Prequalifications For Provision Of Engineering, Procurement, Construction And Installation (Epci) Services Of Pipelines, Flowlines, Risers And Installation Of Subsea Hardware And Umbilicals For Bonga Southwest Aparo Project (Epc 2)

Tender Detail

109248331
sCWA117416
Self-Funded
Prequalifications For Provision Of Engineering, Procurement, Construction And Installation (Epci) Services Of Pipelines, Flowlines, Risers And Installation Of Subsea Hardware And Umbilicals For Bonga Southwest Aparo Project (Epc 2)
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 Pipelines, Flowlines, Risers and Installation of Subsea Hardware and Umbilicals for Bonga Southwest Aparo Project (EPC 2) 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, SHELL, EXXONMOBIL, NIGERIAN PETROLEUM DEVELOPMENT COMPANY INVITATION FOR PRE-QUALIFICATION PROVISION OF ENGINEERING, PROCUREMENT, CONSTRUCTION AND INSTALLATION (EPCI) SERVICES OF PIPELINES, FLOWLINES, RISERS AND INSTALLATION OF SUBSEA HARDWARE AND UMBILICALS FOR BONGA SOUTHWEST APARO PROJECT (EPC 2) TENDER REF: CWA117416 NIPEX TENDER NUMBER: NIPEX.A.260212.0006 NCDMB CERTIFICATION NUMBER: ES/NCDMB/UPD/SNEPCO-E01-100706/100226/BONGA SOUTH WEST APARO (BSWA) PROJECT 1.0 INTRODUCTION Shell Nigeria Exploration and Production Company (SNEPCo) as Operator of the Bonga South West 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 engineering, procurement, construction (EPC) and installation of Pipelines, Flowlines and Riser systems, and installation (PFRI) of Subsea Hardware and Umbilicals for BSWA field development Project. The project is an oil development located approximately 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 of 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 EPC-2 PFRI EPC, subject of this EOI request, includes the production and water injection flowlines, gas export pipeline, risers and installation of umbilicals and all subsea hardware. SNEPCo hereby invites only capable, reputable, and competent Nigerian and qualifying International Companies (herein referred to as Respondents) with the requisite and demonstrable expertise, experience, skilled manpower and technology to e response 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 subject of separate EOI requests include: EPC3: Provision of Engineering, Procurement, Construction (EPC) Services of Subsea Hardware 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-2 shall include but not be limited to the design, engineering, procurement transportation, offshore installation, pre-commissioning and commissioning support of the pipelines, flowlines and risers, as well as, transportation to site and installation of other project hardware delivered by EPC-3 (Subsea Hardware Company) and Umbilical delivered by EPC-4 (Subsea Umbilical Company). The scope of EPC-2 includes amongst others the following activities: Design, procurement and fabrication of flowlines and riser systems (including inline tees and termination assemblies) for production and water injection. Design, procurement and fabrication of gas export pipeline system. Design, procurement and fabrication of flowline jumpers. Transportation, offshore installation and pre-commissioning of Flowlines and risers (for production and Water Injection) including but not limited to tie-in to the Subsea Hardware. Transportation, offshore installation and pre-commissioning of Gas Export Pipeline and riser. Modifications and tie-ins to gas export platform host. Offshore transportation, installation and pre-commissioning of Subsea Hardware supplied by EPC-3 (Subsea Hardware Company). Offshore transportation, installation and pre-commissioning of the Dynamic and Static Umbilicals supplied by EPC-4 (Subsea Umbilicals Company). Support the commissioning efforts of Pipelines, Flowlines, Risers, Umbilicals and Subsea Hardware. Subsea Facility Dimension (note: the final scope will be subject to Respondents final field layout development): 12 x Production Trees and 11 x Water Injection Trees. 10 x 26km of production flowlines (dual lines) and associated risers. 12 X 100 km gas export pipeline (single) and associated risers, including tie-ins and platform modifications to export host. 14 x 14 km injection flowline (single) and associated risers. Riser base artificial gas lift system installation. 35km (dynamic + static umbilicals) supplied by EPC-4. Installation of subsea hardware supplied by EPC-3. 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. 3.4 Confirm Company has self-performed and completed Engineering, Procurement, Construction and Installation of pipelines, flowlines and risers as main contractor for hydrocarbon field operations in more than 800m water depth. Supply evidence to support this. Confirm Company has self-performed and completed Transportation, Installation, Pre-Commissioning, and Commissioning of dynamic and static steel tube umbilicals as main contractor for hydrocarbon field operations in more than 800m water depth. Supply evidence to support this, including cross sections, umbilical size, components and details of when and where the umbilicals were installed. 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 co-sidered 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 detailed engineering design, procurement, fabrication, and installation of 10 to 16 gas export, production, water injection flowlines and risers as main contractor with contract involving major engineering design, transportation, fabrication, offshore installation and commissioning of the pipelines, flowlines and risers for hydrocarbon field operations in water depth of above 800meters. 4.1.2 Provide evidence of offshore transportation, installation, pre-commissioning and commissioning of dynamic and static steel tube umbilicals for hydrocarbon field operations in water depths of above 800 meters depth as a main contractor, including cross sectional areas, umbilical size, components of the umbilicals and when the umbilicals were installed. 4.1.3 Provide evidence of in shore/ laydown facilities availability of at least 60MT crantage, including details of the waterways, quay length (with minimum load bearing capacity of 30 MT/sqm to support available crange and berthing), minimum quay length of 150 metres and a minimum draft of 6 metres water depth and berthing requirements. 4.1.4 Provide evidence of the in-country owned or yard with a minimum yard size of 10,000sqm, the existence/availability of at least 5 acres coverage required for subsea flowline (10 to 16) and umbilical structure. 4.1.5 Where the respondent has executed a detailed engineering design in Nigeria Deepwater in water depth of above 800meters 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 project completion certificates where necessary showing evidence of Deepwater (above 800 metres) line pipe and flexible joints (where applicable) supplied in the last 10 years. 4.1.7 Provide evidence of HSE Management System for a similar executed project in the past 10 years and the company interfaces with Subcontractors HSE system. 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. 4.2 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 mi Tender Link : https://etenders.com.ng/shell-nigeria-exploration-and-production-company-limited-invitation-for-pre-qualification-for-provision-of-engineering-procurement-construction-and-installation-epci-services-of-pipelines-flowlin/

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document ab49fe7e-b22c-4674-8870-1321b411c4db.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