Posted by Kordinichi on Thu 27th Feb, 2025 - nigeriantenders.com
The Shell Petroleum Development Company of Nigeria Limited (SPDC) in its role as Operator of the NNPC / SPDC / TotelEnergies / NAOC Joint Venture hereby announces to the interested and prequalified companies of the upcoming tendering opportunity for the Provision of Drilling Systems. Interested companies should possess relevant qualifications and experience.
Shell Petroleum Development Company (SPDC) is the pioneer and leader of the petroleum industry in Nigeria. We invest heavily in our employees, which is reflected in our industry-leading development programme and our commitment to see our employees’ ideas travel and come to fruition.
We hereby announce to interested and pre-qualified companies an upcoming tendering opportunity for:
Title: Tender Opportunity: Provision of Drilling Systems
NIPEX Tender Number: Shopping Cart No. 10000007858 / SPDC. 00000578
Location: Nigeria
Tender Ref: CW910141
Introduction
- Shell Petroleum Development Company of Nigeria Limited (SPDC) in its role os Operator of the NNPC/SPDC/TotalEnergies /NAOC Joint Venture hereby invites reputable and competent Nigerian Companies and alliances with the requisite expertise, experience, skilled manpower and technology to apply to be considered for inclusion in the bidders list for subject tender for the provision of Provision of Drilling Systems.
Scope of Work
CONTRACTOR shall design, procure, direct, supervise, and execute the Drilling systems contract with its associated operations as defined herein, and assume liabilities as provided in the Contract in either of the 2 modules specified. Consequently, CONTRACTOR shall demonstrate capacity to execute either or both modular scopes delined below:
Module 1 would cover Directional drilling (DD), Formation evaluation while drilling (FEWD), Drilling Bits and Coring for oil and gas wells using the total cast of ownership structure according to predefined value drivers:
- The provision of Directional drilling services adopting/utilizing the latest available technology(ies) /software/s), Formation evaluation while drilling (FEWD) services, Well trajectory, design, drill string/BHA design and analysis of engineering models/simulations per hole section (BHA hydraulics design inclusive); Rotary Steerable Systems (both Push-the-Bit and Point-the-Bit systems) and Geo-steering systems deployment design, high performance (Posilive displacement and Turbine) mud motors including short rodius mud motors and associated BHA accessories deployable across various hole sizes design and deployment, Gyro While Drilling systems services provision and all other associated services required for the safe and efficient well drilling and formation evaluation requirements including but not limited, to Resistivity, Neutron Porosity, Bulk Density and Sonic measurements for various hole sizes down to slim hole applications.
- All types and sizes of premium drillings bits (PDC and tricones), under reamers and hole openers including drilling bits selection, based on engineering design and analysis.
- Provision of the most recent tools/lechnology for sidewall/ bottomhole coring and core handling/and preservation-including but not limited to detailed coring program design showing simulation results and specifying optimum coring parometers.
- Provision of aforementioned services to be executed by adequately resourced competent personnel vastly experienced in well planning, design & execution of (where applicable) all DD, FEWD, bit selection, coring and mudlogging operations.
- Provision of Logistics support to transport own equipment and personnel from vendor's base (focility) to and from any SPDC nominated onshore/swamp/offshore location(s)
- Provision of basic and advanced mud logging service which shall include but not limited to the following:
- Full suite of basic and advanced Mud logging services using certified mudlogging unit, equipment and competent personnel.
- Full suite of unitless data acquisition system (equipped with current barrier to protect the rig SCR and a UPS)
- All units and systems fully automated, computerized system for measuring, monitoring, recording allrequired drilling parameters including but not limited to pit level, gas readings, mud density, conductivity, drilling or circulation parameters, continuous gas and kick detection including the provision of fully equipped with the capability of Fluid Extraction, advanced Mud Gas Characterization, high-speed Gos Chromatograph or Gas Chromatograph-Mass Spectrometer, real time data/interpretations to assist drilling decisions, sampling operations and Characterization of the fluids, real-time pare pressure prediction, formation sampling: Gas detection, analysis and evaluation.
Module 2 Basic and advanced mud logging service for oil and gas wells using the tatal cost of ownership structure according to predefined value drivers:
- Full suite of advanced Mud logging services (certified mudlogging unit, equipment, and personnel)
- Full suite of unitless data acquisition system (equipped with current barrier to protect the rig SCR and a UPS)
- All units and systems fully automated, computerized system for measuring, monitoring, recording all required drilling parameters including but not limited to pit level, gas readings, mud density, conductivity. drilling or circulation parameters, continuous gas and kick detection including the provision of fully equippedwith the capability of Fluid Extraction, advanced Mud Gos Characterization, high-speed Gas Chromatograph or Gas Chromatograph Moss Spectrometer, real lime data/interpretations to assist drilling decisions, sampling operations and Characterization of the fluids, real-time Pore pressure prediction, formationsampling: Gas detection, analysis, and evaluation.
- Competent and adequately experienced personnel to plan, design and execute all DD, FEWD, bitselection, coring and mudlogging operations.
- Logistics to and from nominated shell location.
Application Closing Date
7th March, 2025 at 16:00hrs
Note: Only tenderers who are pre-qualified with NJQS in:*3.04.08 Turbine Drilling/Dawnhole Motor (DD) Services", "3.04.07 MWD/LWD Services", "3.12.01 Petrophysical Interpretation Services", AND "1.01.09 Drill Bits and Accessories" will receive Invitation to Technical Tender (ITT) for the complete suite of module 1, and "3.04.06 Mud Logging Services will receive Invitation to Technical Tender (ITT) for module 2.as at 16:00hrs on March 7th, 2025 being the advert closing date shall be invited to submit Technical Bid and Commercial bids as per double envelope strategy.
Mandatory Requirements
- To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Product/Service category in the Nipex Joint Qualification System (NJQS) below. Only successfully pre-qualitied suppliers in NJQS database Product Group
- 3.04.08 Turbine Drilling/Downhale Motor (DD) Services", "3.04.07MWD/LWD Services",
- "3.12.01-Petrophysical interpretation Services", 3.04.10 Coring Services AND "1.01.09-Drill Bits and Accessories will receive Invitation to Technical Tender (ITT) for module 1, and
- 3.04.06 Mud Logging Services" will receive Invitation to Technical Tender (ITT) for module
- Note that all vendors who have any of the 4 codes above for module 1 will be invited to participatein module 1 tendering process. All bidders shall be required to provide all the 4 services. Where a tenderer wishes to deliver aspects of the sub-contractable scopes of Modules 1 with sub-contractors (Nigerian or Multinational), tenderer is to provide the sub-contracting agreement(s) and sub-contracting plan(s) in place with har sub-contractor(s), and the agreement is to specify the scopes to be delivered by her sub-contractor(s).
- Only vendors who have module 2 code (3.04.06 Mud Logging Services) will be invited to tender for module 2 tendering process.
- In the case of a joint venture or partnership, attach copy of the Joint Venture Agreement or Memorandum of Administration (MOA) specific to this tender and quoting this tender number, clearly stoting the roles, obligations and responsibilities of each party, and nating that bidders are not to submit multiple bids.
- Bidders to submil a cover letter summarizing the content of the Pre-Qualification Document.
- Bidders shall be required to respond to TITT & CITT for work scope and comply with the Nigerian content requirement for each of the scope of work.
- To determine if you are pre-qualified and view the product/service category you are listed for, open www.vendors.nipex-ng.com and access NJQS with your login details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.
- If you are not listed in a product/service category and you are registered with NUPRC to do business, contact Nipex office at 8-10 Bayo Kuku Street, Ikoyi, Lagos with your NUPRC certificate as evidence for necessary update.
- Copy of current certificate of registration of the NUPRC, NOSDRA and Rivars State Ministry of Environment or evidence of renewal.
- To initiate the JQS prequalification process, access www.nipex-ng.com to download the application form, make necessary payments and contact NipeX office for further action.
- To be eligible, all tenders must comply with the Nigerian Content Requirements in the Nipex system.
Nigerian Content Requirements
- Demonstrate that entity is a Nigerian registered company with greater than 51% Nigerian Shareholding. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc.) including company memorandum & article of association and/or evidence of entity's incorporation, shareholding & ownership structure in Nigeria.
- Tenderer shall provide evidence of registration with the NCDMB NOGIC JQS and DPR.2. Tenderer shall provide evidence of any valid category 1,2,3,4 or 5 Services and Support group NCEC demonstrating ownership of Directional drilling, FEWD and Mud logging equipment and capacity to deploy trained personnel in the execution of the work scope.
- Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
- Tenderers are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and provide detailed description of the location of in-country committed facilities & infrastructure (Technical/Administrative office, Workshop, warehouse etc) in Nigeria to support this contract.
- Tenderer shall (via a letter of undertaking utilizing its letter headed paper) commit to: (failure to provide this uridertaking letter will constitute a fatal flow)
- Complying with the latest approved version of NCDMB HCD guideline 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).
- In line with the NOGICD Act, deduci 1% NCDF for every subcontract to be issued on the contract and remit some to NCDMB. Tendered sholl ensure that the 1% NCDF for all subcontracts must be priced into the commercial submission to be submitted to the Operator.
Additional Information
- Proposed contract start date is Q3 2025.
- Contract Duration: 4 years+2+1 year extension options.
- All costs incurred in preparing and processing NJQS prequalification shall be fully bome by interested contractors.
- All respondents to SPDC must ensure full compliance with the Nigerian Oil and Gas Industry Content Development Ac, 2010. (NOGICD) All respondents should educate themselves on the requirements of the NOGICD and ensure full compliance. Non-Compliance is a FATAL FLAW
- This advertisement is not an invitation to tender for the above services. There is no commitment orobligation, implied or otherwise, for NNPC/ THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED to issue a tender or enter into a contract. Participation in the pre-qualification exercise does not construe or imply any commitment to any party or entitle any party to any indemnity on any form of payment from NNPC/ THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED
- This advertisement shall neither be construed as any form of commitment on the part of THE SHELL PETROLELIM DEVELOPMENT COMPANY OF NIGERIA LIMITED to award any contract to any compony and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED and or any of its partners by virtue of such companies having been prequalified in NJQS.
- The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
- NNPC/SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED reserves the right to reject any and or all pre-qualified suppliers at its sole discretion and at no cost whotsoever.
- THE SHELL PETROLEUM DEVELOPMENT COMPANY OF NIGERIA LIMITED will communicate only withauthorized officers of the pre-qualifying companies and NOT through individuals or Agents
- Successful contractors shall be subjected to THE SHELL PETROLEUM DEVELOPMENT COMPANY OFNIGERIA LIMITED facilitated Integrity Due Diligence screening.