NIGERIAN PETROLEUM DEVELOPMENT COMPANY (NPDC) LIMITED-
REQUEST FOR PROPOSAL (RFP) FOR THE COMMERCIALIZATION OF NPDC’S NON-OIL AND GAS ASSETS
NIGERIAN PETROLEUM DEVELOPMENT COMPANY (NPDC) LIMITED
(A SUBSIDIARY OF NIGERIAN NATIONAL PETROLEUM CORPORATION)
62/64 SAPELE ROAD
P.M.B. 1262 BENIN CITY, NIGERIA
REQUEST FOR PROPOSAL (RFP) FOR THE COMMERCIALIZATION OF NPDC’S NON-OIL AND GAS ASSETS
TENDER TITLE: COMMERCIALIZATION OF NPDC’S NON-OIL AND GAS ASSETS (NOGA)
1.0 INTRODUCTION:
Nigerian Petroleum Development Company (NPDC) Limited – a subsidiary of Nigerian National Petroleum Corporation (NNPC) has a requirement for the Commercialization of its 6Nos Non-Oil and Gas Assets all located in Warri, Delta State, The objective is to unlock huge revenue potentials of the Asset. NPDC hereby, invites interested reputable and competent Investors for an opportunity of a Public Private Partnership (PPP) arrangement in any of the 6 under-listed Assets.
2.0 SERVICES REQUIRED/SCOPE OF WORK:
The proposed scope(s) for the six (6) assets are as listed below, but not limited to the work items,
S/N | ASSET | ASSET DESCRIPTION AND SCOPE OF WORK (INCLUDE BUT NOT LIMITED TO THE UNDERSTATED) |
1 | Commercialization of Edjeba Central Power Plant (CPP).Tender Number: N20-S000118.Product Code Number; 4.05.12NipeX Shopping Cart Number: 1000004968 | The Central Power Plant (CPP), Edjeba constructed on an approximate land area of 23,330 square meters (2.333 hectares) is Currently operational with an installed power generating capacity of 9.6MW from 4Nos Ruston Gas Turbines Units, The current capacity utilized is not more than 4.5MW. The Edjeba estate, Ogunu Residential, Ogunu Industrial Areas and the Idugboe estate are the primary beneficiary of the power generated from the plant. The Plant distribution network is designed to supply power to customers via substations located at:1. Edjeba Estate.2. Main Office Area (MOA), opposite FGC, Warri.3. OML-34 Residential Area Ogunu and SPDC Industrial Area Ogunu.4. Ogunu Golf club and resort.To optimally Operate and Maintain the CPP subject to mutually agreed terms for sustainable benefit of all stakeholders, there is a need for subsequent further investment as follows:• Rehabilitation and Upgrade of existing Turbine units 1 & 2 from TB5000 to TB5400 including ancillary equipment.• Upgrade of existing Control Systems for Turbine units 1, 2 & 3 to a new Rustonic Replacement Unit (RRU).• Engineering, Procurement, Construction and Installation (EPCI) of a new turbine unit (Minimum of 5MW) on an available fifth bay at the Edjeba Central Power Plant facility.• Procurement and installation of Smart Metering Devices and automation of same for easy Customer accessibility.• Expansion and Upgrade of existing Transmission network to cover Potential Customers’ base.• Revamp of existing Distribution facilities and Installation of new ones where necessary.• Acquisition of operating licenses and all other statutory approvals for Power Generation, Transmission and Distribution to the public. |
2 | Commercialization of Edjeba Central Sewage Treatment Plant (CSTP).Tender Number: N20-S000140.Product Code Number; 3.15.07NipeX Shopping Cart Number: 1000004969 | The Central Sewage Treatment Plant (CSTP) is a twin Compact C-3000 Model plant located within the OML-34 Edjeba Estate. Commissioned in 1982 to treat sewage generated from Edjeba, Main Office Area, Residential and Industrial areas of Ogunu.An upgrade of the plant was carried out in 2002 which increased the plant capacity to 987.16m3/day thereby enabling it to handle sewage generated from all external Land locations during SPDC West operations.Designed Plant Capacity is 987.16m3/day. However, the average volume of sewage generated within Edjeba daily is approximately 299.10m3.There are 11 Lift Pump Stations (1, 2, 3, 4, 5, 6, 7,14, 15,19 & Sludge pump) strategically located within Edjeba. The underground sewer line has about 120 Manholes within Edjeba Industrial Area (I.A) and Residential Area (R.A).The scope is to optimally Operate and Maintain the CSTP subject to mutually agreed terms for sustainable benefit of all stakeholders. This would require subsequent further investment as follows:• Rehabilitation and Upgrade of all mono pumps and ancillary equipment at Eleven (11) Pump stations within the Edjeba Facility.• Upgrade of Motor Control Panels and Laboratory equipment.• Procurement of Vacuum Trucks for the conveyance of waste from other locations to the processing plant.• Engineering, Procurement, Construction & Installation of a Biodigester (Biogas) Mini Plant and gas delivery network.• Procurement and Installation of Smart Metering Devices.• Acquisition of all statutory licenses required for the operation of the plant. |
3 | Commercialization of the Ogunu Hospital.Tender Number: N20-S000119.Product Code Number; 3,18.12NipeX Shopping Cart Number: 1000004970 | The Ogunu Hospital is a well-equipped 50 bed, Health Care Facility covering a total land area of 19,135 square meters (1.9135 hectares). The Medical Facility complex comprises of: Out Patients Department (OPD), Administrative, Pharmacy, Office Block, Consulting Block, General Ward, the Intensive Care Unit (ICU), a New General Ward, Children and Maternity Ward, Environmental Health, Laboratory Block, Theatre/CSSD with other appurtenant structures.The hospital was accredited by the Council of Health Service Accreditation of Southern Africa (COHSASA) in 2010 and re-accredited in 2012. However, the Hospital was Decommissioned since June 2013.The scope is to revive and optimally Manage, Operate and Maintain the Ogunu Hospital with all relevant logistics for a seamless operation subject to terms and conditions mutually agreed. This would further require:• Revamp and upgrade of existing Hospital infrastructure to the status of a World-Class Medical Centre.• Procurement and Installation of required state-of-the-art medical laboratory equipment.• Facilitate upgrade of the facility to a specialist centre.• Acquisition of statutory medical licenses for operation of the Hospital.• Mobilization of Equipment, Materials and Personnel to site. |
4 | Commercialization of the Ogunu Golf Course and Resort, Warri (OGRW),Tender Number: N20-S000117.Product Code Number: 3.18.14NipeX Shopping Cart Number: 1000004971 | The Ogunu Golf Course and Resort (Formally Shell Golf Club, Ogunu), an 18-Hole Golf Course, with a well-furnished club house, a standard size swimming pool, a squash, lawn tennis courts, a fitness centre etc. all occupying approximately 333,438 square meters (33.3438 hectares) of land area. The club has about 300 members from the retired and serving personnel as well as from the community.The Scope is to Optimally Operate the Golf Course and Resort subject to mutually agreed terms for sustainable benefit of all stakeholders. This would require:• Revamp and Upgrade of existing Thirty-(30) room hotel accommodation within the Golf Course and Resort.• Completion and commissioning of a One Thousand (1000) seats capacity Conference and Event Arena.• Rehabilitation of all Recreational Centres including: Two (2) Standard Lawn Tennis Courts, Swimming Pools (Adult and Children sections), Two (2) Standard Squash Courts, Table Tennis Room, Restaurant and Golf Pavilion.• Placement of a Facility Maintenance contract to keep the Resort within internationally acceptable standards. |
5 | Commercialization of Main Office Area (MOA).Tender Number: N20-S000138Product Code Number: 3.18.24NipeX Shopping Cart Number: 1000004972 | The MOA is a large complex building comprising of a 7-office blocks of various sizes with other auxiliary structures. The MOA has a total land area of approximately 147,691 m2 located at the south west of Warri, housing many other notable government and commercial establishments such as the Sea-port, Federal Government college, Banks, etc.The Scope is to collaborate for Optimal operation and utilisation of the facility as Corporate, Educational, Commercial or any other appropriate purpose that would guarantee sustainable revenue generation. This would require:• Revamp of the existing infrastructures in line with the optimal purpose of choice.• Provision of excellent Facility and Estate Maintenance and Management services to preserve the value of the property, ensure sustainability and generate revenue.• Seamless integration of all relevant stakeholders for optimal operations |
6 | Commercialization of the Warri Ramp.Tender Number: N20-S000139Product Code Number: 3.18.14NipeX Shopping Cart Number: 1000004973 | The Warri Ramp is a well-landscaped Ultra-Modern Club/Recreational Event Facility with a notable Olympic-Sized Swimming Pool, Main Club House/Event Hall, and existing ancillary facilities amidst luxurious garden and occupying approximately 26,863.2 square meters (2.6863 hectares) of land area.The scope is to collaborate for an optimal operation and maintenance for the utilisation of the facility to generate revenue. This would require a further:• Revamp and Upgrade of existing Event Centre, Restaurant and Outdoor Bush Huts.• Re-modelling and Construction of a proposed Shopping Mall, Sports and Event Arena.• Rehabilitation of Recreational Centres including: Two (2) Standard Lawn Tennis Courts, Olympic Size Swimming Pool (Adult and Children sections) and Children Playground.• Placement of a Facility Maintenance contract to keep the Resort within internationally acceptable standards. |
Site Condition:
Potential bidders are advised to carry out their own comprehensive due diligence and site visit to inspect the facility of interest and its associated Land to understand the nature and present conditions before making their bids. NPDC shall not be liable for any misjudgement or inaccurate estimation of value of the asset.
Contract Strategy:
The strategy is to enter into a Public Private Partnership (PPP) arrangement with the Company/Consortium with the most responsive evaluated Investment proposal. NPDC shall retain the selected Company/Consortium for the partnership throughout the contract duration.
Bidders are invited to bid for a maximum of Two (2) Non-Oil and Gas Assets only. However, only one (1) Asset would be awarded to a successful bidder. You are expected to state the Tender Name and Number being bidded for.
3.0 MANDATORY REQUIREMENTS:
Interested companies or consortia (which may comprise both Original Equipment Manufacturers/suitable Multinationals and Nigerian/indigenous service providers) are required to submit the following documents.
Failure to submit any of the under-listed documents for each member in the case of consortia may result in the disqualification of the individual member and entire consortium.
(1) To be eligible for this tender exercise, interested Companies are required to be pre-qualified in the Product/Services categories (4.05.12 Power Generation and Transmission, 3.15.07, Waste Management Services, 3.18.12 Medical Services, 3.18.14 Recreational Services & 3.18.24 Facilities Management), in NipeX joint Qualification System (NJQS) database.
(2) To determine if you are pre-qualified and view the products/services category you are listed for: Open http://vendors-nipexjqs.com and access NJQS with your log in details. Click on products/services status tab to view your status and product codes.
(3) If you are not listed in a Product/Service category and you are registered with DPR to do business, contact NipeX office at No. 8 Bayo Kuku Road, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update
(4) To initiate the JQS pre-qualification process, access www.nipexng-ng.com click on services tab followed by NJQS.
(5) Certified True Copy of the Certificate of Incorporation obtained from the Corporate Affairs Commission within the last twelve (12) months ending November 2020 and CAC form C02 (statement of share capital and return of allotment) and C07 (particulars of Directors).
(6) Full details of Company profiles, including details of ownership of each alliance member if Contractor is a consortium or alliance.
(7) For a tendering consortium or alliance, evidence of legally binding agreements between members of the consortium (MOU), providing detailed listing of the specific set(s) of services that each member of the consortium will be primarily responsible for or assigned within the overall tender work scope.
(8) Copy of Department of Petroleum Resources (DPR) registration certificate in relevant area.
(9) Certified True Copy by The Federal Inland Revenue Service or Notary Public or Commissioner for Oaths of the Company’s Tax Clearance Certificate for the last three years 2017, 2018 and 2019 (Receipts not acceptable) ending 31st December 2020.
(10) Certificate of Compliance with the provisions of the Pension Reform Act, 2004 issued by the National Pension Commission (PENCOM) expiring not earlier than 31st December 2020.
(11) Employee Compensation Scheme (ECS) Clearance Certificate as evidence of compliance with the provisions of the Employee Compensation Act 2010 issued by Nigerian Social insurance Trust Fund expiring not earlier than 31st December 2020 (Receipts not acceptable).
(12) Evidence of Certificate of compliance with the provisions of Industrial Training Fund (ITF) Act 2011 as issued by the ITF expiring not earlier than 31st December, 2020.
(13) Interim Registration Report (IRR) for Nigerian companies as evidence of registration in the National Data Base of Bureau of Public Procurement (BPP) for Federal Contractors, Consultants and Service Providers (NDCCSPs) expiring 31st December, 2020
(14) Evidence of financial capability: Interested Investors are required to submit bid bonds for the category of interest as follows: Bid bonds will be returned for unsuccessful bidders.
I | CPP | 5 Million US Dollars |
ii | HOSPITAL | 4 Million US Dollars |
iii | CSTP | 3 Million US Dollars |
iv | MOA | 3 Million USD Equivalent |
v | GOLF COURSE AND RESORT | 40 Million Naira |
vi | RAMP | 40 Million Naira |
(15) Company’s financial details and audited accounts over the last three (3) years, 2017 – 2019 (audited accounts report shall be from a registered accounting firm).
(16) Demonstration of minimum annual turnover of USD2 Million and net worth of not less than USD5 Million for 14; i-iv, and a minimum annual turnover of USD1 Million and net worth of not less than USD2.5Million for 14; iv-v, for the Financial Year Ending of 2019.
(17) To provide in detail Company’s Health, Safety, Environment & Security policy and management systems, including evidence of any internationally recognised accreditation (e.g. ISO certification).
(18) Provide Security and Community relations’ management proposal, giving in detail how your Company has successfully handled security and community related issues in the past and propose to do so for the said project.
(19) Details of company QA/QC programme, including evidence of any internationally recognised accreditation (e.g. ISO 9000).
(20) To provide documented evidence of past relevant experience and successful performance of three (3) similar works carried out in the past five (5) years.
(21) A prospective bidder shall provide a sworn affidavit to support action as follows:
(a) To allow NNPC verify all claims made in your submission
(b) To allow NNPC verify that your organization is not in receivership, nor the subject of any form of insolvency of bankruptcy proceedings or the subject of any form of winding up petition or proceedings.
(c) To confirm that the company is not a replacement for a hitherto tax defaulting company.
(d) Disclosing whether or not any officer of the relevant committees of the Nigerian National Petroleum Corporation or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder
(e) To confirm that all information presented in its bid are true and correct in all particulars.
(f) To confirm that your company does not have any Director who has been convicted in any country for a criminal offence relating to fraud or any financial impropriety or criminal misrepresentation or falsification of facts, relating to any matter.
(22) All documents for submission must be transmitted with a duty signed covering/forwarding letter by the authorized officer of the firm under the Company/Firm’s letter head paper bearing amongst others, the Names and Nationalities of the Directors of the Company, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.) and Email Address
(23) Any additional information that may enhance the potential of the company.
No Comments