TENDERS & JOBS

Expression of Interest for the Provision of Health, Safety and Environment Management system Audit Services for TotalEnergies EP Uganda

SINOPEC KINGFISHER PROJECT JOBS UGANDA
1
Planning & Control Manager
2
In-country Logistics Assistant
3
Planning Manager
4
Construction Manager
5
Construction Deputy Manager (Well Pads)
6
Contract Engineer
7
Electrical Supervisor
8
Equipment Management Manager
9
Logistics Manager
10
Equipment Management Supervisor
11
QA Supervisor
12
QA/QC Manager
13
LWA Manager
14
Telecommunications Supervisor
15
Welding Supervisor
16
Purchasing Manager
17
Welding Inspector
18
NDE Coordinator
19
Civil/structure Inspector
20
Crane Operator
21
Grader Operator
22
Bulldozer Operator
23
Excavator Operator
24
Loader Operator
25
Forklift Operator
26
Roller Operator
27
Truck Driver
28
Bus Driver
29
Pickup Driver
30
Steel Fixer
31
Carpenter
32
Mason
33
Garage Man
34
Laborer
35
Welding Inspector
36
Mechanical/piping Inspector
37
E/I/T Inspector
38
Coating Inspector
39
Planning Engineer
40
Quantity Surveyor
41
Cost Controller
42
Document Controller
43
Pipeline Engineer
44
Geotechnical Investigation Engineer
45
Custom Clearance Assistant
46
In-country Logistics AssistantLand surveyor
47
Land surveyor
48
Civil Supervisor
49
E&I&T Supervisor
50
Coating Supervisor
51
Lifting Expert
52
Lifting Specialist
All applications to be sent to hrsinopec.ug@outlook.com with file name format as “position+major+name”, all documents merged as one single PDF.

Training & Development Coordinator – Req: 49449BR

Main Duties and Responsibilities
• Responsible for the coordination of all Training & Development activities of national staff in the affiliate including Recruitment, Training, and career development.
• Coordinate the annual appraisal process and prepare related reports.
• Prepare training needs assessment in liaison with line managers for approval by management.
• Actively participate in the development of the training budget and monitor expenditure.
• Responsible for ensuring the efficient implementation of all approved training programs.
• Coordinate the career management process at both local and group level for national staff including follow up on both internal and international movements.
• Carry out career meetings with staff.
• Participate in the development and implementation of Personal development plans for key positions
• Evaluate the training and development program for the affiliate.
• Manage training and suppliers; and ensure they deliver a consistent quality & cost-efficient service to the business.
• Administer the Total Learning System by following up on the use of e-learning resources within the affiliate.
• Liaise between the Company, other affiliates and HQ on administrative matters for staff on assignment.
• Manage training and career records and prepare reports as required within the affiliate, by HQ and by the Government.
• Participate in preparation of the manpower planning & accordingly prepare monitor and control an efficient recruitment plan.
• Proactively plan and coordinate recruitment for all positions within the relevant departments, launching the recruitment process, organizing attraction campaigns and candidate sourcing, short listing candidates, skills & personality testing, behavioral interview assessment with line manager.
• Follow-up on the induction, job integration process and related contractual obligations.
• Generate employment offers and contracts for successful candidates.
• Work closely with the administration section to ensure salary coherence as well as the transfer of the employee following the probation period.

Qualifications & Experience
• Bachelor’s degree in Human Resource Management or equivalent
• Experience in training, recruitment, and career development.
• Excellent interpersonal, communication and organization skills

Drilling Engineer – Req: 49248BR

Main Duties and Responsibilities
• The Drilling Engineer participates in detailed engineering studies of extremely challenging extended reach wells in very unconsolidated formations targeting shallow reservoirs with a capacity to do so having critical impact on wells delivery (and associated first oil and production delivery).
• Prepare wells trajectories (420+ wells planned over 31 well pads) taking into account GSR requirements and downhole difficulties (wells anti-collision, gas cap and major faults crossing and avoidance, completion design constraints.
• Prepare wells drilling programs and provides support to sites during their execution.
• Adopt and demonstrate an exemplary behavior about HSE rules with associated implementation and control within area of responsibility.
• Prepare and Q AQC wells AFE (CAPEX).
• Perform drilling engineering studies and drilling software simulations to ensure wells construction and wells integrity, taking into account complex anti-collision requirements and follow up.
• Assist the Head of drilling engineering for the preparation of the General Drilling
Program.
• Participate in the preparation of well’s SOR in collaboration with Completion
engineering team and GSR team, with special focus on well technical feasibility.
• Perform collaborative work with GSR team to minimize well trajectories complexity while maximizing reservoir requirements ensuring wells productivity.
• Assist in preparation of detailed well drilling programs and issue reports and studies on specific well issues (anti-collision simulations, casing running, torque and drag simulations, wells hydraulics, etc).
• Investigate new drilling techniques and equipment.
• Participate in daily drilling operations (day to day with operational people) and identify improvements.
• Prepare End of Well Reports.
• Participate to the Drilling Improvement Process system.
• Participate in HSE audits, Incident investigations, SQMs.
• Assist in preparation of pre-spud meetings and participate in same.
• Assist in preparation of derogation dossiers.

Main Duties and Responsibilities
• Management of drill bit and downhole tools contract
• Perform detailed engineering of extremely challenging extended reach wells in very unconsolidated formations targeting shallow reservoir with capacity to do so having critical impact on wells delivery (and associated first oil and production delivery).
• Consolidate all 430 wells trajectories on 31 drilling locations taking into account GSR requirements and downhole difficulties (wells anti-collision, gas cap and major faults crossing and avoidance, completion design constraints).
• Deliver engineering studies, wells trajectories and wells architectures allowing delivering wells in time, in budget with expected productivity.
• Improve drilling performances and wells cost through close follow up of operations and integration of operational feedback.
• Adopt and demonstrate an exemplary behavior with regard to HSE rules with associated implementation and control within his area of responsibility.
• Participate in HSE audits, Incident investigations, SQMs.
Ensure operations’ programs compliance with industry standards, local regulations and internal company rules. Instruct derogations dossier as required.
• Control and validate well construction engineering/design performed at pre-project stage.
• Perform drilling engineering studies and drilling software simulations to ensure wells construction and wells integrity, taking into account complex anti-collision requirements and follow up.
• Assist the Head of drilling engineering for the preparation
of the General Drilling Program.
• Participate in the preparation of well’s SOR in collaboration with Completion engineering team and GSR team, with special focus on well technical feasibility.
• Perform collaborative work with GSR team to minimize well trajectories complexity while maximizing reservoir requirements ensuring wells productivity.
• Prepare detailed well drilling programs and issue reports and studies on specific well issues (anticollision simulations, casing running, torque and drag simulations, wells hydraulics, etc).
• Promote new drilling techniques and equipment.
• Involved in drilling operations (day to day with
operational people) and propose improvements.
• Prepare technical input to interactions with authorities and partners.
• Conduct end of activity debriefings and prepare End Of
Well Report.

Qualifications & Experience
• MSc (or equivalent professional experience) and academic training in drilling & wells.
• Minimum of 6 years of experience with previous experience in an operational position and or engineering.
• Good knowledge of TotalEnergies Company policy and procedures (drilling, testing, safety/environment).
• Use of drilling design software (trajectory, hydraulics…)
• Driven, good team spirit and communication skills
(written and verbal).

Senior Drilling Engineer Rig 2 – Req: 49250BR

Main Duties and Responsibilities
• Management of drill bit and downhole tools contract
• Perform detailed engineering of extremely challenging extended reach wells in very unconsolidated formations argeting shallow reservoir with capacity to do so having critical impact on wells delivery (and associated first oil and production delivery).
• Consolidate all 430 wells trajectories on 31 drilling locations taking into account GSR requirements and downhole difficulties (wells anti-collision, gas cap and major faults crossing and avoidance, completion design constraints).
• Deliver engineering studies, wells trajectories and wells architectures allowing delivering wells in time, in budget with expected productivity.
• Improve drilling performances and wells cost through close follow up of operations and integration of operational feedback.
• Adopt and demonstrate an exemplary behavior with regard to HSE rules with associated implementation and control within his area of responsibility.
• Participate in HSE audits, Incident investigations, SQMs. Ensure operations’ programs compliance with industry  standards, local regulations and internal company rules. Instruct derogations dossier as required.
• Control and validate well construction engineering/design performed at pre-project stage.
• Perform drilling engineering studies and drilling software simulations to ensure wells construction and wells integrity, taking into account complex anti-collision requirements and follow up

• Assist the Head of drilling engineering for the preparation of the General Drilling Program.
• Participate in the preparation of well’s SOR in collaboration with Completion engineering team and GSR team, with special focus on well technical feasibility.
• Perform collaborative work with GSR team to minimize well trajectories complexity while maximizing reservoir requirements ensuring wells productivity.
• Prepare detailed well drilling programs and issue reports and studies on specific well issues (anticollision simulations, casing running, torque and drag simulations, wells hydraulics, etc).
• Promote new drilling techniques and equipment.
• Involved in drilling operations (day to day with operational people) and propose improvements.
• Prepare technical input to interactions with authorities and partners.
• Conduct end

Qualifications & Experience
• Msc (or equivalent professional experience) and academic training in drilling and wells
• A minimum 3 years of experience in drilling operations and / or engineering.
• Good knowledge of TotalEnergies Company policy and procedures (drilling, testing, safety/environment).
• Use of drilling design software (trajectory, hydraulics…)

DW OSL – Req: 49254BR

Main Duties and Responsibilities
• Ensure all HSE Objectives & annual planning in term of Site Committees and Company HSE Audits & Inspections are achieved.
• Dispatching of HSE information in timely manner within TotalEnergies & Realization of Cause Tree Analysis in due time.
• Assist and develop the RSES/SUPT or OSE Coach in application of the HSE policy.
• Actively participate in the process improvement methodology via frequents rig visits, audits, and inspections to ensure Anomaly reporting & hazard awareness are being maintained at a high level.
• Assist RSES to Lead Investigation of HIPO Events and deduce root cause analysis; Respect of TotalEnergies technical & HSE procedures and policies.
• Promote the full application of D&W safety plan for Tilenga Considering TotalEnergies HSEQ ONE MAESTRO, 12 golden rules, Company rules (CRs), policies & procedures.
• Ensure coordination with OSE Coach for application & diffusion of HSE policy, CRs, procedures, initiatives & programs.
• Manage the diffusion, implementation, and update of Blow out Contingency plan and Bridging Documents on the rig sites.
• Maintain daily contact with OSE Coach to provide support, guidance and mentoring on the HSE subjects.
• Prepare and keep up to date the Bridging & SIMOPS Documents.
• Participate actively to HSE audits of all Contractors. Uganda is a country relatively new to the Oil and Gas industry where mentoring and companion of service contractors will be required.
• Lead the HSE Committees on rig sites & control the quality of the Rig site induction.
• Implement, in partnership with Drilling Contractors, TotalEnergies E&P Safety Initiatives on the rig sites.
• Ensure assistance to OSE Coach for Incident or Accident Cause Tree Analysis and High Potential events investigation.
• Participate to the HSE performances evaluation of Rig & services providers during SQM & CF T process.
• Audit rigs & all 3rd party contractors working for Tilenga.
Ensuring implementation of contractor safety management systems, compliance with TotalEnergies company rules, international best practices / standards, and compliance with ISO 14001.
• Control the HSE performance and the related KPI Objectives benchmarking; Control the veracity & reliability of HSE Report.
• Ensure supervision in timely reporting of Events into the
SYNERGI data base.
• Preparation & participation to partners, contractors, and local authorities HSE forums.

Qualifications & Experience
• University Degree
• Minimum of 8 – 10 years’ experience in O&G operations.
• Minimum 3 years experiences in Drilling and Wells operations with significant experience in a HSE supervisory level, and previous experience in a similar position.
• HSE Background preferred, but candidates with proven track record on Drilling and wells operations will be considered.
• Certification preferred: Risks & Human factor; Cause tree analysis, Respect of environment in operations, Oil Spill Clearance.
• Good interpersonal relationship skills, multi discipline and multi-cultural,
• Flexibility, communication skills, coordination, and leadership ability,
• Organizational abilities and sense of priorities.

All applications should be sent through the TotalEnergies EP careers website at https://careers.totalenergies.com.
ONLY APPLICATIONS RECEIVED ON THE STATED WEBSITE WILL BE CONSIDERED. Deadline is Friday 7th January, 2022
Shortlisting begins immediately, and only short-listed candidates will be contacted. “Candidates applying for the advertised positions will be selected on merit. Any form of canvassing is strictly prohibited.” To know more about TotalEnergies EP Uganda, please visit our website https://corporate.totalenergies.ug.

EXPRESSION OF INTEREST FOR LAND RIG INSPECTION SERVICES (TILENGA PROJECT) REFERENCE: CTR073592

Total Tilenga Project  jobs advert_august18

Request For EoI Livelihood Restoration Coordination For The Eacop Project In Uganda

REQUEST FOR CONFIRMATION OF INTEREST FOR PROVISION OF CONSULTANCY SERVICES TO PROVIDE AN ANNUAL AUDIT OF THE RESERVES AND RESOURCES FOR TILENGA UPSTREAM DEVELOPMENT PROJECT IN UGANDA (REF: 10006954)

EXPRESSION OF INTEREST FOR THE PROVISION OF GENDER MANAGEMENT SERVICES UNDER TILENGA PROJECT IN UGANDA (REF:10006866)

REQUEST FOR EXPRESSIONS OF INTEREST (EOI) FOR A RE-LICENSING ROUND 3D MULTI-CLIENT SEISMIC DATA ACQUISITION IN THE SHALLOW OFFSHORE AREA OF THE LAMU BASIN

SUPPLY AND INSTALLATION OF COMPUTERIZED MAINTENANCE
MANAGEMENT SYSTEM FOR MADIMBA GAS PROCESSING PLANT,
SONGOSONGO GAS PROCESSING PLANT AND GAS PIPELINE

SUPPLY AND INSTALLATION OF BACKUP SERVER AND INTEGRATION
WITH EXISTING SCADA SYSTEM FOR MADIMBA GPP AND GAS PIPELINE

INVITATION OF BIDS FOR TENDER FOR SUPPLY OF GEOTHERMAL
VALVES AND ACCESSORIES & WELL LOGGING TOOLS FOR
MENENGAI GEOTHERMAL PROJECT

INVITATION OF BIDS FOR TENDER FOR SUPPLY OF WEIGHBRIDGE
& ACCESSORIES FOR MENENGAI GEOTHERMAL PROJECT

INVITATION OF BIDS FOR TENDER FOR SUPPLY OF RIG TOOLS,
SPARES & CONSUMABLES AND BOOSTER COMPRESSOR FOR
MENENGAI GEOTHERMAL PROJECT

INVITATION FOR BIDS FOR TENDER FOR SUPPLY OF LIFTING
TRUCK WITH 15 TON CAPACITY CRANE FOR WELL
MEASUREMENTS & LARGE TRUCK 6X4, FUEL TANKER – 16,000
LITRES FOR MENENGAI GEOTHERMAL PROJECT

INVITATION OF BIDS FOR TENDER FOR SUPPLY OF STORES
CONSTRUCTION MATERIALS, RIG WORKSHOP EQUIPMENT,
WELDING TOOLS AND EQUIPMENT, TOOLS & MATERIALS FOR
CENTRAL WORKSHOP FOR MENENGAI GEOTHERMAL PROJECT

TENDER NO: PA/157/2018-19/C/3

FOR

CONSULTANCY SERVICES FOR CONDUCTING PIPELINE ENVORNMENTAL AUDIT – GAS PIPELINE

Expression of Interest

Date: 6th February, 2019

  1. This invitation for Expression of Interest follows the General Procurement Notice (GPN) which appeared in which appeared in Daily news Issue no. 12,304 dated 12th December, 2018.
  2. The Government of the United Republic of Tanzania has set aside funds for the operation of the Gas Company (Tanzania) Limited (GASCO) during the financial year 2018/19. It is intended that part of the proceeds of the fund will be used to cover eligible payment under the contract for conducting Environmental Audit (EA) for the Gas Pipeline. The EA study will cover Madimba Natural Gas Processing Plant, Songososngo Natural Gas Processing Plant and a total of 545.7 km Natural gas transportation pipeline which includes 487km of 36” onshore pipeline from Mtwara via Somangafungu gas receiving station in Kilwa district to Kinyerezi gas receiving station in Dar es Salaam, 28.7km of 24’’ offshore pipeline from Songosongo Island to Somangafungu gas receiving station and 30Km gas pipeline from Kinyerezi to Tegeta Dar es Salaam. The natural gas transportation pipeline carries natural gas from two gas processing plants namely; Songosongo in Songosongo Island and Madimba in Mtwara.
  3. GASCO now invites eligible consulting firms registered by NEMC as Environmental Impact Assessment Firm to indicate their interest in providing the services which include but not limited to the following tasks:
  4. Facilitation of the registration of the project with NEMC by submitting an application for audit certificate;

2 ii. Determine the scope of the investigation by setting boundaries of the study and identification of potentially significant environmental impacts;

iii. Environmental audit based on the results of the scoping exercise and includes (but not limited to) stakeholder consultation, literature review and field work;

  1. Assess the social impact to present population near Songosongo and Madimba processing plants and the impacts of the project on their way of life;
  2. Assess the social impact to present population along the pipeline routes and the impacts of the project on their way of life;
  3. Asses the right of way and third party risk along the pipeline route;

vii. Review the results by submitting environmental audit report to National Environmental Management Council (NEMC) to be reviewed by a cross – sectoral Technical Advisory Committee (TAC);

viii. Incorporation of the TAC comments by making corrections and improvements of the environmental audit draft report according to the comments and recommendations raised;

  1. Submission and follow up of the final audit report to NEMC for final scrutiny. The time line for this consultancy assignment is nine (9) months.
  2. Interested consulting firms shall provide information indicating that they are qualified to perform the services by submitting:
  3. Consulting firm’s profile;
  4. Consulting firm’s valid registration with relevant bodies such as but not limited to NEMC registration as EA Firm (Not Individual’s expert), BRELA, TRA (TIN and VAT Certificates) and Municipal/City Council;

iii. Description of experience in carrying out similar/linear projects (e.g water distribution and transmission pipelines, roads network, power transmission, oil/gas pipeline assignment as a lead audit firm including Certificate of Audit Service for at least five (5) projects in the past seven (7) years;

  1. Availability of appropriate skills among staff who will have the role of Lead Auditor, Engineer, and Sociologist;
  2. Submission of evidence for payment of current NEMC annual subscription fee (Firm’s EA expert annual fee), Consultants may associate to enhance their qualifications.
  3. A consultant will be selected in accordance with the procedures set out in the Public Procurement Act No. 7 of 2011, Public Procurement Regulations, 2013 – Government Notice No. 446 as amended in 2016.
  4. Selection will be conducted through the Quality and Cost Based Selection procedures specified in the Public Procurement Regulations. 2
  5. This is not a Request for Proposals. After a review of the expression of interest, a shortlist will be prepared, and shortlisted consultants will be invited to submit their proposals through a letter of invitation including specific terms of reference.
  6. Interested eligible consulting firms may obtain further information from the office of the Secretary of Tender Board, Gas Company Tanzania Limited, Kinyerezi Gas Receiving Station, Plot No.1 Block D, Kibaga Street, Dar-esSalaam, Tanzania, Room number 4 on the 1st floor from 0900 and 1500 hours from Monday to Friday inclusive except on Public Holidays.
  7. Expressions of Interest (EoI) must be delivered to the address below in a sealed envelope by hand or courier at or before 11:00 hours on Wednesday, 20th February, 2019. The envelope outer cover shall be clearly marked Tender Number: “PA/157/2018-19/C/3 – CONSULTANCY SERVICES FOR CONDUCTING PIPELINE ENVORNMENTAL AUDIT – GAS PIPELINE’’ Not to be opened before 11:00 hours on Wednesday, 20th February, 2019.

10.Deadline for submission of Expressions of Interest shall be on Wednesday 20th February, 2019 at 11:00 hour’s local time. Received Expression of Interest will be opened promptly thereafter and in the presence of tenderers representatives who choose to attend opening ceremony at Kinyerezi Gas Receiving Station, Plot No.1 Block D, Kibaga Street, Dar-es-Salaam, Tanzania, Room number 04 on the 1st floor.

11.Late Expressions of Interest, Electronic Expressions of Interest, Expressions of Interest not received, Expressions of Interest not opened and not read out in public at the opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

General Manager,

Gas Company (Tanzania) Limited,

P.O. Box 714, Dar-es-Salaam, Tanzania,

Plot No.1 Block D, Kibaga Street,

Kinyerezi Gas Receiving Station,

Room No. 4, 1st floor.

Tel: +255 783 122004/0789 065438

TENDER NO: PA/031/2018-19/N/41

FOR

PROVISION OF GAS PIPELINE INTELIGENCE PIGGING AND PIPELINE INTEGRITY

Invitation for Tenders

Date: 17th August, 2018

  1. This Invitation for Tender follows the General Procurement Notice for this Project which appeared in PPRA Tender Portal and Daily News Issue no. 12206 dated 21st June, 2018.
  2. The Government of Tanzania has set aside funds for the operation of the Tanzania Petroleum Development Corporation during the financial year 2017/18. It is intended that part of the proceeds of the fund will be used to cover eligible payment under the contract for the Provision of Gas Pipeline Intelligence Pigging and Pipeline Integrity.
  3. The Tanzania Petroleum Development Corporation now invites sealed Tenders from eligible International Service Providers for Provision of Gas Pipeline Intelligence Pigging and Pipeline Integrity.
  4. Tendering will be conducted through the International Competitive Bidding procedures specified in the Public Procurement (Regulations, 2013 – Government Notice No. 446 and is open to all Tenderers as defined in the Regulations.
  5. Interested eligible Tenderers may obtain further information and inspect the Tendering Documents at the office of the Secretary of Tender Board, Tanzania Petroleum Development Corporation, Benjamin William Mkapa Pension Towers, Tower ‘A” Jamhuri/Azikiwe Streets, Dar-es-Salaam, Tanzania, Room number 101 on the 10th floor between 0900 and 1500 hours from Monday to Friday inclusive except on Public Holidays.
  6. A complete set of Tendering Document(s) in English Language may be purchased by interested Tenderers upon submission of a written application to The Managing Director, Tanzania Petroleum Development Corporation, and P.O. Box 2774, Dar es Salaam and upon payment of a non-refundable fee of TZS. 100,000 (Tanzanian Shilling One Hundred Thousand Only). Payment must be done through CRDB Bank Account Number 01J1007309500 to The Managing Director, Tanzania Petroleum Development Corporation, P.O. Box 2774, Dar Es Salaam
  7. All Tenders must be accompanied by a Tender Security of 2.5 percent of the contract amount in the format provided in the Tendering Documents.
  8. A sit visit will be on conducted on 3rd August, 2018 from 10:00hrs, bidders are required to assemble themselves at Kinyerezi Gas Receiving Station, Dar Es Salaam.
  9. All Tenders in one original plus two copies, properly filled in, and enclosed in plain envelopes must be delivered to the address Tanzania Petroleum Development Corporation, Benjamin William Mkapa Pension Towers, Tower ‘A”, Jamhuri/Azikiwe Streets, Dar-es-Salaam, Tanzania, Room number 401 on the 4th floor at or before Friday 21st September 2018, 11:00hours. Tenders will be opened promptly thereafter in public and in the presence of Tenderers’ representatives who choose to attend in the opening at the 10th Floor Room No. 106.
  10. Late Tenders, portion of Tenders, electronic Tenders, Tenders not received, and not opened and not read out in public at the Tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Managing Director

Tanzania Petroleum Development Corporation,

BWM Pension Towers Building, Tower “A”

Plot 51/52 Azikiwe/Jamhuri Streets,

P.O. Box 2774,

Telephone: +255 22 2200103/4, 2200112,

Fax: +255-22-2200113.

Dar es Salaam, Tanzania

Email: tpdcmd@tpdc.co.tz

TENDER NO: PA/031/2018-19/G/91

FOR

FRAMEWORK AGREEMENT FOR SUPPLY OF MATERIALS AND SUPPLIES FOR CONSTRUCTION OF NATURAL GAS DISTRIBUTION INFRASTRUCTURES AND CONNECTION OF HOUSEHOLDS AND INDUSTRIAL CUSTOMERS.

INVITATION FOR TENDERS

Date: 9th August, 2018

1.This Invitation for Tenders follows the General Procurement Notice (GPN) for this Project which appeared in Daily newspaper, Issue no. 12,206 dated 21st June, 2018.

  1. The Government of the United Republic of Tanzania has set aside funds for the operation of Tanzania Petroleum Development Corporation (TPDC) during the financial year 2018/19. It is intended that part of the proceeds of the fund will be used to cover eligible payment under the Framework Agreement for Supply of Materials and Supplies for Construction of Natural Gas Distribution Infrastructures and Connection of Households and Industrial Customers.
  2. TPDC now invites sealed tenders from eligible tenderers for Supply of Materials and Supplies for Construction of Natural Gas Distribution Infrastructures and Connection of Households and Industrial Customers.
  3. Tendering will be conducted through the National Competitive Tendering procedures specified in the Public Procurement Regulations, 2013 – Government Notice No. 446 as amended in 2016, and is open to all Tenderers as defined in the Regulations.
  4. Interested eligible tenderers may obtain further information from and inspect the Tendering Document at the office of the Secretary, TPDC Tender Board at Benjamin William Mkapa Pension Towers, Tower “A” Jamhuri/Azikiwe Streets, Dar-es-Salaam, Tanzania, room number 101, 10th floor from 9.00 to 15.00 hours on Monday to Friday inclusive except on public holidays.
  5. A complete set of Tendering Document(s) in English language and additional sets may be purchased by interested tenderers on the submission of a written application to the address given under paragraph 5 above and upon payment of a non-refundable fee of Tshs. 100,000 (Tanzania Shillings One Hundred Thousand Only). Payment should be 2 made through CRDB Bank, Account Name: TPDC Main Account, Account Number: 01J1007309500 payable to Tanzania Petroleum Development Corporation.
  6. All tenders must be accompanied by a Tender Securing Declaration in the format provided in the Tendering Document.
  7. All tenders in one original plus two copies, properly filled and enclosed in sealed envelopes must be delivered to TPDC Head Office, situated at Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, 4th floor, Room number 401 or be sent by registered mail or Courier Services to The Managing Director, TPDC, P.O. Box 2774, Dar es Salaam at or before 11:00 hours on 24th August, 2018.” Tenders will be opened promptly thereafter in public and in the presence of tenderers’ representatives who choose to attend the opening ceremony at TPDC Board room, 10th floor, room number 106 located at TPDC, Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, Dar-es-Salaam. The outer cover shall be clearly marked “TENDER NO: PA/031/2018-19/G/91, FRAMEWORK AGREEMENT FOR SUPPLY OF MATERIALS AND SUPPLIES FOR CONSTRUCTION OF NATURAL GAS DISTRIBUTION INFRASTRUCTURES AND CONNECTION OF HOUSEHOLDS AND INDUSTRIAL CUSTOMERS, NOT TO BE OPENED BEFORE 11:00 HOURS ON 24TH AUGUST, 2018”.
  8. Late Tenders, Portion of Tenders, Electronic Tenders, Tenders not received, Tenders not opened and not read out in public at the tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

P.O. Box 2774, Dar-es-Salaam, Tanzania.

Benjamin William Mkapa Towers, Tower “A”

Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

Tel: +255-22 2200103-4, 2200112

Fax: +255-22-2200113.

TENDER NO: PA/031/2018-19/C/11

FOR

CONSULTANCY SERVICES FOR CARRYING OUT FEASIBILITY STUDY FOR CONSTRUCTION OF NATURAL GAS TRANSMISSION PIPELINE FROM DAR ES SALAAM (TANZANIA) TO UGANDA VIA TANGA, MWANZA AND KAGERA.

Expression of Interest

Date: 30th July, 2018

  1. This invitation for expression of interest follows the General Procurement Notice (GPN) which appeared in the Daily Newspaper, Issue no. 12,206 dated 21st June, 2018.
  2. The Government of the United Republic of Tanzania has set aside funds for the operation of the Tanzania Petroleum Development Corporation (TPDC) during the financial year 2018/19. It is intended that part of the proceeds of the fund will be used to cover eligible payment under the contract for the carrying out feasibility study for construction of Natural Gas Transmission Pipeline from Dar es Salaam (Tanzania) to Uganda via Tanga, Mwanza and Kagera.
  3. TPDC now invites eligible consulting firms to indicate their interest in providing the services which include but not limited to the following tasks:
  4. Undertake market survey along the proposed pipeline route, to establish the current and future natural gas demand by identifying all potential customers covering all natural gas market segments including (power generation and industries);
  5. Propose and recommend the natural gas transmission pipeline route from Dar es salaam to Uganda via Tanga, Mwanza and Kagera which will be economical to adopt with minimal compensation on property, facilities and resettlement;

iii. Propose and recommend optimal route from Dar es salaam to Tanga via Bagamoyo or Chalinze based on potential natural gas demand of the area; 2

  1. Propose and recommend takeoff point(s) from the existing and near future natural gas supply infrastructure from Dar es Salaam to Uganda via Tanga, Mwanza and Kagera;
  2. Determine the optimum transmission pipeline capacity requirement and other design parameters required for the construction of high pressure natural gas transmission pipeline;
  3. Prepare and propose Natural Gas transportation tariff from Dar es salaam to Tanga and Tanga to Uganda;

vii. Prepare project CAPEX and OPEX for construction of natural gas transmission pipeline from Dar-es-salaam to Tanga with Bagamoyo or Chalinze options and from Tanga to Uganda via Mwanza and Kagera;

viii. Conduct project Economic Analysis based on financial indicators and hence determine viability of the project;

  1. Conduct Project Environmental Baseline Study to identify project environmental specific benchmarks and ensure the indicated adverse impacts are avoided or mitigated. The duration for the consultancy assignment is 30 weeks.
  2. Interested firms must provide information indicating that they are qualified to perform the services by submitting Consultant’s Profile, description of experience in performing at least three works of similar nature and magnitude, experience in performing similar task in similar conditions, availability of appropriate skills among staff, the interested firm shall show commitment to the Local Content requirement as per the Energy Policy, 2015 and Petroleum Local Content Regulations, 2017 etc.

Interested firms should submit legal documents including but not limited to Registration certificates, MEMARTS, Business License, VAT Certificate, TIN Certificate, Notarized Power of Attorney, Tax Clearance Certificate, and Company Professional Practicing certificates such as ERB certification and other related registration certificates. The foreign firms may be exempted from local legal registration requirements during tendering process. Consultants may associate to enhance their qualifications. Foreign firms are strongly encouraged to associate with eligible and qualified local firms.

  1. A consultant will be selected in accordance with the procedures set out in the Public Procurement Act No. 7 of 2011 and the Public Procurement Regulations, 2013 – Government Notice No. 446 as amended in 2016. (Hereinafter called Procurement Regulations).
  2. Selection will be conducted through the Quality and Cost based selection procedures specified in the Public Procurement Regulations.
  3. This is not a request for proposals. After a review of the expression of interest, a shortlist will be prepared, and shortlisted consultants will be invited 2 to submit their proposals through a letter of invitation including specific terms of reference.
  4. Interested eligible consultants may obtain further information from the office of the Secretary, TPDC Tender Board, Benjamin William Mkapa Towers, Tower “A”, Azikiwe/Jamhuri Streets, P.O. Box 2774, Dar-es-Salaam, 10th floor, room number 101 from 9:00 and 15:00 hours on Monday to Friday inclusive except on public holidays. 9. Expressions of Interest (EoI) must be delivered to the address below in a sealed envelope by hand or courier on the 4th floor, room number 401 at or before 11:00 hours on 24th August, 2018. The envelope outer cover shall be clearly marked; Tender Number: “PA/031/2018-19/C/11 FOR CONSULTANCY SERVICES FOR CA RRYING OUT FEASIBILITY STUDY FOR CONSTRUCTION OF NATURAL GAS TRANSMISSION PIPELINE FROM DAR ES SALAAM (TANZANIA) TO UGANDA VIA TANGA, MWANZA AND KAGERA. Not to be opened before 11:00 hours on 24th August, 2018’’.

10.Deadline for submission of bids shall be on 24th August, 2018 at 11:00 hour’s local time. Expression of Interest will be opened promptly thereafter and in the presence of tenderers representatives who choose to attend opening ceremony at Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets, TPDC Boardroom, room number 106 on the 10th floor.

11.Late Expressions of Interest shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers,

Tower “A” Azikiwe/Jamhuri Streets, Room No. 401,

4th floor. P.O. Box 2774, Dar-es-Salaam,

Tanzania. Tel: +255-22 2200103-4, 2200112,

Fax: +255-22-2200113.

EOI NO. ISP-DRM-NRG/TZ/AfDB/CS07/QCBS/2018

FOR

CONSULTANCY SERVICE ON PREPARATION OF GAS PRICING MODELS

Expression of Interest

 

Date: 31st July, 2018

  1. The Government of United Republic of Tanzania has received financing from the African Development Bank towards the cost of the Institutional Support Project for Domestic Resource Mobilization and Natural Resource Governance (ISP-DRMNRG), and intends to apply part of the agreed amount for this loan to payments under the contract for Consultancy on Preparation of Gas Pricing Models.
  2. The Tanzania Petroleum Development Corporation (TPDC) as beneficiary now invites eligible

consulting firms to indicate their interest in providing the services which include but not limited to the following tasks:

  1. Study all relevant documents and scrutinize various qualitative and quantitative information related to natural gas pricing in the country. The task will require reviewing natural gas pricing mechanisms from other countries in the east African region, Africa or anywhere in the world which can help to formulate competitive gas prices. The review should among others, cover sector policies, laws and regulations and other literatures about the petroleum industry natural gas pricing.
  2. Develop an integrated pricing model for natural gas customers.
  • Review the Petroleum (Natural Gas Pricing) Regulations 2016; and
  1. Provide Training to TPDC staff and support them in the implementation of the proposed pricing model;
  2. The time line for the consultancy works is 16 weeks.
  3. Interested consulting firms must provide information indicating that they are qualified to perform the services by submitting consultant’s profile, description of at least three similar assignments, experience in similar conditions, availability of appropriate skills among staff, capacity to undertake the assignment etc. Interested firm should be legally registered, for Local Firms should be able to provide TIN, VAT and Business License while for International Foreign Firms should provide Certificate of Incorporation from the country where the firm has been registered as a Business entity or Certificate of Registration.
  4. The Consultant shall be a reputable firm or merger of firms and should demonstrate the necessary expertise in natural gas pricing, legal, technical and commercial fields in relation to petroleum industry. The firm should have practical knowledge and experience in advising issues related to natural gas pricing. The firm should indicate experience of undertaking at least three (3) works of similar nature. The lead Consultant must be a holder of at least Master degree in the field of Economics, Geoscience, Engineering, Petroleum Law, Energy or Finance with at least 10 years working experience in petroleum industry. Furthermore, a team leader should have experience in research and financial modelling and the Technical Team and staff must have the academic qualifications and experience in petroleum industry with the at least a degree in economics, marketing, law, finance, Geoscience and engineering, with a practical work experience of not less than 5 years and should have experience in performing/preparation of contracts in petroleum industry.

Consultants are strongly encouraged to associate to enhance their qualifications.

  1. A consultant will be selected in accordance with the procedures set out in the Public Procurement Act No. 9 of 2011 and the Public Procurement Regulations, 2013 – Government Notice No. 446 and its amendment of 2016.
  2. Selection will be conducted through the Quality and Cost based selection (QCBS) procedures specified in the Public Procurement Regulations.
  3. This is not a request for proposals. After a review of the expression of interest, a shortlist will be prepared, and shortlisted consultants will be invited to submit their proposals through a letter of invitation including specific terms of reference.
  4. Interested eligible consultants may obtain further information from the office of the Secretary TPDC Tender Board, Tanzania Petroleum Development Corporation, Benjamin William Mkapa Towers, Tower “A”, Azikiwe/Jamhuri Streets, P.O. Box 2774, Dar-es-Salaam, Room number 101 on the 10th floor between 9:00 and 15:00 hours from Monday to Friday inclusive except on Public Holidays.
  5. Expressions of Interest (EoI) must be delivered to the address below, in a sealed envelope by hand or courier at room number 401 on the 4th floor at or before 11:00 hours on 14th August, 2018. The outer cover shall be clearly marked; Tender Number “ISP-DRM-NRG/TZ/AfDB/CS07/QCBS/2018 CONSULTANCY SERVICE ON PREPARATION OF GAS PRICING MODELS”. Not to be opened before 11:00 hours on Tuesday 14th August, 2018.
  6. Deadline for submission of bids shall be on Tuesday 14th August, 2018 at 11:00 hour’s local time. Expression of Interest will be opened promptly thereafter and in the presence of Tenderers representatives who choose to attend opening ceremony at Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets at TPDC Board Room number 106 on the 10th floor.
  7. Late Expressions of Interest shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers,

Tower “A” Azikiwe/Jamhuri Streets, Room No. 401, 4th floor.

P.O. Box 2774, Dar-Es-Salaam, Tanzania.

Tel: +255-22 2200103-4, 2200112, Fax: +255-22-2200113

TENDER NO: TZ-TPDC-11306-GO-RFB

FOR

SUPPLY AND INSTALLATION OF SECONDARY STORAGE TO SUPPORT GEOPHYSICAL, GEOLOGICAL, RESERVOIR MODELING AND SIMULATION INFRASTRUCTURE.

Invitation for Tenders

Date: 29th June, 2018

  1. The Tanzania Petroleum Development Corporation (TPDC) has received funds from the World Bank towards the cost of Energy Sector Capacity Building project (ESCBP) and it intends to apply part of the proceeds of this credit to cover eligible payments under the contract for the Supply and Installation of Secondary Storage to Support Geophysical, Geological, Reservoir Modeling and Simulation Infrastructure.
  2. The TPDC now invites sealed tenders from eligible tenderers for Supply and Installation of Secondary Storage to Support Geophysical, Geological, Reservoir Modeling and Simulation Infrastructure.
  3. Tendering will be conducted through the National Competitive Tendering procedures specified in the Public Procurement Regulations, 2013 – Government Notice No. 446 as amended in 2016, and is open to all Tenderers as defined in the Regulations.
  4. Interested eligible Tenders may obtain further information from and inspect the Tendering Documents at the office of the Secretary, TPDC Tender Board at Benjamin William Mkapa Pension Towers, Tower “A” Jamhuri/Azikiwe Streets, Dar-es-Salaam, Tanzania, room number 101, 10th floor from 9.00 to 15.00 hours on Mondays to Wednesdays inclusive except on public holidays.
  5. A complete set of Tendering Document(s) in English language and additional sets may be purchased by interested Tenderers on the submission of a written application to the address given under paragraph 5 above and upon payment of a non-refundable fee of Tshs. 100,000 (Tanzania Shillings One Hundred Thousand Only). Payment should be made through CRDB Bank, Account Name: TPDC Main Account, Account Number: 01J1007309500 payable to Tanzania Petroleum Development Corporation.
  6. All tenders must be accompanied by a Tender Securing Declaration in the format provided in the Tendering Document.
  7. All tenders in one original plus two copies, properly filled in, and enclosed in sealed envelopes must be delivered to TPDC Head Office, situated at Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, 4th floor, Room number 401 or be sent by registered mail or Courier Services to The Managing Director, Tanzania Petroleum Development Corporation, P.O. Box 2774, Dar es Salaam at or before 11:00 hours on 26th July, 2018.
  1. Tenders will be opened promptly thereafter in public and in the presence of Tenderers’ representatives who choose to attend the opening ceremony at TPDC Board room, 10th floor, room number 106 located at TPDC, Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, Dar-es-Salaam. The outer cover shall be clearly marked Tender number: “TZ-TPDC-11306-GORFB FOR SUPPLY AND INSTALLATION OF SUPPLY AND INSTALLATION OF SECONDARY STORAGE TO SUPPORT GEOPHYSICAL, GEOLOGICAL, RESERVOIR MODELING AND SIMULATION INFRASTRUCTURE,”NOT TO BE OPENED BEFORE 11:00 HOURS ON 26TH JULY, 2018.
  2. Late Tenders, Portion of Tenders, Electronic Tenders, Tenders not received, Tenders not opened and not read out in public at the tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

P.O. Box 2774, Dar-es-Salaam, Tanzania.

Benjamin William Mkapa Towers,

Tower “A” Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

Tel: +255-22 2200103-4, 2200112

Fax: +255-22-2200113.

Email: secretarytenderboard@tpdc.co.tz

TENDER NO: PA/031/2017-18/N/39 – LOT 1

FOR

INSPECTION OF OFFSHORE GAS PIPELINE FROM SONGOSONGO GAS PROCESSING PLANT TO SOMANGA FUNGU JUNCTION.

INVITATION FOR TENDERS

Date: 30 th April, 2018

  1. This Invitation for Tenders follows the General Procurement Notice for this Project which appeared on the Tanzania Procurement Journal, Issue no. 12,037 dated 19th September, 2017.
  2. The Government of Tanzania has set aside funds for the operation of the Tanzania Petroleum Development Corporation (TPDC) during the financial year 2017/18. It is intended that part of the proceeds of the fund will be used to cover eligible payment under the contract for the Inspection of Offshore Gas Pipeline from Songosongo Gas Processing Plant to Somanga Fungu Junction.
  3. The TPDC now invites sealed Tenders from eligible service providers of Inspection of Offshore Gas Pipeline.
  4. Tendering will be conducted through the National Competitive Tendering procedures specified in the Public Procurement (Regulations, 2013 – Government Notice No. 446 and is open to all Tenderers as defined in the Regulations.
  5. Interested eligible Tenders may obtain further information from and inspect the Tendering Documents at the office of the Secretary, TPDC Tender Board at Benjamin William Mkapa Pension Towers, Tower “A” Jamhuri/Azikiwe Streets, Dar-es-Salaam, Tanzania, room number 101, 10th floor from 9.00 to 15.00 hours on Mondays to Tuesdays inclusive except on public holidays.
  6. A complete set of Tendering Documents in English language and additional sets may be purchased by interested Tenderers on the submission of a written application to the address given under paragraph 5 above and upon payment of a non-refundable fee of Tshs. 100,000 (Tanzania Shillings One Hundred Thousand Only). Payment should be made through CRDB 2 Bank, Account Name: TPDC Main Account, Account Number: 01J1007309500 payable to Tanzania Petroleum Development Corporation.
  7. All Tenders must be accompanied by a Tender Securing Declaration in the format provided in the Tendering Documents.
  8. All Tenders in one original plus two copies, properly filled in, and enclosed in sealed envelopes must be delivered to the address, TPDC Head Office, situated at Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, 4th floor, Room number 401 or be sent by registered mail or Courier Services to The Managing Director, TPDC, P.O. Box 2774, Dar es Salaam at or before 11:00 hours on 18 th May, 2018.
  9. Tenders will be opened promptly thereafter in public and in the presence of Tenderers’ representatives who choose to attend the opening ceremony at TPDC Board room, 10th floor, room number 106 located at TPDC, Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, Dar-es-Salaam. The outer cover shall be clearly marked Tender number “PA/031/2017-18/N/39 – LOT 1, FOR INSPECTION OF OFFSHORE GAS PIPELINE FROM SONGOSONGO GAS PROCESSING PLANT TO SOMANGA FUNGU JUNCTION,” NOT TO BE OPENED BEFORE 11:00 HOURS ON 18 TH MAY, 2018.
  10. Late Tenders, portion of Tenders, electronic Tenders, Tenders not received, and not opened and not read out in public at the Tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

P.O. Box 2774, Dar-es-Salaam, Tanzania.

Benjamin William Mkapa Towers, Tower “A”

Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

Tel: +255-22 2200103-4, 2200112

Fax: +255-22-2200113

EOI NO. ISP-DRM-NRG/TZ/AfDB/CS08/QCBS/2018

FOR

CONSULTANCY SERVICES FOR UNDERTAKING STUDIES ON COMMERCIAL, TECHNICAL AND MARKET ANALYSIS FOR DOMESTIC AND REGIONAL MARKET INCLUDING STRUCTURATION OF MIDSTREAM AND DOWNSTREAM MARKET

Invitation for Expression of Interest Date: 27th April, 2018

  1. This invitation for expression of interest follows the General Procurement Notice (GPN) for this project which was published in the UN Development Business (UNDB online) and the African Development Bank’s Internet Website (www.afdb.org) on 30th November,2017 and on the African Development Bank Group’s Internet Website.
  2. The Government of United Republic of Tanzania has received financing from the African Development Bank towards the cost of the Institutional Support Project for Domestic Resource Mobilization and Natural Resource Governance (ISP-DRMNRG), and intends to apply part of the agreed amount for this loan to payments under the contract forConsultancy Services for Undertaking Studies on Commercial, Technical and Market Analysis for Domestic and Regional Market Including Structuration of midstream and downstream market.
  3. The Tanzania Petroleum Development Corporation (TPDC)as beneficiary now invites eligibleindividual consultant to indicate interest in providing the services which include but not limited to the following tasks:
  4. a) Develop franchise methodology/mechanism which shall form basis bidding rounds for distribution of natural gas to end users in a way that it opens up the market, fosters competition and attract private investment in undertaking natural gas distribution business; 2
  5. b) Carry out a review and update data on economic energy sector (current and future supply and demand) overview at country, regional and international levels. A review should provide key economic indicators using recently available data;
  6. c) Establish current and future natural gas demand to various end users such as power plants, industries, households, vehicles and commercial and non-commercial institutions at country level (local);
  7. d) Review existing legal and regulatory framework affecting the natural gas industry and analyze its impact to natural gas market and propose recommendations if any for improvements. This includes review of natural gas sale and purchase contracts, agreements and all relevant regulatory requirements and policies;
  8. e) Analyze existing natural gas marketing structure by providing SWOT analysis and recommend new market structure;
  9. f) Analyze and establish commercial aspects of potential natural gas markets and identify possible factors that may drive natural gas market locally and across the border; The time line for the consultancy works is 12 weeks.
  10. Interested Individual consultant must provide information indicating that are qualified to perform the services by submitting proposal contain updated detailed CV’s, methodology, work plan. description of at least five (5) studies of similar natureand magnitude during his/her carrier, must indicate experience in at least one similar assignment performed in the similar environmental conditions (SubSaharan Africa),including name and address of the client, description of the assignment undertaken. Interested individual consultant must also submit financial Proposal in writing.
  11. You are requested to submit your written expression of interest, one original detailed Curriculum Vitae (CV) and Financial Proposal plus two copies of detailed Curriculum Vitae (CV) in writing by 18th May, 2018at or before 11:00 hours local time. The Detailed CV and Financial Proposal shall each be enclosed in a separate envelope and marked “Detailed CV” and “Financial Proposal” respectively. The two envelopes shall then be enclosed in a single envelope and marked “ISP-DRMNRG/TZ/AfDB/CS08/QCBS/2018CONSULTANCY SERVICES FOR UNDERTAKE STUDIES ON COMMERCIAL, TECHNICAL AND MARKET ANALYSIS FOR DOMESTIC AND REGIONAL MARKET INCLUDING STRUCTURATION OF MIDSTREAM AND DOWNSTREAM MARKET”]” and submitted to the following address:

The Secretary Tender Board,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers, Tower “A”,

Azikiwe/Jamhuri Streets,

P.O. Box 2774,

Dar-es-Salaam,

Room number 401 on the 4th floor

  1. The opening of CVs shall take place immediately after the deadline for submission, at the Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets at TPDC Board Room number 106 on the 10th floor. Applying individual consultants are invited to attend the opening ceremony.
  2. An individual consultant will be selected in accordance with the procedures set out in the Public Procurement Act No. 7 of 2011 and the Public Procurement Regulations, 2013 – Government Notice No. 446 (hereinafter called Procurement Regulations) as amended.
  3. CV’s shall be evaluated on the basis of the criteria shown in the Terms of Reference. Only individual Consultants scoring above 70% shall be engaged depending on their availability to carry out the assignments.
  4. Prospective Individual Consultants are required to collect the Terms of Reference from the Secretary TPDC Tender Board, Tanzania Petroleum Development Corporation, Benjamin William Mkapa Towers, Tower “A”, Azikiwe/Jamhuri Streets, P.O. Box 2774, Dar-es-Salaam, Room number 101 on the 10th floorduring working days (Monday to Friday) between 9:00 and 16:00 hours.
  5. Any request for clarification with regard to this assignment shall be addressed to the undersigned. The Client shall respond to clarifications received not less than one week before the deadline for submission.
  6. Late Expressions of Interest shall not be accepted for evaluation irrespective of the circumstances

Managing Director,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers,

Tower “A” Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

P.O. Box 2774, Dar-es-Salaam, Tanzania.

Tel: +255-22 2200103-4, 2200112, Fax: +255-22-2200113.

REQUEST FOR EXPRESSION OF INTEREST PROVISION OF LINE CLEARING AND SOIL SAMPLING SERVICES REFERENCE AEU002

Background

Armour Energy (Uganda), an oil and gas exploration company, licensed to undertake exploration activities in the Kanywataba license area in Ntoroko District, in Uganda, invites experienced, reputable and qualified service providers to express interest in the supply of line clearing and soil sampling services.

Armour Energy (Uganda) has an office in Kampala and the exploration tenure on the southern shore of Lake Albert. The Kampala Office is C/O BKA Advocates, Kisozi House – Annex B Building, Kisozi House Close (Off Kyaggwe Road), Nakasero, P.O.Box 27673, Kampala, Uganda

Brief Description of the Scope of the Services

The supply is for the hand clearance of vehicle access along old seismic survey lines, the cutting of new access lines, the surveying of sample collection sites using a hand held GPS, and the collection and handling of samples in the approved manner as set out in the TOR.

Minimum requirements:

  1. Proof of current registration on the Oil & Gas National Supplier Database
  2. Company documents in relation to NSSF registration and clearance, tax clearance, relevant insurance cover for company employees and other relevant documents.
  • Compliance with National Content Regulations and 2016 Upstream Petroleum Regulations and relevant company documents in confirmation of this aspect.
  1. Compliance with all National and International laws and Standards applicable, including HSE requirements and standards
  2. Experience in geological studies and/or geochemical sampling and/or geotechnical investigations
  3. Must have administration and staff based in Uganda to undertake the activities and proof that such staff shall be available for this work
  • Ownership of, or ability to obtain, required equipment and vehicles
  • Must have experience in similar work of not less than 3 years
  1. Proof of similar activities handled in the last 3 years ( at least 3 similar activities) in the extractive industry
  2. At least three reputable references regarding his integrity, diligence and work quality as well as financial ability to accomplish jobs. AEL shall be free to contact such references without requiring any approval from the applicant.

Expression of interest in response to this advert and any relevant supporting documents must be labelled ‘Expression of interest’ with the reference number as indicated above and returned to the Company addressed to: The Contracts and Procurement Department, Armour Energy (Uganda) Ltd, Kampala, Uganda on or before 17h00 on 5th May 2018 or via email to tburinguriza@armourenergy.com.au.

Note: Only prequalified bidders will receive invitations to submit bids in furtherance of the Call for Tender process.

REQUEST FOR EXPRESSION OF INTEREST FOR PROVISION OF ENVIRONMENTAL AND SOCIAL CONSULTANCY SERVICES FOR EXPLORATION ACTIVITIES IN THE KANYWATABA LICENSE AREA FOR 2018. REFERENCE AEU001

Armour Energy Uganda Limited (AEUL) invites experienced, reputable contractors that have demonstrable capacity, technical and financial ability, willingness and availability to provide environmental and social consultancy services for various exploration activities in the Kanywataba License Area in Uganda to respond to this expression of interest. The Kanywataba License Area is located in the Albertine Graben in the district of Ntoroko.

Brief description of the scope of services

The requirements for environmental and social services to support the exploration activities shall include but not be limited to an advanced safety culture and strong environmental awareness in the undertaking of environmental studies including determining project environmental briefs, environmental impact assessments, development of environmental and social management plans, environmental and social audits, stakeholder engagements, information disclosure sessions, grievance recording and submission of permit applications.

Armour Energy (Uganda) has an office in Kampala and the exploration tenure on the southern shore of Lake Albert. The Kampala Office is C/O BKA Advocates, Kisozi House – Annex B Building, Kisozi House Close (Off Kyaggwe Road), Nakasero, P.O.Box 27673, Kampala, Uganda

Minimum requirements

  • All relevant company registration documents and URA current tax clearance
  • Accreditation by NEMA
  • Registration on the National Supplier Database maintained by the Petroleum Authority of Uganda
  • Experience in undertaking ESIA and project briefs especially in the extractives industry of not less than 5 years
  • Experience in undertaking environmental and social audits for large scale projects either for regulatory requirements or for international financing institutions
  • Experience in undertaking stakeholder engagements and information disclosure for large scale projects especially in East Africa extractives activities
  • Suitable resources availability including equipment, systems and qualified personnel
  • Demonstrable financial capacity to undertake the proposed contracts
  • Suitable HSE, social and quality policy
  • Demonstrable National local content commitment
  • Adequate and reputable local and international references

Interested companies that meet the minimum requirements and have the capability to provide the services listed above should submit their Expression of Interest clearly marked ‘Expression of interest’ with the reference number as indicated above and returned to the Company addressed to: The Contracts and Procurement Department, Armour Energy (Uganda) Ltd , Kampala, Uganda on or before 17h00hrs on 28th April 2018;.or via email to: tburinguriza@armourenergy.com.au.

Note: Only qualified bidders will receive invitations to submit bids in furtherance of the Call for Tender process

INSTITUTIONAL SUPPORT PROJECT FOR DOMESTIC RESOURCE MOBILIZATION AND NATURAL RESOURCE GOVERNANCE

(ISP-DRM-NRG)

REQUEST FOR EXPRESSION OF INTEREST (EOI)

EOI NO. ISP-DRM-NRG/TZ/AfDB/CS13/QCBS/2017

CONSULTANCY SERVICE FOR LIQUEFIED NATURAL GAS (LNG) TRANSACTION ADVISOR FOR GOVERNMENT NEGOTIATION TEAM (GNT)

Financing Agreement reference: 2100150037346

Project ID No.: P-TZ-KFO-006                                                                                                       Date: 12th April, 2018

  1. This Request for Expression of Interest follows the General Procurement Notice for this project which was published in the UN Development Business (UNDB online): dated 30th November 2017 and on the African Development Bank Group’s Internet Website;
  2. The Government of United Republic of Tanzania has received financing from the African Development Bank toward the cost of the Institutional Support Project for Domestic Resource Mobilization and Natural Resource Governance (ISP-DRMNRG), and intends to apply part of the agreed amount for this loan to payments under the contract for Consultancy Service for Liquefied Natural Gas (LNG) Transaction Advisor for the Government Negotiation Team (GNT).
  3. The objective of the assignment includes services but not limited to the following; i. To develop a workable commercial, legal and technical framework/terms for the LNG project; ii. To build capacity and facilitate the GNT team, and iii.To device the best approach to undertake negotiations of the Host Government Agreement (HGA). The duration for the implementation of this assignment is two (2) years.
  4. The Tanzania Petroleum Development Corporation now invites eligible consultants to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may constitute jointventures to enhance their chances of qualification.
  5. Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s Procurement Policy for Bank Group Funded Operations, October 2015, which is available on the Bank’s website at http://www.afdb.org.
  6. Interested consultants may obtain further information at the address below during office hours between 9:00 and 15:00 hours from Monday to Friday inclusive except on Public Holidays.
  7. Expressions of interest must be delivered to the address below by hand or courier by 04th May, 2018 at 11:00 hours and mentioned on the envelope “EOI NO. ISP-DRMNRG/TZ/AfDB/CS13/QCBS/2017 Expression of Interest for Consultancy Service for Liquefied Natural Gas (LNG) Transaction Advisor for the Government Negotiation Team (GNT)”.

Attn: Managing Director,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers, Tower “A”,

Azikiwe/Jamhuri Streets,

Room No. 401, 4th Floor,

P.O. Box 2774, Dar-es-Salaam, Tanzania.

Tel: +255-22 2200103-4, 2200112,

Fax: +255-22-2200113.

E-mail: tpdcmd@tpdc.co.tz

EOI NO. ISP-DRM-NRG/TZ/AfDB/CS03/QCBS/2018

FOR

CONSULTANCY SERVICES TO DEVELOP THE LOCAL CONTENT IMPLEMENTATION STRATEGY

Expression of Interest

Date: 6 th April, 2018 1. This invitation for expression of interest follows the General Procurement Notice (GPN) for this project which was published in the UN Development Business (UNDB online) and the African Development Bank’s Group’s Internet Website.

  1. The Government of United Republic of Tanzania has received financing from the African Development Bank towards the cost of the Institutional Support Project for Domestic Resource Mobilization and Natural Resource Governance (ISP-DRMNRG), and intends to apply part of the agreed amount for this loan to payments under the contract for Consultancy Services to Develop the Local Content Implementation Strategy.
  2. The Tanzania Petroleum Development Corporation (TPDC) on behalf of the National Economic Empowerment Council (NEEC) now invites eligible consulting firms to indicate their interest in providing the services which include but not limited to the following tasks: i. Situation analysis of the priority sectors which shall cover the legal and regulatory framework, employment, technology transfer and procurement; ii. Develop Strategic objectives that will increase the capacity of Tanzanians to participate in investments; iii. Develop Vision and Mission statements for the Strategy; iv. Establish indicators, baseline data and targets 2
  3. Interested consulting firms must provide information indicating that they are qualified to perform the services by submitting consultant’s profile, description of at least three similar assignments, experience in similar conditions, availability of appropriate skills among staff, capacity to undertake the assignment etc. The Consultant shall be a reputable firm which should demonstrate the necessary expertise in developing strategies, and have adequate knowledge in legal, economics and commercial sectors. The lead Consultant must be a holder of at least Master’s degree in the field of Law, Economics, Planning or Finance with at least 10 years working experience which should include developing strategies and the technical team should have the following specific academic qualification and qualities; must possess at least degree in economics, law, finance and planning with working experience of not less than five (5) years. Added advantage will be given to a firm with knowledge in local content issues. Interested firms should be registered with relevant bodies such as but not limited to BRELA, ERB, TRA and CRB. Consultants are strongly encouraged to associate to enhance their qualifications.
  4. A consultant will be selected in accordance with the procedures set out in the Public Procurement Act No. 7 of 2011 and the Public Procurement Regulations, 2013 – Government Notice No. 446 and its amendment of 2016.
  5. Selection will be conducted through the Quality and Cost based selection (QCBS) procedures specified in the Public Procurement Regulations.
  6. This is not a request for proposals. After a review of the expression of interest, a shortlist will be prepared, and shortlisted consultants will be invited to submit their proposals through a letter of invitation including specific terms of reference.
  7. Interested eligible consultants may obtain further information from the office of the Secretary TPDC Tender Board, Tanzania Petroleum Development Corporation, Benjamin William Mkapa Towers, Tower “A”, Azikiwe/Jamhuri Streets, P.O. Box 2774, Dar-es-Salaam, Room number 101 on the 10th floor between 9:00 and 15:00 hours from Monday to Friday inclusive except on Public Holidays.
  8. Expressions of Interest (EoI) must be delivered to the address below, in a sealed envelope by hand or courier at room number 401 on the 4th floor at or before 11:00 hours on Thursday 19 th April, 2018. The outer cover shall be clearly marked; Tender Number “ISP-DRMNRG/TZ/AfDB/CS03/QCBS/2018 CONSULTANCY SERVICES TO DEVELOP THE LOCAL CONTENT IMPLEMENTATION STRATEGY”. Not to be opened before 11:00 hours on Thursday, 19 th April, 2018.
  9. Deadline for submission of bids shall be on Thursday, 19 th April, 2018 at 11:00 hour’s local time. Expression of Interest will be opened promptly thereafter and in the presence of Tenderers representatives who choose to attend opening ceremony at Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets at TPDC Board Room number 106 on the 10th floor. 3
  10. Late and electronically submission Expressions of Interest shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers, Tower “A”

Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

P.O. Box 2774, Dar-es-Salaam, Tanzania.

Tel: +255-22 2200103-4, 2200112,

Fax: +255-22-2200113.

TENDER NO: PA/031/2017-18/W/13

FOR

ACQUISITION AND PROCESSING OF 3D SEISMIC DATA IN BLOCK 4/1B.

Invitation for Tender

Date: 6th April, 2018 1. This Invitation for Tender follows the General Procurement Notice (GPN) for this Project which appeared in Tanzania Procurement Journal Issue no. 12,037 dated 19th September, 2017.

  1. The Government of the United Republic of Tanzania has set aside funds for the operation of the Tanzania Petroleum Development Corporation (TPDC) during the financial year 2017/18. It is intended that part of the proceeds of the fund will be used to cover eligible payment under the contract for the Acquisition and Processing of 3D Seismic Data in Block 4/1B.
  2. TPDC now invites sealed tenders from eligible contractors registered for carrying out the Acquisition and Processing of 3D Seismic Data in Block 4/1B.
  3. Tendering will be conducted through the International Competitive Tendering method specified in the Public Procurement Regulations, Government Notice No.446 of 2013 as amended in 2016 and is open to all Tenderers as defined in the Regulations.
  4. Interested eligible Tenderers may obtain further information from and inspect the Tendering Document at the office of the TPDC Tender Board Secretary located at TPDC head office, Benjamin William Mkapa Pension Towers, Tower “A” Jamhuri/Azikiwe Streets, Dar-es-Salaam, Tanzania, room number 101, 10th floor from 9.00 to 15.00 hours on Mondays to Fridays inclusive except on public holidays.
  5. A complete set of Tendering Document(s) in English language and additional sets may be purchased by interested Tenderers on the submission of a written application and upon payment of a non-refundable fee of Tshs. 100,000 (Tanzania Shillings One Hundred Thousand Only). Payment should be made through CRDB Bank, Account Name: TPDC Main Account, Account Number: 01J1007309500 payable to Tanzania Petroleum Development Corporation.
  6. All tenders must be accompanied by a Tender Securing Declaration in the format provided in the Tendering Document.
  7. All tenders in one original plus two copies, properly filled in, and enclosed in sealed envelopes must be delivered to the address TPDC Head Office, situated at Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, 4th floor, Room number 401 or be sent by registered mail or Courier Services to The Managing Director, Tanzania Petroleum Development Corporation, P.O. Box 2774, Dar es Salaam at or before 11:00 hours on 30th April 2018.
  8. Tenders will be opened promptly thereafter in public and in the presence of Tenderers’ representatives who choose to attend the opening cceremony at TPDC Board room, 10th floor, room number 106 located at TPDC, Benjamin William Mkapa Pension Towers, Tower ‘A’, Azikiwe/Jamhuri Streets, Dar-es-Salaam. The outer cover shall be clearly marked Tender number “PA/031/2017-18/W/13 FOR ACQUISITION AND PROCESSING OF 3D SEISMIC DATA IN BLOCK 4/1B,” NOT TO BE OPENED BEFORE 11:00 HOURS ON 30th APRIL, 2018.

10.Late Tenders, Portion of Tenders, Electronic Tenders, Tenders not received, Tenders not opened and not read out in public at the tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

P.O. Box 2774, Dar-es-Salaam, Tanzania.

Benjamin William Mkapa Towers, Tower “A”

Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

Tel: +255-22 2200103-4, 2200112

Fax: +255-22-2200113

TANZANIA PETROLEUM DEVELOPMENT CORPORATION

EOI NO. ISP-DRM-NRG/TZ/AfDB/CS04/QCBS/2018 FOR CONSULTANCY SERVICES TO DEVELOP SUPPLIERS DATABASE AND OPPORTUNITIES IN THE EXTRACTIVE SECTOR

Expression of Interest

Date: 17th January, 2018

  1. The Government of United Republic of Tanzania has received financing from the African Development Bank towards the cost of the Institutional Support Project for Domestic Resource Mobilization and Natural Resource Governance (ISP-DRMNRG), and intends to apply part of the agreed amount for this loan to payments under the contract for Consultancy Services to Develop Suppliers Database and Opportunities in the Extractive Sector.
  2. The Tanzania Petroleum Development Corporation (TPDC) on behalf of the National Economic Empowerment Council (NEEC) now invites eligible consulting firms to indicate their interest in providing the services which include but not limited to the following tasks:
  3. Develop and establish a database within NEEC offices with relevant templates for data input into the system by various suppliers at different levels;
  4. Set information flow mechanisms and charts for efficient data collection, feedback, sharing and utilization;

iii. Develop an efficient data entry system that ensures secure transfer of all input data by various suppliers for approval by NEEC;

  1. Support NEEC staff and relevant stakeholders in utilization and maintenance of the database including database applications, programming, troubleshooting, and setting security controls;
  2. The database must be in the form of a software program able to run on from Windows 7 and other current series;
  3. Prepare future plan(s) for the database;

vii. Rolling out of the data base to stakeholders;

viii. Develop a database user manual and share it with NEEC staff and relevant stakeholders;

  1. Test the developed data base and build the capacity of NEEC staff in data entry and reports production during the database testing phase.
  2. Provide Training to NEEC staff and support them to manage the system year after completion of the installation and launching of the data base.
  3. Develop a system that is accessible by both investors and local suppliers to enable investors to view the local suppliers available in the system;

xii. Develop a system that will analyse the capacities of the local suppliers to assist in developing future capacity building programs.

The time line for the consultancy works is 5 months.

  1. Interested consulting firms must provide information indicating that they are qualified to perform the services by submitting consultant’s profile, description of at least three similar assignments, experience in similar conditions, availability of appropriate skills among staff, capacity to undertake the assignment etc. Interested firm should be registered with relevant bodies such as but not limited to BRELA, TRA, etc. The Consultant shall be a reputable firm which should demonstrate the necessary expertise in database development, and the lead Consultant should have adequate knowledge in any of the following fields; Computer Science, Information Technology and Computer Engineering and any other related fields with at least 10 years working experience which should include Database Development.

Consultants are strongly encouraged to associate to enhance their qualifications.

  1. A consultant will be selected in accordance with the procedures set out in the Public Procurement Act No. 9 of 2011 and the Public Procurement Regulations, 2013 – Government Notice No. 446 and its amendment of 2016.
  2. Selection will be conducted through the Quality and Cost based selection (QCBS) procedures specified in the Public Procurement Regulations.
  3. This is not a request for proposals. After a review of the expression of interest, a shortlist will be prepared, and shortlisted consultants will be invited to submit their proposals through a letter of invitation including specific terms of reference.
  4. Interested eligible consultants may obtain further information from the office of the Secretary TPDC Tender Board, Tanzania Petroleum Development Corporation, Benjamin William Mkapa Towers, Tower “A”, Azikiwe/Jamhuri Streets, P.O. Box 2774, Dar-es-Salaam, Room number 101 on the 10th floor between 9:00 and 15:00 hours from Monday to Friday inclusive except on Public Holidays.
  5. Expressions of Interest (EoI) must be delivered to the address below, in a sealed envelope by hand or courier at room number 401 on the 4th floor at or before 11:00 hours on 29th January, 2018. The outer cover shall be clearly marked; Tender Number “ISP-DRM-NRG/TZ/AfDB/CS04/QCBS/2018 CONSULTANCY SERVICES TO DEVELOP SUPPLIERS DATABASE AND OPPORTUNITIES IN THE EXTRACTIVE SECTOR”. Not to be opened before 11:00 hours on Monday, 29 th January, 2018.
  6. Deadline for submission of bids shall be on Monday, 29th January, 2018 at 11:00 hour’s local time. Expression of Interest will be opened promptly thereafter and in the presence of Tenderers representatives who choose to attend opening ceremony at Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets at TPDC Board Room number 106 on the 10th floor.
  7. Late Expressions of Interest shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers, Tower “A”

Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

P.O. Box 2774,

Dar-es-Salaam, Tanzania.

Tel: +255-22 2200103-4, 2200112,

Fax: +255-22-2200113.

THE REPUBLIC OF UGANDA

MINISTRY OF ENERGY AND MINERAL DEVELOPMENT

Plot 29/33 Kampala Road, Amber House

NOTICE OF REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES TO CONDUCT AN IMPACT ASSESSMENT IN NEW BASINS PROPOSED FOR PETROLEUM ACTIVITIES.

MEMD/CONS/17-18/00147/PEDPD

The Government of the Republic of Uganda through the Ministry of Energy and Mineral Development

(MEMD) is planning to undertake petroleum activities in Lake Kyoga Basin, Hoima Basin and Moroto

Kadam-Basin.

The National Oil and Gas policy of 2008 points out the need to conduct oil and gas activities in a manner

that conserves the environment and biodiversity, while Section 47 (3) of the Petroleum Act 2013

requires that prior to opening up areas that had not been previously licensed, assessment be made of

the impact of the petroleum activities on trade, industry and the environment, and of possible risks of

pollution, as well as the economic and social effects that may result from the petroleum activities in

these areas.

The Ministry of Energy and Mineral Development (MEMD) has allocated funds to procure consultancy

services to conduct an impact assessment in the above New Basins proposed for Petroleum Activities.

  1. The Ministry of Energy and Mineral Development now invites eligible firms to express their interest

to conduct an impact Assessment in new basins of Lake Kyoga, Hoima and Moroto-Kadam proposed for

petroleum activities and possibly future licensing.

  1. Interested consultants should provide information demonstrating that they are eligible and possess the required qualifications to perform the services supported with relevant documentation.
  2. The short listing criteria are as follows:
  3. a) Documents evidencing the general eligibility of the firm which shall include: a copy of the bidder’s valid trading license for 2017 or equivalent, a copy of the bidder’s certificate of registration or equivalent, Bidder’s transaction tax clearance certificate addressed to Ministry of Energy and Mineral Development or equivalent and registered or notarized powers of attorney.
  4. b) The firm should have specific experience of at least three similar assignments.
  5. c) The consultant(s) should be a team of professionals or a registered company or a consortium of companies with multi disciplinary professionals with a wide range of skills and experience in conducting impact assessments.
  6. d) Specifically the team should be composed of professionals, with a minimum experience of 10 years in the oil and gas sector or related field.
  7. e) A minimum average turnover of Ush 500Mn in the last 3 years. Please Provide audited books of accounts.
  8. f) Bank statements for the last 12 months.
  9. g) This Procurement is exclusively reserved for Companies that qualify under the Public Procurement and Disposal of Public Assets (PPDA) Guidelines on reservation scheme to promote local content in public procurement. Therefore the following documents should be provided as evidence of qualification in that regard.
  • Company Form 7
  • Articles and Memorandum of association
  • Return of allotment of shares and
  • Copies of National Identity Cards or Passports of the shareholders
  1. h) Demonstration of capacity for impact assessment projects in terms of human resources;
  • Environmentalist
  • Social Economist
  • Terrestrial Ecologist
  • Aquatic Ecologist
  • Water Resource Specialist/hydrologist
  • Environmental Economist
  1. Consultants may associate with other firms in the form of a joint venture to enhance their qualifications.

The form of association, where applicable, should be indicated in the Expression of Interest.

  1. Interested firms may obtain further information at the address below in 6 during office hours 8:00am – 5:00pm, Monday to Friday.
  2. Sealed expressions of interest in one Original and Five copies must be delivered to the address below

at or before 10:00am of 21st December, 2017.

The Permanent Secretary,

Ministry of Energy and Mineral Development,

Attn: Head Procurement and Disposal Unit,

Rooms C109, 1st Floor, Amber House, Plot 29/33, Kampala Road,

  1. The notice of expression of interest is available at the Entity’s website at www.energyandminerals.go.ug , www.petroleum.go.ug and at www.ppda.go.ug
  2. The Planned Procurement Activity Schedule (subject to changes) is as follows.

Activity Date

  1. Publication of notice of expression of interest 30th November,2017
  2. Closing date for receipt of expression of Interest 21st December,2017
  3. Evaluation of expressions of Interest 22nd Decmber,2017 – 15th January,2018
  4. Display of shortlist 15th January, – 26th January,2018

ACCOUNTING OFFICER

GUIDELINES FOR THE 2018 REGISTRATION ON THE SUPPLY OF GOODS AND SERVICES IN UGANDA’S OIL AND GAS SECTOR

Welcome to the 2018 National Supplier Database for the Oil and Gas Sector in Uganda.

The law requires the Petroleum Authority of Uganda to develop a National Supplier Data base (NSD) of potential suppliers of goods, works and services to the Oil and Gas Sector. The NSD is a register of companies, persons and entities willing to provide goods, works and services to the oil and gas sector, it will evolve into a joint qualification system done with the oil companies and eventually into an e-market. The NSD registration process shall be undertaken on an annual basis in line with the following guidelines

Annual Registration Calendar

The Authority shall publish the list of companies/persons/entities to provide goods, works and services for petroleum activities in the National Supplier Database by 31st December of each year. To achieve this process PAU wishes to establish the following timelines.

  1. There shall be an announcement every year by the 31st December and a possible update as may be determined and announced by the Authority.
  1. Receipt of applications for the 31st December announcement shall start on 1st of September of every year and shall close on the last day of October.
  1. Only companies/entities/persons that have applied at least 2 months prior to the publication date indicated above shall appear on the register for that year once verified and qualified.

Clarification on the Tenure on the NSD.

A company, entity or person shall remain on the NSD for one year after which will be required to reapply. Companies that are already on the 2017 NSD Register will be required to fill Form 2 as a way of updating their records and expressing interest to remain on the 2018 register. This FORM 2 will be made available online subsequently. For the period companies remain on the NSD, they will be free to update their information on the system whenever called upon.

Qualification Criteria.

Qualification on the NSD will be on the following criteria: –

  1. Proof of legal status and legal name: submission of an authentic and valid Certificate of Incorporation and/or registration.
  1. Submission of authentic, valid and up to date shareholding and management of the company or entity.
  1. Good market conduct for example there should be no reported cases of black listing of the company or entity or person applying for registration.
  1. Good liquidity status.
  1. Compliance with tax and social security requirements.
  1. Valid banker’s reference.
  1. Proof of nationality, tax registration and expertise for individual consultants.

Verification.

Verification will take not less than two months from the day of submission of an application and it involves verification of the information submitted with other government agencies including URSB, URA and NSSF for Ugandan companies and consultation with foreign missions in the country for foreign companies.

Application Procedure.

The PAU will ONLY consider online applications submitted through our website. Interested persons and entities are invited to visit the PAU website:www.pau.go.ugand follow the link under NATIONAL SUPPLIER DATABASE to register.

APPLICATION DEADLINE

All Applications should reach the PAU’s website:www.pau.go.ug by Tuesday 31st October 2017 at 11:59pm EAT.

INSTRUCTIONS

Read carefully and follow all instructions. Please answer each question clearly and completely IN THE ENGLISH LANGUAGE.

  1. This form must be completed by all applicants seeking business opportunities in the oil and gas industry in Uganda.
  2. This form must be duly completed and submitted by an authorized officer of the applying entity.
  3. Where the information required is not applicable to your entity, clearly insert N/A in the space provided.
  4. Applicants MUST comply with the qualification requirements for the application to be considered complete. Incomplete applications may result in non-qualification.
  5. Refer to the table below for the Entity types and Sub types
Entity Type Entity Sub-type
Company a.       Private Limited Company

b.      Public Limited Company

c.       Foreign Company

In case of a private company

i.            Limited by Shares

ii.            Limited by Guarantee

Partnership d.      General Partnership

e.      Limited Liability Partnership

f.        Joint Venture

Sole Proprietorship
Other Entity g.       NGO

h.      Clubs, Society or Associations

i.         Estate

j.        Trust

  1. The Duly filled application form together with the required attachments as indicated in the form should be uploaded on the registration portal.

Only Applicants who have qualified will be published in the National Suppliers Database. Any inquiries regarding this registration can be sent to;

The Petroleum Authority of Uganda
Plot 34 – 36 Lugard Avenue
P.O.BOX 833
Entebbe, Uganda

Tel: +256 414 320423/4
Fax: +256 414 320459
Email:nsd@pau.go.ug
Website:www.pau.go.ug
Twitter:@PAU_Uganda
Facebook:Petroleum Authority of Uganda

The National Oil Corporation of Kenya (National Oil) invites Expression of Interest from eligible candidates from Kenya and/or International for Geochemical and Petro physical Laboratory collaboration.

Background

National Oil Corporation of Kenya (National Oil is a company wholly owned by the Government of Kenya and is charged with the mandate to participate in all aspects of petroleum business with a view to ensuring the security of supply and stability of pricing of petroleum in the country as well as enhancing value of the national petroleum resource through active exploration and development of Kenya’s sedimentary basins.

The Corporation is a key tool of the Ministry of Energy and Petroleum in the efforts to promote petroleum exploration and development activities through enhancement of the quantity and quality of exploration data, undertaking own oil and gas exploration and as the holder of government equity in commercial discoveries.

National Oil Corporation of Kenya invites Expressions of Interest (EOI) from qualified and experienced companies for Geochemical and Petrophysical laboratory collaboration.

Objective of the Assignment.

The main objective of this assignment is to undertake an aggressive routine and detailed analysis program that will be utilized to generate specific Data Packages. These packages that will consist of studies such as Petrophysical, basin modeling, etc. are very valuable to the overall story of Kenya’s potential as an oil & gas producer. In addition these packages can provide a direct revenue generation stream for all parties (i.e. sold to potential investors) and/or provided for free by National Oil or The Ministry of Energy and Petroleum to encourage more interest in the exploration potential of the country.

By generating as much data as possible the risk for any exploration activities is reduced.The importance of these analysis cannot be emphasized enough; as this is the first step in generating any meaningful Data Packages. It is therefore imperative for National Oil to start generating and making available data from routine analysis of all rock samples within its possession – this is an essential starting point that can be undertaken by National Oil, in Partnership with an established geochemical lab for a specified time period. It is proposed that most of this work would be handled by National Oil with time.

The detailed analysis to follow would initially be undertaken by the Partner lab due to the specialized equipment and expertise required.

It is expected that National Oil lab could take on some of this work as expertise within the team grows. It is also important to note that, at the routine analysis stage, the large data stream could require more equipment than what National Oil will be initially requesting and would have in their set up.

The Partner laboratory would not only handle the excess at this stage but would ensure that any data output for any routine and detailed analysis is in line with international practices and procedures, thus ensuring National Oil Laboratory with the necessary credentials required from international oil companies and investors. It is also the Partner lab’s mandate to ensure that any agreement provides and clearly shows knowledge transfer throughout the period of the agreement (e.g. training).

The Partner laboratory would be able to assist in the presentations of the Data Packages to investors,as well as make available summary data that can be accessed via the internet to entice potentialinvestors. Another area would be presenting papers at specific symposium.

Laboratories will provide specifications and quotation for various forms of geochemical and Petrophysical instrumentation, software, methodologies, installation, support, and training for the analysis of source and reservoir rocks, as well as associated oils and gases.

Scope of the services:

  1. Joint geochemical and Petrophysical studies involving the analyses of existing data samples from wells drilled.
  2. Revenue generation by providing geochemical analytical services to companies operating in the Kenya and the wider East African region.
  3. Achieving global Certification/accreditation for the laboratory

Requirements.

  1. Provide details, including equipment required for Geochemical Approach: Oil and Gas Characterization, and Source Rock Evaluation.
  2. Ability to handle detailed analysis, including specialized equipment and expertise required
  3. Multi-client geochemical and geological Surveys both onshore and offshore.
  4. Installation and equipping of a modern, fully functional geochemical and petro- physical laboratory.
  5. Capacity building by providing training and apprenticeships.
  6. Supporting case studies of geochemical and geological research work. Demonstrate exceptional experience in handling and successful completion of at least 3 similar assignments in the last 10 years
  7. Analytical, Interpretation, dissemination, brokering, marketing and licensing of geochemical, data through seminars, workshops, training, conferences and publications.
  8. Provide details of the key staff (four 4) earmarked for this assignment who must be qualified and experienced professionals in technical geochemical laboratory management.

Other Requirements

  1. Bidder to add any equipment that may be missing
  2. The bidders shall be required to provide the quote in Kenya Shilling and/or USD
  3. Bidder need to show how their capability will assist National Oil This request for expression of interest seeks to identify and shortlist companies who will be invited to submit detailed bids through request for proposal to perform the above tasks

Evaluation Criteria.

To be eligible the companies must meet the following criteria.

  • Provide elaborate background and structure of the companies including relevant statutory incorporation/registration documents, physical address and correspondence details.
  • Audited financial statements and annual report for the last four (4) years

The evaluation criteria below will be used to ascertain the responsiveness of the candidates to the EOI:

This request for Expression of Interest seeks to identify and shortlist companies who will be invited to submit detailed bids through request for proposal to perform the above tasks.

Submission of the EOI

Expression of Interest should be submitted as one (1) original hard copy and one digital (electronic pdf format in a CD/USB copy).

Expressions of Interest (EOI) in plain sealed envelopes clearly marked “Expression of Interest for GEOCHEMICAL AND PETROPHYSICAL LABORATORY COLLABORATION Ref. No. NOCK/PRC/03(1234)2017-2018” with the instructions “Do not open before 7 th September 2017 at 1000hrs (East Africa Time)”, should be addressed to:

The Chief Executive Officer

National Oil Corporation of Kenya

Kawi House, South C, Red Cross Road,

Off Popo Road (Behind the Boma Hotel)

P.O. Box 58567 – 00200, Nairobi

and deposited in the Tender Box located at the reception area 1st Floor Kawi House, South C, Red Cross Road, Off Popo Road (Behind the Boma Hotel), during normal working hours on Monday to Friday (0800hrs and 1700hrs East Africa Time), on or before 7 th September 2017 at 1000hrs East Africa Time.

Expressions of Interest will be opened soon thereafter at the Meeting Room at National Oil offices-Kawi House, South C, Red Cross Road (Behind the Boma Hotel), Nairobi, in the presence of tenderers and/or their representatives who may wish to attend.

CHIEF EXECUTIVE OFFICER.

Job Opportunities at Petroleum Authority of Uganda (PAU)

The Petroleum Authority of Uganda (PAU) is a statutory body established under Section 9 of the Petroleum (Exploration, Development and Production) Act 2013, and in line with the National Oil and Gas Policy for Uganda which was approved in 2008. The PAU’s mandate is to monitor and regulate the exploration, development and production, together with the refining, gas conversion, transportation and storage of petroleum in Uganda. This includes ensuring that petroleum operations in Uganda are carried out in accordance with the relevant laws, regulations, guidelines, statutes and in line with international best practice for the petroleum industry.

The Petroleum Authority of Uganda now invites applications from qualified Ugandans who fully meet the required job specifications and with the right personal attributes to occupy the following positions in the Authority’s established structure.

 Position

1 Director Environment and Data Management

2 Manager Information and Communication Technology (ICT)

3 Manager Data Management

4 Manager Environment

5 Manager Internal Audit

6 Manager Monitoring and Evaluation

7 Manager Technical Evaluation

8 Manager Subsurface

9 Manager Operations and Surface Facilities

10 Manager Refinery, Gas Processing and Utilisation

11 Manager Pipelines and Storage

12 Manager Cost Monitoring

13 Manager Policy and Board Affairs

14 Manager Corporate Affairs & Public Relations

15 Manager Finance

16 Head Procurement and Disposal Unit

17 Senior Geologist (Technical Evaluation)

18 Senior Geochemist

19 Senior Subsurface Geoscientist

20 Senior Operations Engineer

21 Senior National Content Officer: Contracts

22 Senior Corporate Affairs Officer

23 Senior Legal Officer (Contracts, HSE)

24 Senior Databases Administrator

25 Geologist (Operations and Compliance)

26 Geophysicist (Operations and Compliance)

27 Petroleum Officer / Refining Engineer (2 Positions)

28 Petroleum Officer / Pipeline Engineer (2 Positions)

29 Management Accountant

30 Financial Accountant

31 Procurement Officers (2 Positions)

HOW TO APPLY:

PAU will ONLY consider online applications submitted through our website.

Interested persons are invited to visit the PAU website: www.pau.go.ug and follow the link to “OPPORTUNITIES-CAREERS-VACANCIES” to view details and apply for the available opportunities.

APPLICATION DEADLINE:

All applications should reach the PAU’s website www.pau.go.ug by Friday 08th September 2017 at 11:59 pm.

NOTE:

  1. ONLY online applications will be considered.
  2. Applicants are required to scan and attach CERTIFIED copies of the required academic documents only e.g. Degree, Transcript, Diploma, A’level and O’level certificates and PLE Results Slip.
  3. Academic documents for the successful candidates will be vetted and background checks conducted before they are considered for appointment into the Authority.
  4. The list of successful candidates will be published on the PAU website.
  5. Applicants whose names shall not appear on the list of successful candidates should consider themselves unsuccessful.
  6. Only short listed and successful candidates will be contacted.
  7. All appointments shall be subject to a probationary period of not more than six months and subsequent confirmation in service will be based on satisfactory performance of the individual.

“PAU is an equal opportunity employer and does not charge any monies to any applicant during the recruitment process”

EXECUTIVE DIRECTOR

PETROLEUM AUTHORITY OF UGANDA

Terms of Reference (TOR) Consultancy Services for Review and Update of Oil and Gas Standards – Closing Tuesday, 01st August, 10.00 hrs

KENYA PETROLEUM TECHNICAL ASSISTANCE PROJECT
TERMS OF REFERENCE
FOR
CONSULTANCY SERVICES FOR REVIEW AND UPDATE OF OIL AND GAS STANDARDS
COMPONENT C – SUSTAINABLE IMPACT OF OIL AND GAS INDUSTRY – REFORMS AND CAPACITY BUILDING
SUB-COMPONENT C.1.2 – STIMULATE THE DEVELOPMENT OF DOWNSTREAM OIL AND GAS INDUSTRY.

IMPLEMENTING AGENCIES –MINISTRY OF INDUSTRY, TRADE AND COOPERATIVES AND KENYA BUREAU OF STANDARDS


Download Terms of Reference (TOR) Consultancy Services for Review and Update of Oil and Gas Standards in PDF (260KB)


A. Background

Oil exploration in Kenya began in 1954 before Kenya‟s Independence, after which upstream activities continued in varying intensities with a number of dry wells being drilled. In 2012, Tullow Oil announced the discovery of an oil potential of 300 million barrels of oil in Turkana rekindling Kenya‟s prospects of becoming an oil producing nation. So far nine discoveries have been made in South Lokichar Basin and with estimated recoverable resource at over 750 million barrels of oil, with the possibility that it will exceed 2 billion barrels of oil. Gas discoveries have also been reported Offshore Lamu and in the Anza basins. On the economic front, Kenya‟s GDP growth averaged at 5.3% between 2012 and 2015 and is projected to grow at 5.9% in 2016. The long term economic outlook is for annual GDP growth of 6.6%. Economic growth has led to the development of a downstream oil industry that has functioned independently from upstream activities being mainly serviced by imported products. Discovery of significant hydrocarbons that will make Kenya an oil producing nation will require the alignment of an established downstream sector to the new upstream sector. In addition to a fairly established downstream oil sector, growth in the economy has also led to increasing demand for power driven by a growing population, an established and growing manufacturing industry, and increasing urbanization. With prospects for indigenous gas and its potential role in the power sector, major gas finds could steer how the power sector evolves in the medium and long term calling for careful planning of how this is actualized.

One of the major issues of concern for the Government of Kenya is to develop real local content aligned to the separate phases of each Oil and Gas sector development and with the capacity of Kenyan industries to supply to the standard of Oil and Gas requirements.

This assignment is designed to assist Kenya Bureau of Standards (KEBS) to develop standards and support local content development and assure the economic viability of Oil and Gas projects. The assignment is being undertaken under the Kenya Petroleum Technical Assistance Project (KEPTAP), implemented by the Government of Kenya with financing from the World Bank Group. The objective of KEPTAP is to “strengthen the capacity of the GoK to manage its petroleum sector and wealth for sustainable development impacts.

This assignment is under the Ministry of Industry, Trade and Cooperatives (MOITC).

B. Objectives

The objective of this assignment is to review existing standards for upstream, midstream and downstream Oil and Gas, identify gaps in standardisation and provide recommendations.

C. Scope of Work

The scope of work for this consultancy will be to assist KEBS and MOITC to review existing standards for upstream, midstream and downstream Oil and Gas, determine standardization deficiencies or gaps that may hinder local participation and integration into the supply chain of the petroleum sector , identify key potential standardization areas in upstream, midstream and downstream to support local supply of goods and services to the Oil and Gas industry including indirect services like construction and induced services, and provide recommendations for addressing these gaps.

The specific tasks to be undertaken include among others:

1. Standards Development

The scope of work will involve the following:

  1. Review existing standards and the National Standardization Plan 2017-2019 (NSP) to identify Oil and Gas Standards required by the industry and produce a Gap Analysis Report so as to incorporate omitted areas of standardization for inclusion in the NSP;
  2. Benchmark standards against other East African as well as West African countries.
  3. Assess the capacity of KEBS staff to effectively develop oil and gas industry standards and identify gaps in the skills and competencies for the secretariat to develop the necessary standards;

2. Quality Assurance Department

The Quality Assurance Department carries out two product certification schemes i.e. the Standardization Mark (S-Mark) which is a mandatory product certification scheme for locally manufactured products provided for under section 10 of the Standards Act Cap 496, Laws of Kenya and the Diamond Mark of Quality (D-Mark) which is a voluntary mark of excellence awarded to manufacturers (either based locally or abroad) who have demonstrated high degree of excellence in product manufacturing and quality.

D-Mark permit holders thus qualify automatically for the standardization mark (SM) without any additional requirements. The permit to use the mark is valid for period of three years subject to satisfactory quality performance and full compliance to other contractual obligations signed between KEBS and the permit holder.

The Product Certification Schemes provide confidence to consumers of the certified products that such products meet stringent quality requirements and therefore can be used by local content suppliers as an assurance scheme to penetrate markets in the oil and gas industry.

The consultant will

  1. Assess the capacity of KEBS staff to effectively carry out quality assurance in the oil and gas industry and identify the skills and competencies needed.
  2. Review existing product certification schemes in line with international best practices for the Oil and Gas industry and make recommendations on how to implement new certification schemes in Kenya and develop local capacity to audit/assess/certify.

3. KEBS National Quality Institute and Certification Body

The National Quality Institute (NQI) was established on 18th February 2008 with the core mandate of entrenching a culture of quality in the Kenyan society. In addition to this noble duty NQI, advances quality management principles, practices and techniques within the Kenyan industry in support of vision 2030. As champion of the quality movement, NQI offers technologies, concepts, tools, and training to industry, quality professionals, quality practitioners and everyday consumers to entrench quality in our daily lives. It is the vision of KEBS that NQI will be used to support capacity building for suppliers to oil and gas industry to meet the stringent requirements demanded by both Direct, Indirect Service providers.

The KEBS Certification Body (KEBS CB) is one of the leading Certification bodies in the East and Central African Region engaged mainly in System Certification and Personnel Registration. Currently the KEBS CB is accredited by the Dutch Accreditation Council, RvA to ISO /IEC 17021: Conformity assessment – Requirements for bodies providing audit and certification of Management Systems and seeks to increase its scope of accreditation to the Oil and Gas sector. The consultant will

  1. Review the existing training on management systems and identify gaps with reference to oil and gas industry requirements
  2. Assess the capacity of KEBS staff to effectively train for oil and gas industry and identify the skills and competencies required;
  3. Review the existing certification and accreditation scopes provided by KEBS CB and identify gaps with reference to oil and gas industry requirements

4. Inspection and Market Surveillance Departments

The Inspection Department carries out Quality Inspection of Imports in Kenya through the Pre-Export Verification of Conformity to Standards (PVoC) which is a conformity assessment scheme to ensure health, safety and environmental protection from goods imported into Kenya operating under the ambit of Legal Notice No. 78 of 15th July, 2005. The program is also fully compliant with the provisions of Article 5 of WTO TBT Agreement. Products meeting requirements of this scheme are issued with a Certificate of Conformity (CoC) and for some sensitive products an Import Standardization Mark of Quality (ISM).

The Market Surveillance Department carries out market surveillance of all products in the Kenyan market to ensure compliance with the requirements of Kenya Standards with regard to health, safety and environmental protection.

The consultant will

  1. Review the existing market surveillance practices and identify gaps with reference to oil and gas industry requirements
  2. Assess the capacity of KEBS staff to effectively carry out surveillance for oil and gas industry and identify the skills and competencies required;

5. Metrology Department

The Kenya Bureau of Standards Metrology department is mandated to realize, maintain and disseminate the SI units of measurements for Kenya. KEBS became a full member of the General Conference of Weights and Measures (CGPM) of the Metre Convention and a signatory of the Committee of Weights and Measures Mutual Recognition Arrangement (CIPM-MRA) since Jan 2010.

The Metrology department is accredited by DaKKS for calibration in Mechanical Metrology, Laboratories, Electrical Metrology, Laboratories, Mass, Pressure, Temperature, Density, Viscosity, Force, Volume and Flow, Dimensional Metrology, Time and Frequency, AC/DC (Direct Current and Low Frequency measurements, Energy and Transformer, Photometry, Acoustics and Vibration and Dosimetry (Ionising radiation). The consultant will

  1. Assess the existing capacity of KEBS Metrology department including equipment, and staff skills and competencies and identify gaps that could hinder support to the oil and gas industry

6. Testing Department

The primary function of the testing services is to provide tests in areas of Chemistry, Food, Microbiology, Material Engineering and Textiles. The test services are offered to both internal and external customers. It provides testing services to a wide range of clientele that include, but are not limited to: Manufacturers, Exporters, Non-governmental Organizations, Government Departments, Research institutions, Merchants and KEBS Quality Inspectors who implement Kenya Standards.

The current laboratory throughput is 48,000 samples per year. The tests on products are carried out against national standards, International standards, specific Government and other client specifications. The testing Department is therefore instrumental in supporting the local content providers as well as IOCs to meet their testing needs. The consultant will:

  1. Assess the existing capacity of KEBS Testing department including equipment, and staff competence and identify gaps that could hinder support to the oil and gas industry
  2. Identify gaps in Personnel Certification for Non-Destructive Testing (NDT) with respect to oil and gas industry

7. Market Appraisal

a) Identify laboratory services providers in Kenya that can deliver services to the oil and gas sector to the required standard. The client requires basic data on each with regard to:

  • Registered business name
  • Locations(s)
  • Services on offer
  • Status with international accreditation bodies (for the services on offer) including their accreditation scopes
  • Services that are applicable to the oil and gas sector
  • Numbers of staff
  • Quality of facilities

These data must be validated with appropriate evidence.

b) Identify gaps of laboratory service providers.
c) Assess which laboratory services could be done by independent providers and which services should be done by KEBS facilities.

8. Recommendations

  1. Make recommendations on bridging the gaps identified
  2. Develop a clear strategy and related implementation plan based on the above analysis, with sequenced activities.

The following are illustrative of what should be covered:

  1. Describe the technical, organizational and skills gaps that need to be closed to realize the potential in order to support oil and gas industry. Propose and rank „gap closing measures‟ in a cost-benefit approach.
  2. Recommendations on how to address gaps identified in the areas of standards development, testing, metrology, .quality assurance, market surveillance, certification and national quality institute
  3. Conceptualize the structure/design of a supplier and SME standardization support program
  4. Review existing Kenyan policies, regulations, and legislative framework on standardization for oil and gas, and make recommendations.
  5. Provide a listing of priority testing and metrology equipment required to close the equipment gaps
  6. Make any recommendations as per international best practice as a per benchmarking against other African countries

D. Duration Of The Assignment

The duration of this assignment is expected to be a maximum of six (6) Months from the date of contract signing. F. Deliverables
The list of deliverables includes:

  1. Inception report – overview of how the project will be completed, including timeline, geographic scope, etc. This should include a draft research methodology, based on a
    literature review.
  2. Draft sections, based on participatory research.
  3. At least two multi-stakeholder workshops
  4. One validation meeting.
  5. Final report (in English, in hard and soft copy).

The project will include the following key components:

1. Inception Report (Literature review, research methodology, timeline, workshop)

The consultant will conduct a review of studies/reports which are not publically available (which will be provided to them upon contract signature) regarding the supply and demand assessments of the petroleum sector supply chain opportunities in Kenya. Based on the oil and gas industry review, as well as an assessment of relevant methodologies the consultant will develop a detailed methodology for standardization gap analysis. Once the methodology has been reviewed and cleared by the Project Implementation Team at MoITC, the consultant will organize a multi-stakeholder meeting of relevant stakeholders, to share the methodology, and get suggestions and guidance from stakeholders.

2. Draft Report

The consultant will produce draft report sections highlighting the key findings. Each section should be submitted separately (consultants should propose appropriate schedule) to allow for review and feedback. All the items in the scope of work above should have their own section.

3. Multistakeholder Workshops

At least two workshops should be conducted in this phase to obtain feedback on draft sections (in addition to the preparatory workshop outlined in the previous section).

4. Validation meeting

The consultant will circulate the full draft report (all sections) for comments and questions ahead of a final validation meeting with the multi-stakeholder group; including industry, government, and civil society representatives. The validation meeting should provide an opportunity to share and discuss findings with informed stakeholders, to get their concurrence and validation of findings. The consultant will be responsible for organizing and facilitating the meeting – including but not limited to aspects such as identifying a venue, identifying participants, developing an agenda, leading the meeting, and writing minutes.

5. Final Report
Based on feedback from the validation meeting, the consultant will produce a final report (in English, in hard and soft copy).

G. Administration

Activities to be performed under this assignment by the Consultant will be part of the Kenya Petroleum Technical Assistance Project (KEPTAP). The Consultant‟s contract will be signed by MoITC. Consultants will report to the MoITC Project Implementation Team. No report or document related to this assignment shall be distributed to third parties prior to the approval by MoITC. The deliverables and supporting material from this consultancy shall be the property of the GoK.

H. Consultant Qualifications

  • It is expected that the Lead Consultant will have a relevant years of experience in the design and implementation of standardization programs related Oil and Gas industries, value chain analysis, with multi-country experience, and has a history of delivering quality analytical, programmatic and actionable work.
  • The team is expected to be made up of a minimum of 6 full time technical staff.
  • All other staff will be expected to have relevant standardization experience in the oil and gas sector.
  • At least one staff member will be expected to have a deep understanding of the Kenyan economy. Due to the large amount of stakeholder engagement and fieldwork in Kenya, at least one member, if not more, should be resident in Kenya in addition to the international experts.
  • The lead consultant should have advanced degree in any of the following fields chemical engineering, mechanical engineering, petroleum engineering. At least one member of the team should had advanced degree in industrial economics.

I. Selection Criteria:

The consultant for this assignment will be selected through Quality and Cost Based Selection (QCBS) criteria. The following criteria will be utilized for the selection of the consultant firm to undertake the assignment:

  1. The consultant must demonstrate relevant years‟ of experience in standardisation with experience in Oil, Gas standardisation.
  2. The consultant to provide no more than three (3) examples of experience in the last ten years of relevant assignments with evidence of delivery.
  3. Demonstrate proven experience in Africa.
  4. The consultant must provide the names of the consultant team, their qualifications including relevant technical capabilities, and specific previous experience must be detailed as requested in the TOR.
  5. The Consultant shall describe all anticipated difficulties and make recommendations regarding how they will be overcome such difficulties during execution of the scope of work.
  6. Companies or Consortiums, which include a Kenyan company or a locally registered office employing, training and developing Kenyans will have an advantage.

Social Security House, Block A, 17th, 23rd Floor

P.O. Box 30418-00100, Nairobi, Kenya

Telephone: +254 20-2731531

Fax: +254 20-2731511

Email: ps@industrialization.go.ke
cs@industrialization.go.ke

Tanzania, United Republic of Dar es Salaam: Customer Financial Services Leader, Principal

Company: Halliburton
Skills: Accounting
Experience: 6 + Years
Education: Tech/Vocational Cert/Apprenticeship
Location: Dar es Salaam, Tanzania

APPLY

We are looking for the right people — people who want to innovate, achieve, grow and lead. We attract and retain the best talent by investing in our employees and empowering them to develop themselves and their careers. Experience the challenges, rewards and opportunity of working for one of the world’s largest providers of products and services to the global energy industry.

Summary:

Under broad supervision, oversee a diverse portfolio with a comprehensive understanding of credit lines, financial analysis, and risk mitigation; Review and approve credit accommodations and terms at all levels of risk or difficulty in accordance with Business Practice 4- 10958 (Management Approval Matrix); Develop and maintain internal and external customer relationships, with emphasis on partnering with key leadership; Responsible for credit investigation and evaluation to balance risk factors for comprehensive evaluation; Manage collection of A/R from assigned customer portfolio and identify and resolve customer disputes. Assist in developing and implementing strategies to provide knowledge and expertise on customers regarding credit and delinquency resolution, difficult account solutions, and generally servicing accounts; Reviews or supervises portfolio of more junior staff.

Requirements:

An undergraduate degree in Business Administration or a related field and 6+ years of experience in credit and collection, including experience in one-on-one contact with debtors.

Previous experience as CFS Lead/Manager preferred.

Halliburton is an Equal Opportunity Employer.

Location

AKO Law,11th Fl,Exim Tower, Dar es Salaam, , , Tanzania, United Republic of

Job Details

Requisition Number: 38867
Experience Level: Experienced Hire
Job Family: Support Services
Product Service Line: Finance
Full Time / Part Time: Full Time

Additional Locations for this position: 

Compensation Information
Compensation is competitive and commensurate with experience.
Job Segment: Customer Service Representative, Customer Service

APPLY

TENDER FOR SUPPLY OF UNIFORMS AND SAFETY GEARS – GAS PIPELINE

Kenya Nairobi: Service Leader – Cementing     

APPLY

Date: May 9, 2017

Location: Nairobi, 110, KE

We are looking for the right people — people who want to innovate, achieve, grow and lead. We attract and retain the best talent by investing in our employees and empowering them to develop themselves and their careers. Experience the challenges, rewards and opportunity of working for one of the world’s largest providers of products and services to the global energy industry.

We bring out the best in wells – and people. Apply your leadership skills to this role at Halliburton. As a Cementing Service Leader, you will supervise assigned staff engaged in delivery of services and products. Job role assists in the development, mentoring, coaching, and knowledge gain of assigned staff. You will perform follow- up activities regarding job performance, evaluate service quality, and provide technical expertise and solutions to the customer. Requirements include a high school education or similar and 2 years as Cementing Service Supervisor III.

Halliburton is an Equal Opportunity Employer. 

Location

Tower A, 5th Floor, 5 Ngong Av, Nairobi,  Kenya

Job Details

Requisition Number: 38039
Experience Level: Experienced Hire
Job Family: Operations
Product Service Line: Cementing
Full Time / Part Time: Full Time

Additional Locations for this position:

Compensation Information
Compensation is competitive and commensurate with experience.

APPLY

Expressions of Interest to Undertake Civil Enabling Works

Heritage Rukwa (TZ) Limited (“HRTZ”) is soon to embark on a tender process for a civil enabling works contract for oil exploration operations within the HRTZ 100% operated South Rukwa Tanzanian acreage.

The proposed contract will cover all civil works required to enable drilling of one firm onshore exploration well and is expected to start in Q4 2017. The scope will generally include the upgrade of existing access routes, construction of new access track, one new well site and associated infrastructure such as camp, materials storage, flare pit and infield roads. There will be provision for reinstatement works if the well is abandoned. It will also include provision of a detailed delivery schedule and resource plan, production of quality assurance and as built documentation, regular meetings, liaising and reporting both to HRTZ and various relevant authorities. The successful/ appointed contractor will be requested to liaise with both our London based management team and with HRTZ Tanzanian based personnel.

He will be required to provide and mobilize to the project area, all resources required to undertake the works, as required at varying stages throughout the project period. He must be fully compliant with Local Content requirements.

The purpose of this email enquiry is therefore to gauge your interest in participating in the proposed tender process and to this end, we would request your written confirmation not later than 21st of April 2017.

Should you confirm your interest in participating in this tender process, please note that we will require your company to complete our Prequalification Questionnaire, the evaluation of which will determine our final listing for participation in the detailedInvitation to Tender. We expect to issue the prequalification documents in late April.

More detailed schedule and technical information will be made available as part of the tender process.

Email: rose.gappi@heritageoilltd.com

Invitation to carry out an Environmental Impact Assessment Study

Heritage Rukwa (TZ) Limited (“HRTZ”) is soon to embark on a tender process for the provision of technical and consultancy services for carrying out and issuing an Environmental Impact Assessment (EIA) Report for HRTZ drilling and drilling related operations on HRTZ’s 100% operated South Rukwa Tanzanian acreage.

The proposed contract will cover planning, generation and delivery of EIA Report and National Environment Management Council (NEMC) certificate. The scope will generally include the provision of report / NEMC certificate and detailed delivery schedule, site visits, generation of Terms of Reference, preparation of a scoping report, provision of background information document, regular meetings and reporting to both HRTZ and relevant authorities. The successful/appointed contractor will be requested to liaise with our Tanzanian based management team and will also be required to provide in-country personnel and be fully compliant with local content requirements.

The purpose of this email enquiry is therefore to gauge your interest in participating in the proposed tender process and to this end; we would request your written confirmation no later than 21st April 2017. Should you confirm your interest in participating in this tender process, please note that we expect to issue the detailed Invitation to Tender documents in late April.

More detailed schedule and technical information will be made available as part of the detailed Invitation to Tender process.

Email: rose.gappi@heritageoilltd.com

Tullow Oil EOI

For more information:

Call For Expression Of Interest For Provision Of Road Transportation Of Crude Oil

Call For Expression Of Interest For Provision Of Insulated Tank Containers

Communications Manager Job

Date: 23-Sep-2016

Location: Nairobi, Kenya

Position Description
Job Title: Communications Manager
Department: Communications/Government and Public Affairs
Reports To: GPA and Communications Director
Interacts With: Internal: External:
·         Management Team – Kenya·         Functional teams, key amongst which are Social Performance, Government and Public Affairs, National Content·         Other Tullow communications functions especially Uganda and Tullow Oil plc·         All staff ·         Media·         National and County Government·         Non-governmental agencies (local & international)·         Contractors
Supervises: Direct: Indirect:
·         Communication Officers (NBI) ·         Functional oversight of field-based communications staff including Community Communications Coordinator, Community Campaign Officer, Community Communication Officer
Job Purpose: ·          To  develop, plan and execute a BU communication strategy, both internal and external, that delivers positive relations with key stakeholders, ensures stakeholder awareness and understanding of Tullow Kenya activities, and enhances the reputation of Tullow in Kenya and East Africa.
Responsibilities /Key Objectives: Communications Strategy and Planning·         Identify and define business priorities and needs re: communication, public relations and reputation management·         Ability to identify and assess stakeholder environment and define business communications strategy that simultaneously addresses: (i) accountability and transparency; (ii) media management; (iii) reputation management within the public domain and within Tullow Kenya BV; (iv) communications collateral, etc

Communications

Internal

·         To develop and/or review internal communications including:

1.      Develop and execute communications plans and key messages for audiences across Kenya including media, staff, general public, digital, investors

2.      Ensure consistency of message from Tullow Kenya through close work with GPA colleagues and London SSEA and Communications

3.      Provide communications advice, materials and publications across the BU including the BU Manager, LT, etc

4.      Manage BU Communications initiatives including media monitoring; BU-level and field-level community monthly newsletters; all BU internal communications

5.      Identify, contract and manage communication service providers as required

External

·         Act as BU Spokesperson with the media and general public

·         To develop and/or review communications such as press releases, speeches, publications or events to convey the desired Tullow image.

·         To compile crisis communication policy and serve as the principal contact for incoming communication from the media.

Public Relations and Reputation Management

·         Develop an appropriate brand for Tullow Kenya through a public relations campaign including advertising (where appropriate); manage sponsorships

·         Advise BU Manager on all issues related to external communications, public relations and reputation.

Media Management

·         Identify media opportunities to promote awareness of Tullow’s Oil and Gas activities in country.

·         Develop BU level social media policy and oversee implementation of  Tullow Kenya platforms, social media monitoring, etc

Tullow Group

·         Liase with Tullow Group to ensure that Tullow Kenya’s external communications build and maintain brand awareness and meet business objectives of Tullow Kenya specifically and the ‘Group’’ generally and vice versa

Sponsorship and Donations

·         Support the development and implementation of a consistent policy and approach to external corporate events including corporate sponsorships and donations etc.

Functions

·         Work closely with and alongside Social Performance on community communications in Turkana; Government and Public Affairs, and, Supply Chain and National Content on Contractor and Partner communications (both communications with these audience and their own communications especially re: National Content)

Person Specification
Experience and Education: ·         Degree in Business, Political Science or Communication studies·         10+ years experience in corporate or public relations and/or communications·         Experience in media management with defined network of contacts within Kenya media·         Experience in development and utilisation of development communications (IEC)
Skills: ·         Ability to identify and define business priorities and needs visa visd communication, public relations and reputation management·         Ability to identify and assess stakeholder environment and define business communications strategy that simultaneously address (i) accountability and transparency; (ii) media management; (iii) reputation management within public domain; (iv) communications collateral, etc·         Strong engagement and communication skills addressing (i) networking, relational and influencing skills relevant to development of open and trust-based relationships with key communications stakeholders; (ii) excellent written and oral communication skills in English and Swahili

·         Experience in the application and use of various media including print, social, visual and radio

·         Experience in development and utilisation of development communications (IEC)

Business Behaviours: ·         Integrity·         Results Orientation·         Creativity and innovation·         Pro-activeness

 

EOI Consultancy Services to Review the South Lokichar Field Development Plan & Enhance Ministry Capacity to Review and Approve Field Development Plans

EOI Lokichar fieldEOI Lokichar field 2

EOI Consultancy Services for the development of the Occupational Safety and Health  Regulations for the Petroleum Sector in Kenya

REOI KEPTAPREOI KEPTAP 2

Consutancy Services at KEPTAP 2016/17

KEPTAP consultancy servicesKEPTAP consultancy services 2KEPTAP consultancy services 3

Morendat Centre of Excellence for Oil and Gas

DEPUTY DIRECTOR (TRAINING/ACADEMICS AND LINKAGES), JOB GROUP 3 – 1 POST (JOB REF: KPC/ADVT/21/2016)

Overall Purpose: 

Reporting to the Director, COE he/she will be responsible for day to day running of the institution, implementing and maintaining excellent training programs and facilities. The Director will have the mandate of establishing a strong training, academic and linkages foundation for the Centre. 

Key Responsibilities 

  • Developing and implementing a master plan for the COE for training, academics and linkages in Oil and Gas production, processing, distribution and related issues.
  • Developing systems, procedure and strategies for implementing the institutions mandate.
  • Supervising and coordinating training, academics and linkage programs in the institution.
  • Ensuring full operationalization of the COE as a competency based training institution
  • Facilitating recruitment and selection of both academic and administrative staff.
  • Coordinating the planning, development and review of training programs according to identified needs; · Translating Government policies into training programs that are relevant and up to date.
  • Liaising with other academic institutions, stakeholders and national institutions in relation to training/academics and linkages.
  • Identifying and engaging potential partners and donors to support the Institute both financially and materially to effectively carry out its mandate.
  • Managing the selection, training and examining of trainees to ensure quality of courses and relevance to sector needs
  • Liaise with stakeholders e.g. CDAAC, SSAC · Monitor and ensure that the programs are run within the approved budgets.

Key Qualifications & Experiences

  • Master’s degree in Education. An earned PhD degree in a related field will be an added advantage.
  • Ten (10) years working experience, five (5) of which should have been at the level of senior management of teaching/administration in Universities, Colleges or other institutions of higher education.
  • Experience in oil and gas industry operations
  • Understanding of Oil and Gas business i.e. Upstream , Downstream and Midstream operations
  • Membership of relevant professional bodies/ institutions
  • Must be a member of a professional body in the related sector.
  • Experience in developing linkages
  • Experience in institutional management
  • Knowledge of curriculum development and implementation

Terms of Service and Remuneration

The appointment will be for a contractual period of three (3) years renewable subject to satisfactory performance and delivery of set performance targets and outcomes.

APPLICATION REQUIREMENTS 

NB: Candidates interested in this position are expected to fulfil the requirements of Chapter Six of the Constitution of Kenya. Specifically, they must obtain and submit with their application copies of the following certificates;

  1. Certificate of Good Conduct from the Directorate of Criminal investigations
  2. Clearance Certificate from Higher Education Loans Board (HELB)
  3. Tax Compliance Certificate from Kenya Revenue Authority (KRA)
  4. Clearance from the Ethics & Anti-corruption Authority (EACC)
  5. Clearance from Credit reference bureau

Suitably qualified candidates should apply in confidence to the address below enclosing CVs with full details of education background, professional qualifications, and attach copies of certificates and relevant testimonials.

Applications may be deposited at our Head Office, Kenpipe Plaza, Ground Floor in the APPLICATION BOX or posted to:

THE MANAGING DIRECTOR

Kenya Pipeline Company Limited

P.O. Box 73442, 00200 NAIROBI.

All applications should be received not later than Friday, 12th August, 2016.

Kenya Pipeline Company is an equal opportunity employer committed to diversity and gender equality.

Please note that only shortlisted candidates will be contacted. Any form of canvassing will lead to automatic disqualification.

Morendat Centre of Excellence for Oil and Gas

DEPUTY DIRECTOR (RESEARCH & INNOVATION) , JOB GROUP 3 – 1 POST (JOB REF:

KPC/ADVT/20/2016) Overall Purpose Reporting to the Director, COE he/she will be responsible for Research and Innovation. The Deputy Director will have the overall mandate of establishing a strong Research and Innovation foundation for the Centre and be the research and innovation team leader.

Key Responsibilities

  • Developing and implementing a master plan for the COE for research and innovation in Oil and Gas production, processing, distribution and related issues.
  • Developing and implementing a research and innovation strategy and associated policies that will promote innovation and business diversification.
  • Ensuring effective research and innovation management.
  • Liaising with academic and research institutions, other stakeholders and national institutions in relation to research and innovation.
  • Identifying and engaging potential partners and donors to support the Centre both financially and materially to effectively carry out its mandate.
  • Monitoring activities with regard to research targets and quality.
  • Advising the Director on the research and innovation infrastructure needs of the Centre.
  • Develop a consultancy capacity that will be a source of revenue to the Centre i.e. engage consultancy wing and seeking for consultancy businesses.
  • Formulate and coordinate business expansion, development and diversification strategies.
  • Deputize, advise the Director and undertake any other duty delegated by the Director.

Key Qualifications & Experiences

  • Master’s degree in Oil & Gas or related field. An earned PhD degree in a related field will be an added advantage.
  • Ten (10) years’ working experience, five (5) of which should have been at the level of senior management of teaching/research/administration in Universities, Colleges or other institutions of higher education.
  • Experience in oil and gas industry operations
  • Membership of relevant professional bodies/ institutions
  • Must be a member of a professional body in the related sector.
  • Experience in institutional management Key Competencies
  • Excellent communication skills & time management skills
  • Research and Innovation skills
  • Ability to create and maintain business networks/relationships
  • Comprehensive knowledge and understanding of oil and industry requirements including broad knowledge of international trends.
  • Ability to establish flexible multidisciplinary teams in an environment conducive to continuous learning, creativity, research and innovation.

Terms of Service and Remuneration

The appointment will be for a contractual period of three (3) years renewable subject to satisfactory performance and delivery of set performance targets and outcomes.

APPLICATION REQUIREMENTS

NB: Candidates interested in this position are expected to fulfil the requirements of Chapter Six of the Constitution of Kenya. Specifically, they must obtain and submit with their application copies of the following certificates;

  1. Certificate of Good Conduct from the Directorate of Criminal investigations
  2. Clearance Certificate from Higher Education Loans Board (HELB)
  3. Tax Compliance Certificate from Kenya Revenue Authority (KRA)
  4. Clearance from the Ethics & Anti-corruption Authority (EACC)
  5. Clearance from Credit reference bureau

Suitably qualified candidates should apply in confidence to the address below enclosing CVs with full details of education background, professional qualifications, and attach copies of certificates and relevant testimonials.

Applications may be deposited at our Head Office, Kenpipe Plaza, Ground Floor in the APPLICATION BOX or posted to:

THE MANAGING DIRECTOR

Kenya Pipeline Company Limited

P.O. Box 73442, 00200 NAIROBI.

All applications should be received not later than Friday, 12th August, 2016.

Kenya Pipeline Company is an equal opportunity employer committed to diversity and gender equality.

Please note that only shortlisted candidates will be contacted. Any form of canvassing will lead to automatic disqualification.

Mud Engineer

Essel Group Middle East (EGME)

Location: Kenya

Essel Jobs

APPLY HERE

Kenya Pipeline KPRL Transaction AdvisorTender

EOI-Lokichar-Lamu Crude Oil Pipeline FEED

Invitation for Pre-Qualification

1.1 Following the discovery of commercial oil reserves in the Tertiary Rift Basin in Kenya, the Government of the Republic of Kenya (GoK) has decided to develop crude oil export pipeline from Lokichar to Lamu Port (the Project). A Project Management Team consisting of members from the Government of Kenya, the International Oil Companies (IOCs) and other stakeholders shall oversee the implementation of the Project. The pipeline shall run from Lokichar to a marine terminal and offloading facility at the Port of Lamu. The pipeline shall employ the highest technical, health, environmental, social and safety standards to facilitate transportation of the crude oil from the oil fields to the market.

1.2 A feasibility study and preliminary engineering designs was undertaken and the Final Report adopted in June 2015. The crude oil in the Lokichar basin is waxy and is characterized by high pour point and a wax appearance temperature above 63°C. The Project will thus involve construction of a heated pipeline from Lokichar to Lamu with a length of approximately 855kmplus all other necessary facilities.

1.3 The GoK invites pre-qualification applications from local and international consultants to carry out Front End Engineering Design (FEED) activities for the proposed Project. These activities shall be performed in accordance with good international practice and shall include all the activities and deliverables as detailed in the Request for Proposal to be issued to those bidders who will be pre-qualified.

1.4 Individual firms or consortia may submit bids for either the FEED or the tender for a consultant to undertake the Environmental and Social Impact Assessment (ESIA), but not both. Firms that are members of a consortium for either FEED or ESIA cannot participate in the other.

1.5 During the term of this contract and after its termination, the selected bidder and any entity affiliated with the bidder, as well as any subconsultant and any entity affiliated with such sub-consultant, shall be disqualified from providing goods or works (other than the services and any continuation thereof) during the Engineering Procurement and Construction (EPC) phase of the Project.

1.6 The successful bidder will be eligible for tendering for the supervision of the EPC phase of the Project.

1.7 Individual firms or consortia who fulfill all of the requirements for FEED will be eligible for pre-qualification.

To access full document click HERE: EOI-Lokichar-Lamu Crude Oil Pipeline FEED 05032016 Final

Expression of Interest

Swala Oil and Gas Tanzania PLC plan to drill one exploration well in the Kilosa-Kilombero Block, onshore Tanzania in Q3 – Q4, 2016.

Expressions of Interest are invited from suitably qualified oilfield vendors to provide the project one or more of the following Drilling Services packages:

  • Electric Wireline Logging Services
  • Oilwell Cementing Services
  • Drilling Fluids Services

The objective of this Expression of Interest is to shortlist firms experienced in providing the services listed above.

Expressions of Interest, supported by details of previous relevant supply history, will be accepted by email only at procurement@swala-energy.com and are required to be submitted by April 13, 2016

TENDER NO. PA/031/2015-16/C/12 FOR CONSULTANCY SERVICE FOR CARRYING OUT ENVIRONMENTAL AUDIT FOR UBUNGO BLOCK VALVE STATION (BVS) VIA UBUNGO PRESSURE REDUCTION STATION (PRS) TO MIKOCHENI NATURAL GAS PIPELINE.

Expression of Interest

Date: 2nd March, 2016

  1. This invitation for expression of interest follows the General Procurement Notice (GPN) which appeared in The Daily Newspaper Issue no. 11,472 dated 20th July, 2015.
  2. The Government of the United Republic of Tanzania has set aside funds for the operation of the Tanzania Petroleum Development Corporation (TPDC) during the financial year 2015/16. It is intended that part of the proceeds of the fund will be used to cover eligible payment under the contract for carrying out environmental audit for Ubungo (BVS) via Ubungo (PRS) to Mikocheni natural gas pipeline.
  3. The Expression of Interest will be conducted through National Competitive Selection (NCS) and follow the Procedure specified in the Public Procurement Regulations, 2013- Government Notice No. 446 and is open to all Consultants as defined in the Regulations.
  4. The Tanzania Petroleum Development Corporation now invites eligible consulting firms to indicate their interest in providing the services which include to determine how far the project activities conform with environmental management practices and environmental quality standards; and environmental audit work is expected to be completed within seven (7) months. The scope of service will include but not limited to the following tasks:
  5. i) Facilitation of the registration of the project with NEMC by submitting an application for audit certificate.
  6. ii) Scoping to determine the scope of the investigation by setting boundaries of the study and identification of potentially significant environmental impacts.

iii) Environmental audit based on the results of the scoping exercise and includes (but not limited to) stake holder consultation, literature review and field work.

  1. iv) Assess the social impact to present population along the pipeline route and the likely impacts of the project on their way of life.
  2. v) Review the results by submitting environmental audit report to National Environmental Management Council (NEMC) to be reviewed by across – sectoral Technical Advisory Committee (TAC).
  3. vi) Incorporation of the TAC comments by making corrections and improvements of the environmental audit draft report according to the comments and recommendations raised.

vii) Submission and follow up of the final audit report to NEMC for final scrutiny.

  1. Interested consulting firms must provide information indicating that they are qualified to perform the services by submitting consultant’s profile, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc. Consultants may associate to enhance their qualifications.
  2. A consultant will be selected in accordance with the procedures set out in the Public Procurement Act No. 7 of 2011 and the Public Procurement Regulations, 2013 – Government Notice No. 446 (hereinafter called Procurement Regulations). In assessing the submissions, consideration will be given to the qualification, experience on similar assignment and the capacity to undertake the assignment. ONLY firms with demonstrated experience and excellent track records in providing consulting services will be considered for short listing.
  3. Selection will be conducted through the Quality and Cost based selection procedures specified in the Public Procurement Regulations.
  4. This is not a request for proposals. After a review of the expression of interest, a shortlist will be prepared, and shortlisted consultants will be invited to submit their proposals through a letter of invitation including specific terms of reference.
  5. Interested eligible consultants may obtain further information from the office of the Secretary TPDC Tender Board, Tanzania Petroleum Development Corporation, Azikiwe/Jamhuri Streets, P.O. Box 2774, Dar-es-Salaam, Benjamin William Mkapa 2 Towers, Tower “A”, 10th floor, room number 101, from 9.00 and 15.00 hours on Monday to Friday inclusive except on public holidays.

10.Expressions of Interest (EoI) must be delivered to the Managing Director, Tanzania Petroleum Development Corporation, Azikiwe/Jamhuri Streets, P. O. Box 2774, Dar-es-Salaam, Benjamin William Mkapa Towers, Tower “A”, 4th floor, room number 401. Deadline for submission of bids shall be on Friday 25th March, 2016 at 11:00 hours local time. Expression of Interest will be opened promptly thereafter in the presence of Tenderers representatives who choose to attend opening ceremony at Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets at TPDC Boardroom number 106 on the 10th floor. The outer cover shall be clearly marked; TENDER NUMBER “PA/031/2015-16/C/12 – CONSULTANCY SERVICES FOR CARRYING OUT ENVIRONMENTAL AUDIT FOR UBUNGO BLOCK VALVE (BVS) VIA UBUNGO PRESSURE REDUCTION STATION (PRS) TO MIKOCHENI NATURAL GAS PIPELINE.” Not Open Before 11:00 hours on Tuesday, 29 th March, 2016.

11.Late Expressions of Interest shall not be accepted for evaluation irrespective of the circumstances.

Managing Director,

Tanzania Petroleum Development Corporation,

Benjamin William Mkapa Towers, Tower “A”

Azikiwe/Jamhuri Streets,

Room No. 401, 4th floor.

P.O. Box 2774,

Dar-es-Salaam, Tanzania.

Tel: +255-22 2200103-4, 2200112,

Fax: +255-22-2200113.

Expression of Interest Civil Works

Swala Oil and Gas Tanzania PLC plan to drill one exploration oil well in the Kilosa-Kilombero Block, onshore Tanzania in Q3 – Q4, 2016. Expressions of Interest are invited from suitably qualified civil contractors to provide the project with the following services:

  • Repair and construct unsealed access road(s) including culvert bridges and fords;
  • Construct 3 x temporary bridges capable of 200+ articulated truck and trailer loads with some GVM up to around 55 tonnes;
  • Construct a drilling rig pad measuring 150m x 150m, cambered, compacted, securely fenced and gated. The pad will include a conventional drilling rig, containerized camp for 100+ personnel, chemical storage area and various lined ponds;
  • Reconstruction of an airstrip (existing) including clearing, leveling, compacting and access road improvement.

The objective of this Expression of Interest is to shortlist firms capable of providing the services listed above.

Interested contractors should provide details of:

  1. Capacity to complete the Works within the Time for Completion – i.e. August 2016;
  2. Certificates of relevant insurance policies currently held by the contractor;
  3. Previous experience working in Tanzania within the last three years;
  4. Total monetary value of construction works performed for each of the last three years;
  5. Experience in works of a similar nature and size for each of the last three years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts;
  6. Major items of construction equipment proposed to carry out the services described above.

Expressions of Interest, supported by the above details, will be accepted by email only at procurement@swala-energy.com under the subject title of EOI Civil Contractors and are required to be submitted prior February 19, 2016.

MINISTRY OF ENERGY AND PETROLEUM

KENYA PETROLEUM TECHNICAL ASSISTANCE PROJECT

POSITION: PETROLEUM EXPERT

REQUEST FOR EXPRESSIONS OF INTEREST

                                (CONSULTING SERVICES – INDIVIDUAL SELECTION)

Credit No. 55260 KE

Project ID No. P145234.

The Government of Kenya (GoK) has received financing from the World Bank’s International Development Assistance (IDA) towards the cost of the Kenya Petroleum Technical Assistance Project (KEPTAP) whose overall objective is to strengthen the capacity of the Government of Kenya to manage its petroleum sector and wealth for sustainable development. It is intended that part of the proceeds of this credit be applied to eligible payments under the contracts for provision of consulting services of a Petroleum Expert. The consultancy will run for a period of 24 months with possibility of extension subject to satisfactory performance and work program requirements.

Under the supervision of the Project Manager, the consultant will provide support in technical aspects of the project relating to Oil & Gas which include but not limited to the following services:

 Provide technical (Oil & Gas) support as a member of the Project Management Unit (PMU);

 Assist the Project Manager in organizing and coordinating project activities undertaken by the various beneficiary

 Participate in PIT meetings to ensure that project activities are carried out according to the World Bank procedures and the Project Operating Manual (POM);

 Provide assistance to the project beneficiaries in preparing Terms of Reference to ensure that requisite technical specifications for respective activities are clear and adequate;

 Provide support to the Project Manager in assessing the suitability and relevance of beneficiaries’ proposed training programmes;

 Assist the Project Manager in monitoring and evaluating the performance of each project component;

 Assist the Project Manager in organizing and executing project audits and evaluation activities;

 Work closely with the Ministry of Energy and Petroleum (MEP) PMU project delivery team in overseeing the development of the National Petroleum Master Plan;

 Guide the process for identifying technical capacity requirements in the fields of petroleum geosciences and engineering, and develop parameters for monitoring project performance and comparing it to targets. Design the format for such performance reports

 Assist in preparation of annual work and procurement plans

The Ministry of Energy and Petroleum now invites eligible Individual Consultants to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services by submitting a curriculum vitae and a one page expression of interest.

The qualification, skills and competence requirement are:

 Masters or undergraduate degree in a technical field related to upstream petroleum e.g. Petroleum Geosciences, Petroleum Engineering, Chemical Engineering or Petro Physics;

 At least 5 years’ experience in upstream petroleum activities;

 Well-developed technical understanding of all phases of oil and gas exploration, development, production and

 Conversant with upstream, midstream and downstream petroleum dynamics;

 Experience in implementation of petroleum projects, including reporting; Good understanding of Kenya’s extractives sector developments;

 Very strong interpersonal, communication and management skills

 Fluent in English language

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers January 2011 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

Further information can be obtained at the address below during office hours: Monday to Friday: 08.00 to 17.00 hours.

Complete Expressions of Interest documents in plain sealed envelopes with consultancy reference and name clearly marked on top should be delivered in person, sent by mail or by email to the address shown below or placed in the tender box at our offices on the 24th Floor, Nyayo House, Kenyatta Avenue by 8th February 2016 at 1600 hours Kenyan local time.

Postal Address:

Project Management Unit

Attn: Procurement Specialist

Ministry of Energy and Petroleum

P.O Box 30582 – 00100

NAIROBI – KENYA

Physical Address:

Project Management Unit

Attention: Procurement Specialist

24th Floor, Nyayo House, Kenyatta Avenue

NAIROBI, KENYA.

MINISTRY OF ENERGY AND PETROLEUM

CONSULTANCY SERVICES TO DEVELOP A NATIONAL COMMUNICATIONS KENYA PETROLEUM TECHNICAL ASSISTANCE PROJECT STRATEGY FOR PETROLEUM SECTOR DEVELOPMENT IN KENYA

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

Ref: KEPTAP/MEP/CS-9

Credit No. 55260 KE

Project ID No. P145234.

  1. The Government of Kenya (GoK) has received financing from the World Bank’s International Development Assistance (IDA) towards the cost of the Kenya Petroleum Technical Assistance Project (KEPTAP) whose overall objective is to strengthen the capacity of the Government of Kenya to manage its petroleum sector and wealth for sustainable development. It is intended that part of the proceeds of this credit be applied to eligible payments under the contracts for provision of consulting services to develop a national communication strategy for petroleum sector development in Kenya. The consultancy will run for a period of 4 months.
  1. Objective

To develop a communication strategy and implementation plan for the Government of Kenya to communicate proactively and consistently to relevant stakeholders on the development of the petroleum sector in Kenya, the management and distribution of wealth, and the opportunities and challenges this generates for the Kenyan citizens.

  1. The scope of the assignment will include but not limited to:-

 Determine the communication requirements that must be met to support the goals for the formulation of the National Policy and Plan of Action;

 Assess the communication capacities of all stakeholders ;

 Identify and detail approaches for fulfilling the communication requirements in a comprehensive and

coordinated strategy for the National Policy and Plan of Action;

 Propose the use of various types of media products, in print and electronic, that can be related to the main sectors of the National Policy and Plan of Action;

 Prepare a list of the resource needs (human and financial) and estimated implementation budget; and

 Prepare a complete implementation plan for the approved strategy

  1. The Ministry of Energy and Petroleum (MoEP) through the Project Management Unit (PMU) (Client) now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: At least 15 years of experience in the practice of developing communication strategies required, including experience in policy communication, media communication, strategic communication and other communication disciplines with a track record of accurately predicting communication campaign dynamics and outcomes. Solid experience in the development and use of communications tools and mechanisms, including the ability to commission opinion research and interpret its results and good experience in public sector in particular as it relates to the petroleum sector, an understanding of the local political, social and economic trends.
  2. The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers January 2011 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.
  3. Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications.
  4. A Consultant will be selected in accordance with the Consultant Qualification Selection (CQS) method set out in the Consultant Guidelines.
  5. Further information can be obtained at the address below during office hours: Monday to Friday: 08.00 to 17.00 hours.
  6. Complete Expressions of Interest documents in plain sealed envelopes with consultancy reference and name clearly marked on top should be delivered in person, or by email to the address shown below or placed in the tender box at our offices on the 24th Floor, Nyayo House, Kenyatta Avenue by 17thFebruary 2016 at 1000 hours Kenyan local time.

Postal Address:

Project Management Unit

Attn: Procurement Specialist

Ministry of Energy and Petroleum

P.O Box 30582 – 00100

NAIROBI – KENYA

Physical Address:

Project Management Unit

Attention: Procurement Specialist

24th Floor, Nyayo House, Kenyatta Avenue

NAIROBI, KENYA.

Telephone No.:+254-20-310112                                 E-mail: procurement.keptap@gmail.com

PROJECT MANAGER

FOR: PRINCIPAL SECRETARY

Expression of Interest

Swala Oil and Gas Tanzania PLC plan to drill one exploration well in the KilosaKilombero Block, onshore Tanzania in Q3 – Q4, 2016.

Expressions of Interest are invited from suitably qualified vendors to provide the project one or more of the following Long Lead Item packages:

  • OCTG (20″ – 7″ to API Specification 5L/5CT, PSL 2)
  • Wellhead Equipment (min 3kPSI PSL-2)
  • Casing Accessories (API RP 10F Category IIIC) The objective of this Expression of Interest is to shortlist firms capable of providing the services listed above.

Expressions of Interest, supported by details of previous relevant supply history, will be accepted by email only at procurement@swala-energy.com and are required to be submitted prior to December 18, 2015

Swala Drilling Rig EOI

Overview

Swala Oil and Gas Tanzania PLC (Swala) plans to drill one exploration well in the Kilosa-Kilombero Block and potentially a second well (option) in the Pangani Block onshore Tanzania.

The primary focus of this rig survey is for the Kito 1 Exploration Well in the Kilosa-Kilombero Block. Due to the wet season and wetland conditions drilling must be undertaken spudding in Early September 2016.

The purpose of this Market Survey is to develop a short list of viable rigs to be included in the required tender process to take place in February 2016.

The area is very remote and will require mobilization through Ifakara and into the Kilombero Basin. Road access is difficult with numerous bridges and river fording’s. Therefore the number and types of loads to transport the rig is a major consideration.

  • The rivers and fords may eliminate the possibility of using low loaders.
  • Highly transportable rigs that can break down into smaller loads would have a distinct advantage regarding logistics.
  • Prior to being included in the tender Contractors who propose suitable rigs will be required to visit the location and access roads to confirm they can manage the roads, bridges and river crossings.

Commercial Considerations

Contractors to verify they can or will be legally organized to operate in Tanzania.

Contractor will be responsible for delivering the rig to location for a lump Sum Mob Fee and removing the rig from location for a lump sum Demob fee.

Due to the weather window drilling operations must be undertaken commencing in Early September 2016. Any successful bidder will be required to show that the rig will be available to spud the well at the required date taking into account mobilization times, access requirements and Tanzanian importation requirements if necessary. No dayrate or standby rate will be paid until Spud.

Well Design

The Kito – 1 well is expected to be about 1,200 metres in depth with normal formation pressures. The preliminary casing design is:

Rig Minimum Specifications

The required rig would be expected to have the following specifications:

  1. 700 HP or greater
  2. Minimum Hook Load of 200,000 lbs
  3. Minimum 3000psi standpipe
  4. 2 x 800HP Mud Pumps
  5. 2 x Shale Shakers
  6. Adequate Active and Reserve Mud Pit volumes
  7. Minimum 3,000psi BOP equipment, Double Ram Pipe Rams and Annular Preventer
  8. Poor Boy Degasser, Choke Manifold with Remote Hydraulic Choke
  9. 13⅝” Diverter with 8” lines
  10. Vacuum Degasser
  11. 4” Drill Pipe
  12. Drill collars for required hole sizes

In addition, any successful bidder will be expected to:

  1. a) Demonstrate that it has Oil and Gas Industry standard HSSE policies and procedures and that these are followed.
  2. b) Buy into Swala’s HSSE Standards and Policies
  3. c) Demonstrate experience in remote operations with no surrounding infrastructure
  4. d) Demonstrate experience in working in extreme climates (high temperatures)
  5. e) Provide suitably experienced and competent supervisors and crew

Additional Information If interested please provide:

  1. a) Proper contact person(s)-email and phone and office location
  2. b) List of remote operational well experience:
  3. Operator
  4. Time Frame of operation(s)
  5. Location (country, block etc.)
  6. Details of operation
  7. c) Any previous experience in Tanzania
  8. d) Rig layout and proposed location layout
  9. e) Rig Camp Details – Camp must be air-conditioned
  10. f) Results of last 3rd party (Modu-Spec or equivalent) inspection
  11. g) Number of truckloads required for rig and camp. Truckloads to include weights particularly for any loads over 20 tons
  12. h) Rig IADC list
  13. i) Indicative costs in USD for mobilization, operating day rate and demobilization. It is recognized that these costs are indicative only and subject to formal tendering and negotiation.
  14. j) Recent work history of proposed rig(s)
  15. k) Availability of proposed rig(s)

Submission and Communication

If you have interest in participating in this program you are requested to supply the required information in order as per the list above.

We would hope to receive the requested information by Thursday 3 December 2015.

Please send requested information to:

  1. a) David Thomson Drilling Manager Thomson@swala-energy.com
  2. b) With a copy to: Frank Whitehead Operations Manager Whitehead@swala-energy.com

Please do not hesitate to contact David Thomson for any required clarifications.

TANZANIA PETROLEUM DEVELOPMENT CORPORATION

TENDER NO: PA/031/2015-16/G/01

FOR

PRE – QUALIFICATION OF SUPPLIERS FOR SUPPLY OF SAFETY GEARS INVITATION FOR PRE-QUALIFICATION

Date: 18th November, 2015

  1. This invitation for prequalification follows the General Procurement Notice for this project that appeared in the Daily News Issue No. 11,472 of 20th July 2015.
  2. The Tanzania Petroleum Development Corporation has set aside funds towards the cost for supply of safety gears and it intends to apply part of the proceeds of this fund for payments under the contract for supply of safety gears. The TPDC intends to pre-qualify applicants for supply of safety gears.
  3. Pre-qualification will be conducted through the National Competitive Tendering method and follow procedures specified in Regulation 119 of the Public Procurement (Regulations– Government Notice 446 of 2013, and is open to all Applicants as defined in the Regulations.
  4. Interested applicants may obtain further information from and inspect the pre-qualification documents from the Secretary of the Tender board, Tanzania Petroleum Development Corporation, Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets at room number 401 on the 4th floor, P .O. Box 2774, Dar-es-Salaam. Starting from 09:00 to 3:00 local hours on Mondays to Fridays inclusive except on public holidays.
  5. A complete set of pre-qualification documents in English may be purchased by interested Applicants on the submission of a written application to the Managing Director, Tanzania Petroleum Development Corporation, P. O. Box 2774, Dar-es-Salaam upon payment of a non-refundable fee of Tanzania shillings one hundred thousand (TZS 100,000). The method of payment will be either by Cash, Banker’s Draft, or Banker’s Cheque, payable to Managing Director, Tanzania Petroleum Development Corporation.
  6. All applications one original plus two copies properly filled in, and enclosed in sealed envelopes must be delivered to the address as shown in paragraph 5. Applications will be opened promptly thereafter in public and in the presence of Applicants’ representatives who choose to attend the opening ceremony at the Board room of Tanzania Petroleum Development Corporation, Benjamin William Mkapa Pension Towers, Tower ‘A’, 10th Floor, Room No. 106, Azikiwe/Jamhuri streets, Dar-es-Salaam. The outer cover shall be clearly marked “TENDER NO: PA/031/2015-16/G/01 FOR PRE – QUALIFICATION OF SUPPLIERS FOR SUPPLY OF SAFETY GEARS”, Not to Be Opened Before 11:00 hours local time on Thursday 10th December, 2015.
  7. Late applications, portion of applications, electronic applications, applications not received, applications not opened and not read out in public at the tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Managing Director

Tanzania Petroleum Development Corporation

BWM Pension Towers Building, Tower “A”

Plot 51/52 Azikiwe/Jamhuri Streets

P.O. Box 2774 Telephone: +255 22 2200103/4, 2200112,

Fax: +255-22-2200113.

Dar es Salaam, Tanzania

Email: tpdcmd@tpdc-tz.com

TANZANIA PETROLEUM DEVELOPMENT CORPORATION

TENDER NO: PA/031/2015-16/G/14

FOR

PRE – QUALIFICATION OF SUPPLIERS FOR SUPPLY OF SPARE PARTS TO NATURAL GAS INFRASTRUCTURE INVITATION FOR PRE-QUALIFICATION

Date: 18th November, 2015

  1. This invitation for prequalification follows the General Procurement Notice for this project that appeared in the Daily News Issue No. 11,472 of 20th July 2015.
  2. The Tanzania Petroleum Development Corporation has set aside funds towards the cost for supply of spare parts/consumables to be used in Natural gas infrastructure. Spares will be needed under normal condition and on emergency cases. The applicants shall be able to supply relevant spare/tools required to be used in operation and maintenance of the gas pipeline infrastructure which includes: Electrical Systems, mechanical systems, SCADA systems, Cathodic Protection (CP) spares, Instrumentation spares, water treatment systems, gas metering system, communication and CCTV spares, Overhead cranes and Solar Energy System.
  3. Pre-qualification will be conducted through the International Competitive Tendering method and follow procedures specified in Regulation 119 of the Public Procurement (Regulations– Government Notice 446 of 2013, and is open to all Applicants as defined in the Regulations.
  4. Interested applicants may obtain further information from and inspect the prequalification documents from the Secretary of the Tender board, Tanzania Petroleum Development Corporation, Benjamin William Mkapa Pension Towers, Tower “A”, Azikiwe/Jamhuri Streets at room number 101 on the 10th floor, P .O. Box 2774, Dar-es-Salaam from 09:00 to 3:30 local hours on Mondays to Fridays inclusive except on public holidays.
  5. A complete set of pre-qualification documents in English may be purchased by interested Applicants on the submission of a written application to the Managing Director, Tanzania Petroleum Development Corporation, P. O. Box 2774, Dar-esSalaam upon payment of a non-refundable fee of Tanzania shillings one hundred thousand (TZS 100,000). The method of payment will be either by Cash, Banker’s Draft, or Banker’s Cheque, payable to Managing Director, Tanzania Petroleum Development Corporation.
  6. All applications one original plus two copies properly filled in, and enclosed in sealed envelopes must be delivered to the address as shown in paragraph 5. Applications will be opened promptly thereafter in public and in the presence of Applicants’ representatives who choose to attend the opening ceremony at the Board room of the Tanzania Petroleum Development Corporation, Benjamin William Mkapa Pension Towers, Tower ‘A’, 10th Floor, Room No. 106, Azikiwe/Jamhuri streets, Dar-es-Salaam. The outer cover shall be clearly marked “TENDER NO: PA/031/2015-16/G/14 FOR PRE – QUALIFICATION OF SUPPLIERS FOR SUPPLY OF SPARE PARTS TO NATURAL GAS INFRASTRUCTURE”, Not to Be Opened Before 11:00 hours local time on Friday 18th December, 2015.
  7. Late applications, portion of applications, electronic applications, applications not received, applications not opened and not read out in public at the tender opening ceremony shall not be accepted for evaluation irrespective of the circumstances.

Managing Director Tanzania Petroleum Development Corporation

BWM Pension Towers Building, Tower “A”

Plot 51/52 Azikiwe/Jamhuri Streets

P.O. Box 2774

Telephone: +255 22 2200103/4, 2200112,

Fax: +255-22-2200113.

Dar es Salaam, Tanzania

Email: tpdcmd@tpdc-tz.com

Tullow Oil Provision of In Vehicle Monitoring System (IVMS) for Vehicles Call for EoI

Call for Expression of Interest (EoI) for Provision of In Vehicle Monitoring System (IVMS) for Vehicles 

Tullow Kenya B.V. is a subsidiary of Tullow Oil Plc., Africa’s leading independent oil & gas exploration and production company. The Company is in various stages of exploration across its licenses in Kenya.

Tullow Kenya requires a reliable and effective In-Vehicle Monitoring System (IVMS) for use in company light vehicles both in town and field locations in support of company operations.

This is a request for an Expression of Interest IEOI) from interested and capable providers for the provision and maintenance of a reliable, effective and real time IVMS for vehicles.

The required VMS system must meet below essential requirements:

  • Switch seamlessly from GSMIGPRS to satellite mode without loss of data
  • Record and store data ¡n a secure database that is easily accessible via a web application 24hrs every day
  • Provide real time location accuracy of 20 metres
  • Provide daily reports including performance and exception reports
  • Provide for a driver tagging system that allows reporting driving behaviour by driver rather than by vehicle
  • Must have in country maintenance support capabilities
  • Compatibility with the current hardware system (SkyWave Surelinx 81 00cc Hardware) shall be considered an added advantage.

Interested and qualified companies are requested to submit with their Expression of Interest, the following required information:

  1. Company profile
  2. Statement of specific experience ¡n providing IVMS systems with description of a minimum of three similar assignments executed in the past clearly providing details of project undertaken, dates, project values and references
  3. Certified copies of company registration certificates
  4. Certified copies of relevant certification and licenses
  5. Certified copies of PIN and or VAT registration and a current tax compliance certificate issued by KRA
  6. Interested companies are requested to submit their expression of interest in electronic format as a single file by email to newsupplierskenya@tullowoil.comby 12 noon on Friday 25th September 2015 or submit hard copies clearly marked “EXPRESSION OF INTEREST FOR PROVISION OF IVMS SYSTEM and submit along with the relevant supporting documentation to the following address:

Tullow Kenya B.V.
7th Floor, West End Towers,
Waiyaki Way, Westlands,
P.O. Box 63298 – 00619

Nairobi, Kenya,

REQUEST FOR EXPRESSION OF INTEREST (EOI) Tullow Kenya B.V.

PROVISION OF BUILDING MAINTENANCE SERVICES

Tullow Kenya B.V. (TKBV) is a subsidiary of Tullow Oil Plc, Africa’s leading independent Oil & Gas Exploration and Production Company.

The company wishes to engage the services of an experienced building maintenance services provider to support its operation in Nairobi. The service provider shall be required to comply with all applicable Kenyan regulations, Tullow Oil Environmental Standards, International Best Practice, and the highest level industry standards and those related to environment, health and safety. The EOI submission should demonstrate the company’s ability to achieve such compliance.

Scope of Services

The scope of work entails the provision of building maintenance services to include preventative and unplanned maintenance schedules including (but not limited to) electrical, plumbing, HVAC, mechanical systems and additional ‘handyman’ services as required. This maintenance is required for the company’s offices as well as residential establishments within Nairobi.

Interested companies are requested to submit with their Expression of Interest, the following required information:

  1. Company profile, with full organization details, background and organization structure
  2. CVs of competent personnel proposed for the contract. Attach relevant certifications
  • Details of office/s, vehicles and all relevant tools and equipment to support the service
  1. Details of current Building Maintenance Management system in place. Indicate name and version
  2. Statement of specific experience in building maintenance with description of similar assignments executed in the past clearly providing details of project undertaken, dates, project values and references. Include 2 client testimonials of current projects
  3. Certified copies of company registration certificates
  • Certified copies of relevant certification and licenses
  • Certified copies of PIN and or VAT registration and a current tax compliance certificate issued by KRA
  1. Evidence of an Environment, Health & Safety (EHS) system in place for day to day operations

Potential service suppliers may be requested to submit further information for pre-qualification prior to being included in any Bidders List.

To be eligible to qualify to tender for the above supply, firms must meet the below minimum criteria:

  • Must be local companies registered in Kenya with the relevant authorities with certification relating to maintenance of buildings
  • Must be a company possessing all the requisite and valid certification and registration
  • Must have been registered before 2013 and in active operation for the last 2 years

Submission

Companies interested in participating in the tender are requested to submit their Expression of Interest, accompanied by all relevant certificates, to include National Construction Authority registration, to support their application.

The completed documents should be submitted not later than 1200hrs, August 21, 2015, in plain sealed envelopes, clearly marked in Bold Letters EOI: Provision of Building Maintenance Services and addressed to: Contracts Manager, Tullow Kenya B.V., West End Towers, Waiyaki Way, P.O. Box 63298, 00619, Nairobi, Kenya.

Electronic copies of the Expression of Interest should be emailed to: ken.nwsupindirec@tullowoil.com