Prequalifications For Provision For Engineering, Procurement, Construction And Installation Epci Of Floating Production, Storage And Offloading (Fpso) Facility For Zabazaba Development

Tender Detail

112855073
ES/NCDMB/UPD/NAE-EOI-100878/210426
Self-Funded
Prequalifications For Provision For Engineering, Procurement, Construction And Installation Epci Of Floating Production, Storage And Offloading (Fpso) Facility For Zabazaba Development
NCB
Western Africa
Economic Community of West African States, ECOWAS,African Union
29-05-2026

Work Detail

Prequalifications are invited for Provision for Engineering, Procurement, Construction and Installation EPCI of Floating Production, Storage and Offloading (Fpso) Facility for Zabazaba Development. Date Added: May 7, 2026 Deadline: 29/05/2026 Category: Oil & Gas, Engineering Services The requested duration of works (from Contract Award to Sail Away) is 33 months. The development concept is based on a new hub, with a standalone spread moored FPSO with nameplate oil processing capacity of 150 kbopd and 1.7 MMbbls (minimum) nominal storage capacity. The subsea network consists of subsea horizontal tree systems, manifold systems, production and water injection risers and flowlines including a gas export line. The Zabazaba development will be through a deepwater subsea network consisting of 15 production and 7 water injection wells, 27km of production flowlines and risers, 15km of water injection flowlines and risers, 140km gas export pipeline and riser and a 40km umbilical system (note: lengths provide here are approximate and will be subject to respondents final field layout development). The scope of the FPSO EPCI, the subject of this EOI request includes the Hull, Topsides modules, Transport, Installation, Commissioning and start-up of the fully functional FPSO. NAE hereby invites only capable, reputable and competent Nigerian and International Companies (herein referred as Respondents) with the requisite and demonstrable expertise, experience, skilled manpower and technology to a response in accordance with this notice for expression of interest. Thereafter, for those companies meeting NAE requirements, shortlisting and inclusion in the bid list. Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details. 2.0 SCOPE OF WORK The scope of work shall include, but is not limited to, the following activities: Front-End Engineering Design(FEED) Design Competition Detailed design of the mooring, hull and topsides Construction of the FPSO Hull Procurement and fabrication of Topsides equipment/modules Design, procurement and installation of an Integrated Control and Safeguarding System (ICSS). Transportation, installation, integration and pre-commissioning of the Topsides modules Transportation, offshore installation and pre-commissioning of the FPSO Commissioning and start-up operations 3.0 MANDATORY REQUIREMENTS 3.1 Evidence of Main Construction Yard Ownership. 3.2 Evidence of technical capability and experience in performing detailed engineering design, project management and procurement for similar sized project or, if not available in whole or in part, commitment to execute an agreement on exclusive basis for partnership with a Vendor having such capabilities (in whole or in part) as detailed above. 3.3 Confirm Nigerian registration, partnership with Nigerian registered company OR willingness to partner with Nigerian registered company if successful at this pre-qualification stage (if Respondent is not a Nigerian registered entity). 3.4 Provide Registration No & Category (Include CAC Form C02 & C07 and NUPRC Permit and COREN Certificate) 3.5 Provide Valid Tax clearance for the past 3 years. Failure to submit any of the MANDATORY REQUIREMENTS may result in disqualification of respondent. 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. In consideration of this, the Respondents are required to provide together with the Mandatory Requirement as per paragraph 3 before, the evidence of the following 4.1 TECHNICAL CAPABILITY & HSE MANAGEMENT Respondents are required to provide the following documentation, to accompany their submission: a) A cover letter summarizing the contents of the pre-qualification submission. b) Respondents pre-qualification submission must demonstrate their ability to execute the scope of work as described in Section 2 herein. Only those Respondents able to demonstrate and document proven experience, available resources, and readiness to undertake the work as requested in the Pre-Qualification Questionnaire will be considered, including the following: Proven experience of engineering and fabrication FPSO Hull and Topsides. Evidence of large Hull Very Large Crude Carrier (VLCC) sized FPSOs fabrication experience within the past 10 years. Proven Start-up and Ramp-up capabilities for FPSO projects. Evidence of fast-tracked projects with delivery in less than 36 months from contract award to sail-away large Hull Very Large Crude Carrier (VLCC) sized FPSOs fabrication experience within the past 10 years. Availability to provide commercial offer in less than 6 months through a design competition approach. Provide validity of Quality Management System in accordance with the requirements of ISO9001 and certified by ISO approved and registered quality assurance company. Provide ISO9001 certificate. Provide evidence of HSE Management System as implemented for the delivery of FPSO Systems and for any similar executed projects in the past 10 years and the company interfaces with Subcontractors HSE system 4.2 FINANCIAL CAPABILITY 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. Provide financial statements of Operating Company and Ultimate Guarantor (e.g. Parent, holding companies etc.). Have you previously received short term financing of up to US$300million? If yes, provide evidence. Provide evidence of Project Finance plan for similar executed work showing the contract duration. Respondents should provide the name and full contact information of the officer in their company who has responsibility for responding to any potential Invitation. To Tender (ITT) in the event that Respondent satisfies the requirements of the Pre-Qualification. Respondents shall also provide a duly authorized and certified Power of Attorney for the said individual, verifying their authority to act on behalf of and to bind the Respondent in all matters related to the Pre-Qualification. The Pre-Qualification exercise is a critical first step in the overall tendering process, and Respondents are advised to provide detailed responses to the Pre-Qualification Questionnaire, to the required level of detail to enable NAE properly assess their capability, experience and readiness to participate in any tender. 5.0 SUBMISSION OF PREQUALIFICATION PACKAGE Companies interested in responding to the EOI shall, on or before 1500 hours (GMT+1) on 14 May 2026, send an email confirmation to the email address below stating their intention to respond to the EOI together with the provision of all information and supporting documentation required under Sections 3, 4 & 6 of this advert. A Prequalification Questionnaire shall be issued via return email to all companies that confirmed their interest as stated above. Respondents shall then provide detailed answers and clarifications to the questionnaire. The Prequalification package shall be submitted on or before 1500 hours (GMT+1) on 29 May 2026, to the following email address: [email protected] 6.0 NIGERIAN CONTENT AND COMPANY REGISTRATION REQUIREMENTS 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 (during ITT) in line with the provisions of the NOGICD Act (2010) and applicable enablers from 2024 Presidential Directives, before being considered eligible to proceed from the ITT into Commercial Phase of this process. These NC Requirements that will be mandatory at ITT phase (Post-PRE-QUALIFICATION) include but not limited to all respondents i. All respondents are to be registered or bid through their local subsidiaries, or in partnership or in consortium with Nigerian registered companies. (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.) ii. Respondents shall commit to engaging qualified Nigerian engineering company(s) and personnel to participate in the FEED for the FPSO package. iii. Respondent shall commit to engaging qualified Nigerian companies to undertake work scopes including but not limited to fabrication, construction and production of: a. Pressure vessels b. Pig Launchers and receivers c. Service Air receivers d. Methanol, Chemical Storage, Flare knockout, closed drain, buffer, cooling water, hot water expansion and other such drums e. Scrubbers f. Tanks g. Separators h. Small modules, topside and hull appurtenances, access tower, crane pedestal, riser supports, riser porches, riser Protectors, mooring line protection structures, caisson, caisson protectors, living quarters elements, boat berthing structures, muster stations, chemical /paint storage, workboat structures, radar masts, flare boom, suction piles, Helideck, interconnecting piping, spools and supports etc. iv. Respondents shall commit to engaging Nigerian companies in hook-up, pre-commissioning and commissioning activities, transport of FPSO and related equipment. v. In line with the NOGICD act 2010 and Nigerian Content Marine Vessels Categorization (NCMVC) scheme, respondents shall commit to giving first consideration to Nigerian built and /or Nigerian owned vessels in the tender process and for contract award. Foreign flagged vessels are only to participate in the Tender Link : https://etenders.com.ng/nigerian-agip-exploration-request-for-pre-qualification-for-provision-for-engineering-procurement-construction-and-installation-epci-of-floating-production-storage-and-offloading-fpso-facility-fo/

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document 591b6497-e3c3-4eb8-94db-eb36ebf2474b.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

WhatsApp