with applicable Nigerian Content Requirements as will be approved by NCDMB in line with the provisions of the NOGICD Act (2010) and applicable enablers from 2024 Presidential Directives, before being considered for award of contract arising from this EOI. 5.2 NC 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 Tender Link : https://etenders.com.ng/shell-nigeria-exploration-and-production-company-limited-invitation-for-pre-qualification-for-provision-of-engineering-procurement-construction-epc-services-of-subsea-hardware-for-bonga-southwest/