Tender Opportunity: Provision of Confined Space Entry Standby Rescue Team Call off Services at Esso Exploration and Production Nigeria Limited

Esso Exploration and Production Nigeria Limited

Erha Field Production Operation Program (NNPC OML 133)

Tender Opportunity: Provision of Confined Space Entry Standby Rescue Team Call off Services

1.       Introduction

Esso Exploration and Production Nigeria Limited (EEPNL), contractor of NNPC/EEPNL Production Sharing Contract plans to engage qualified contractor for the provision of Confined Space Entry Standby Rescue Team call-off services to support EEPNL’s Deep water offshore operations including the maintenance of FPSO (Floating, Production, Storage and Offloading) topside facilities located within the NNPC/EEPNL Production Sharing Contract (PSC) acreage for an anticipated contract term of three years and is expected to commence in the third quarter of year 2014.

Interested Bidders shall meet the above compliance and shall be approved for the services by at least one Marine Class Society such as ABS, DNV. Lloyd’s, BV and/or other reputable marine classification societies, for the consideration of participation in this tender.

2.    Brief Description of the Scope of Services

The scope of work which shall be provided for these call-off services shall include but not limited to the following provisions:

  1. Crude oil cargo tank inspections Regulatory, Marine Class (DNV) and FIMS requirements.
  2. Service tanks (diesel, water, methanol and others). Regulatory, Marine Class (DNV) and FIMS requirements.
  3. Ad-hock confined space entry interventions of process vessels and other parts of production facilities.

Confined Space Entry Stand-by rescue team services shall be in accordance with OSHA1910 146 standards and practices. Confined Space Entry Stand-by rescue team members shall possess rope access Level (I, II, III) certification from IRATA. Contractor should be able to provide standby services to support confined space entry operation on short notices.

3.       Mandatory Requirements

I.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Rope Access Services 3.05.16 (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender (ITT).

II.      To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com  and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click Supplier product group.

III.     If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

IV.     To initiate the JQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action

V.      To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system

4.   Nigerian Content

Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

As from the commencement of this Act, the minimum Nigerian Content in any

project, service or product specification to be executed in the Nigerian Oil and

Gas Industry shall be consistent with the level set in the Schedule to the Act and any other targets as may be directed by the Nigerian Content Development and

Monitoring Board (NCDMB)

EEPNL requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.

Nigerian Content (NC) in the Nigerian oil and gas industry is defined as:

“The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”

“Nigerian company” is a company registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.

As part of their submissions, Tenderers shall:

1.       Provide a description of its committed infrastructure (asset, equipment, technical office, and administrative space, storage, workshop, assembly area, repair, and maintenance, testing, laboratory, etc) in Nigeria (offices, equipment etc) to support this contract, evidence that a minimum of 50% of all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary.

2.       Demonstrate that its entity is a Nigerian registered company, defined as a company registered in Nigeria in accordance with the provision of Company and Allied Matters Act. Provide details of its Ownership Structure. Submit certified true copies of CAC form (C02 and CO7) including Memorandum and Article of Association. For Nigerian company in alliance with a foreign company or multinational, submit evidence of binding agreement of the alliance duly signed by the CEO’s of both parties.

3.       Submit a plan on how it intends to give first consideration to goods and services provided from within Nigeria, to meet 70% man-hour NC target in line with the requirements of the Act.

4.       Demonstrate key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians

5.       Submit a plan on how it intends to provide Human Capacity Development and Personnel Training

6.       Provide evidence of application for NIGERIAN CONTENT EQUIPMENT CERTIFICATE (NCEC) issued by Nigerian Content Development and Monitoring Board (in respect of any components, spares, equipment, systems and packages to be used on the project

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

5.   Close Date

‘Only tenderers who are registered with Rope Access Services 3.05.16 (NJQS Product/Service category) as at 4:00pm on Monday, July 8, 2013 being the advert close date shall be invited to submit Technical Bids’

6.   Additional Information

A.      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of EEPNL to award a contract to any supplier and/or associated companies, sub-contractors or agents.

B.      This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from EEPNL and/or its partners by virtue of such companies having been prequalified in NJQS.

C.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.

D.      Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database.

E.      EEPNL shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

Please visit the NipeX Portal at www.nipexng.com  for this Advert and other information

Request for Proposal at United Nations Development Programme (UNDP) Nigeria

Request for Proposal

Subject: RFP- Consultancy to Provide Services on Agricultural Commodity Certification

The United Nations Development Programme (UNDP) Nigeria is seeking the services of qualified company/organizations to offer consultancy services for “Consultancy to Provide Services on Agricultural Commodity Certification.

All interested firm organizations that wish to participate in the bid can access the RFP document on the following websites to download the RFP document:

http://procurement-notices.undp.org/view_notice.cfm?notice_id=11629

or http://www.ng.undp.org/procurement.shtml  Your proposal should be marked and titled “RFP- Consultancy to Provide Services on Agricultural Commodity Certification” and must be dropped in the UNDP bid box in hard copy not later than 12 noon 25th June, 2013 and addressed to:

The Service Centre Manager

UNDP- Nigeria,

19, T.Y Danjuma Street,

Asokoro, Abuja

Nigeria

E – mail copies will not be accepted or considered. Bids received after the deadline shall be rejected. All bidders using couriers companies to submit the proposal are to advise them accordingly.

For any clarification on any aspect of this RFP advert, please send an e-mail to vdmssupport.ng@undp.org  quoting “RFP- Consultancy to Provide Services on Agricultural Commodity Certification” as the subject of the e-mail.

This Request for Proposal does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the Proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

We thank you for your interest. UNDP Nigeria

 

Expression of Interest at FHI360

FHI360

The Science of Improving Lives

Expression of Interest

A: Background: Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to enhance sustained cross sectional integration of HIV/AIDS and TB services by budding Nigerian capacity to deliver sustainable high quality, comprehensive, prevention, treatment, care and related services in several states of the federation.

FHI 360 desires to use part of the grant to provide furniture to Health Facilities supported by the SIDHAS project in ten (10) states of the federation, and hereby solicits Expres­sion Of Interest (EOI) from Nigerian firms with competencies in furniture-making for pre-qualification to undertake the production and supply of all required furniture. A scope of work for the prospective contractors is described below.

B:      Terms of reference for the required contractors

The successful bidders will:

1.       Study, interpret, and understand the furniture requirements of FHI360 in their states of interest

2.       Use the provided listing of furniture requirements to prepare bids for meeting the furniture requirements

3.       Produce the required furniture in line with the approved contract, and be responsible for transporting same to the affected health facilities

4.       Adhere to all agreed standards for required furniture including quality, workmanship, costs and size.

5.       Ensure steady progress of work and ensure that all works are completed within set timelines to a quality acceptable to FHI360

 

C:      Qualification Criteria:

1.       Detailed company profile.

2.       Evidence of company registration with CAC

3.       Proven track record and a minimum of 5 years experience in the production      and/or supply of furniture

4.       Evidence of having implemented projects of equal or higher magnitude within the last 5 years

5.       Valid Tax Clearance Certificate and insurance policy

6.       Audited financial statements for three years: 2010, 2011, and 2012

7.       Availability of necessary equipment, with evidence of ownership, or lease agreement

8.       A brief description of transportation plan for the delivery of furniture to facilities

9.       The firm should have a verifiable office or branch office within the state of interest as at the time of application

10.     The firm should have proof of currently employing qualified staff in relevant fields to perform the various aspects of the contract

D: Protect Locations

 

Lot Sate
A Abia

 

B Akwa Ibom

 

C Anambra

 

D Bauchi

 

E Bayelsa

 

F Cross River

 

G Edo

 

H Kano

 

I Rivers

 

J Taraba

 

E:      Application procedure

All applications with relevant documents are to be submitted in sealed envelopes clearly marked “Pre-qualification for the supply of furniture”, and addressed to:

The Associate Director, Procurement, Contracts and Grants,

Family Health International (FHI 360)

Plot 1073 J. S. Tarka Street,

Garki, Area 3

Abuja.

Applicants must indicate their state of interest on the envelopes, and where a bidder is interested in bidding for more than one state, separate applications must be submitted for each state of interest

H: Deadline: All quotations including supporting documents as proof of required qualifica­tions in Section C above must be submitted in sealed envelopes not later than 5:00 pm Nigeria time, on 18th June, 2013. Bids submitted after the deadline will be rejected.

 

 

Invitation for Technical and Financial Bids at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

 

(Established under the Nigerian Maritime Administration and Safety Agency Act, 2007)

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail, procurement@nimasa.gov.ng  Website: www.nimasa.gov.ng

 

Invitation for Technical and Financial Bids for the Execution of the under-listed Projects Appropriated in the 2013 Budget of the Nigerian Maritime Administration and Safety Agency (NIMASA)

 

Introduction

1.1     The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport, intend to implement the under-listed projects appropriated in the 2013 Budget by the National Assembly.

 

1.2     In compliance with the Public Procurement Act (ITA), 2007, the Agency hereby invites reputable and interested Contractors/Companies/Firms to submit Technical and Financial Bids for of the execution of the projects listed hereunder.

 

Lot Lot Project Title
  Works
1.

 

2.

 

 

3.

 

 

 

4.

 

 

 

5.

 

 

 

6.

 

 

 

7.

 

Construction of Zonal Office Complex in Port Harcourt, Rivers State

 

Cladding of Headquarters Building of the Nigerian Maritime Administration and Safety Agency Building, No. 4 Burma Road, Apapa, Lagos

 

Remodeling and Re-Portioning of Internal fit-Out of Headquarter Building of the Nigerian Maritime Administration and Safety Agency Building, No. 4 Burma Road, Apapa, Lagos

 

Construction of Anchor Wall for die Nigerian Maritime Administration and Safety Agency’s Jetty at the Nigerian Maritime Resource Development Centre (NMRDC), Kirikiri, Lagos

 

Upgrading of the Nigerian Maritime Administrating and Safety Agency’s Reception Facility at Western Zonal Office, No. 88 Marine Road, Apapa, Lagos

 

Upgrading of the Nigerian Maritime Administration and Safety Agency’s Reception Facility at the Nigerian Maritime Resource Development Centre (NMRDC), Kirikiri, Lagos.

 

Dredging of the Kirikiri Jetty of NIMASA and its Approaches

 

Consultancy

 

8.

 

 

 

9.

10.

11.

Consultancy on Remodeling of the Nigerian Maritime Resource Development

Centre (NMRDC) Library in Kirikiri, Lagos to a National Maritime Knowledge

Centre

 

Consultancy for the Design of Zonal Office in Warri, Delta State

Consultancy for the Design of Port Office in Igbokoda, Ondo State

Consultancy for the Design of Port Office in Bonny, Rivers State

 

Supply

 

12.

 

 

13.

 

14.

 

15.

 

 

 

16.

 

Supply of Furniture to the Offices of the Nigerian Maritime Administration and Safety Agency

 

Supply of Nautical Tables

 

Supply of Marine Nautical Charts

 

Supply and Installation of Customised window Blinds at the Head Office of the Nigerian Maritime Administration and Safety Agency No. 4 Burma Road, Apapa, Lagos

 

Supply and installation of Customised Window Blinds at the Nigerian Maritime Resource Development Centre, Kirikiri, Lagos and Western Zonal Office, No. Marine Road, Apapa, Lagos.

 

 

20      General Requirements:

 

2.1     Prospective bidders are required to submit the following documents:

(a)     Company profile stating current office address, email and telephone numbers (mobile telephone numbers preferred.

(b)     Evidence of Incorporation and Article of Association of the Company

(d)     Evidence of Tax Clearance Certificate for the last three years (2010, 2011 & 2012 showing annual turnover.

(e)      Evidence of VAT Registration with TIN No. and past remittances for the last 3 years from Federal Inland Revenue Service (FIRS).

(f)      Evidence of Certification or Exemption from PENCOM in accordance with the Pension Reform Act, 2004 which must include evidence of remittance of Employees Pension Contributions/ Deductions as applicable.

(g)     Evidence of compliance with Industrial Training Fund (ITF) Act, 2011.

(h)     Audited Statement of Account of the Company for the last three years duly endorsed by a firm of Chartered Accountants.

(i)      Provision of Bid Security for all bids valued above N50 Million at 2% of the bid price by way of guarantee from a reputable Bank.

(j)      Evidence of working capital for bids valued at N50 Million and above, and authority to seek reference from Bidder’s Bankers.

(k)     Reference letter from a reputable Bank of financial capability to execute the project (Bank Guarantees from a reputable bank will form part of the evaluation criteria.

(l)      A sworn affidavit that none of the Directors has been convicted in any court of law for any criminal offence.

 

3.0     Additional Requirements

 

3.1     Works

(i)      List of relevant technical equipment for the job clarifying whether the equipment are fully owned or leased.

(ii)     Evidence of accreditation/professional registration.

(iii)    List of key personnel including professionals.

(iv)    List of verifiable documentary evidence of similar projects successfully executed/on-going within the last three years (e.g. Letters of Award, job completion Certificate etc).

 

3.2     Goods

(i)      Possession of satisfactory Quality Assurance/Quality Control Certification

(ii)     Verifiable evidence of similar jobs done will be an added advantage.

 

3.3     Consultancy

(i)      List of key personnel including professionals to be attached to the work,

including photocopies of relevant professional certificates.

(ii)     Verifiable evidence of similar works done will be an added advantage.

 

4.0     Collection of Bid Documents

 

4.1     Interested Companies/Finns should collect bid documents from Thursday, 13th June 2013 at the Office of the Deputy Director. Procurement, 5th Floor, Nigerian Maritime Administration & Safety Agency, No. 4 Burma Road, Apapa Lagos after payment of non-refundable fee of Thirty Thousand Naira (N30,000.00) only in Bank Draft for each Lot to NIMASA Bank Account at Zenith Bank, Creek Road Branch, Apapa, Lagos.

 

5.0     Deadline for Submission of Documents

 

5.1     Technical Bid should be packaged separately from the Financial Bid. Both Bids should be in one package and submitted with one set (1) set of CD-ROM neatly packaged in an envelope stating the Project, Lot Number and Company’s Name must be submitted on or before the closing date of Thursday 25th July 2013 by 12 Noon to the Office of:

 

The Deputy Director (Procurement),

5th Floor (Room 500),

Nigerian Maritime Administration and Safety Agency,

No. 4 Burma Road, Apapa,

P.M.B. 12861, G. P.O Manna, Lagos.

 

In addition, soft copies can be sent to procureinent@nimasa-gov.ng

 

Notation: Bidders are advised to submit before the closing date, However, any submission on the last day of Thursday, 25th July, 2013 should be done at

NMRDC, Multi-Purpose Hall, Kirikiri, Lagos on or before 12 noon.

 

6.0     Opening of Tenders

 

6.1     All Tenders received shall be opened on the day and time specified below and all bidders/representatives, relevant Professional Bodies and Non-Governmental Organizations (NGOs) are invited to witness the public opening exercise accordingly:

 

Date:           25th July, 2013

 

Venue:        Nigerian Maritime Resource Development Centre (NMRDC),

Multi-Purpose Hall, Kirikiri- Lagos.

Time:          12:00 noon prompt.

 

7.0     Enquiries

 

7.1     All enquiries regarding this advertisement should be directed to the office of the Deputy Director of Procurement and/or through the following telephone numbers: 08050765455, 08033737724, 08023055758 and 08088524788.

 

8.0     Please Note:

 

8.1     All prospective contractors should please note the following:

 

(i)      All CAC, VAT, PENCOM, ITF and Tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), Industrial Training Fund, National Pension Commission and other relevant bodies for verification.

 

(ii)     This notice shall not be construed to be a commitment on the part of Nigerian Maritime Administration and Safety Agency to award any form of contract to any respondent nor shall it entitle any Company/Firm submitting documents to claim any indemnity from the Agency.

 

(iii)    Contractors are expected to adhere strictly to all instructions as non-compliance shall constitute a ground ford IB-qualification.

 

Signed: Management

 

 

 

Pre-Qualification for Contractors to Renovate Health Facilities at FHI 360

FHI 360

The Science of Improving Lives

 

Pre-Qualification for Contractors to Renovate Health Facilities

 

A: Background: Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to enhance sustained cross sectional integration of HIV/AIDS and TB services by budding Nigerian capacity to deliver sustainable high quality, comprehensive, prevention, treatment, care and related services in all the 36 states and the FCT. FHI 360 desires to use part of the grant to improve infrastructure, equipment and supplies in all sec­ondary and primary health care centers supported by the SIDHAS project to provide ART & PMTCT services as bedrock for enhancing service integration and improved quality care

 

 

FHI 360 hereby solicits bids from Nigerian construction firm with competencies in infrastructure upgrades for pre-qualification to undertake required renovations of health facilities by performing functions outlined in the terms of reference below. Given the geographical spread of the sites to renovated and time constraints, at least one firm per state will be contracted to execute the project within 45 days.

 

B: Terms of reference for the required contractors

1.       Study and interpret BOQs prepared and presented by FHI 360 or its agent.

2.       Use the provided BOQs to prepare bids for all sites listed for renovation in the pre­ferred state.

3.       Carry out renovation works and provide the necessary equipment and supplies as per the approved BOQs and contract

4.       Obtain concurrence from the respective HFs managers and stakeholders (state/local governments) throughout the renovation process.

5.       Adhere to all agreed standards for required upgrades, equipment and supplies including quality, workmanship, costs, size and manufacturer brands for all HFs to be upgraded

6.       Provide technical oversight to sub contractors or workers and ensure that renovation works meet set standards

7.       Conduct regular site visits (at least once a week) to monitor the quality and progress of work and ensure that all works are completed within set timelines.

8.       Ensure that the renovation processes adhere to USAID approved environment impact mitigation measures as relates to the SIDHAS cooperative agreement with FHI 360,

 

C: Qualifications: A reputable construction firm:

  1. Must have cognate experience in the construction and renovation industry of at least 10 years.
  2. Must demonstrate evidence of a strong design and QS unit
  3. Must demonstrate ability to sub contract to contractors in different states
  4. Must demonstrate ability to handle up to 90 projects within each state simultaneously, ability to supervise subprojects scattered in over 15 states
  5. Must demonstrate ability to source funds and execute projects in excess of N150m (25% of contract sum before being paid)
  6. Must provide documented evidence of experienced lab, electrical, mechanical, specialists
  7. Experience in hospital and laboratory renovation and construction is highly advantageous.
  8. Experience in hospital infection controls system will be required
  9. Must have all relevant statutory registration
  10. Must have a current tax clearance certificate
  11. The firm should have an office or branch office within the states of interest
  12. Must be willing and able to provide a bank guarantee to cover funds advanced by FHI 360 for the contract.
  13. Must be willing to accept retention of 5% of the contract value on final completion of work until six months after the work is completed, if no defects arise in the renovation work conducted

D:      Key Deliverables & Expected Outputs

By the end of the assignment, the following outputs will be expected:

  • Pictorial documentation of the before and after for each health facility renovated
  • Provide individual report for each of the health facilities (ART and PMTCT sites) in assigned state/FCT renovated to meet the basic minimum infrastructural standards agreed with FHI 360 and state/local governments by August 31st, 2012.
  • Final report of the entire contract

 

E: Reporting & Timing of Contract: The period of this assignment shall be between 1st July 2013 to 1st September 2013 but each contract will last not more than 45 days.

 

F: Payment Terms: Payment for services rendered will be first through an advance com­mensurate with insurance bond/bank guarantee provided abut not exceeding 50% of the contract sum and thereafter reimbursement installments based on the level of works com­pleted and certified by the project management firm acting on behalf of FHI 360.

 

G: Deadline: All application (prequalification) documents must be submitted in sealed envelopes by 5.00 pm Nigeria time, on or before Friday June 15, 2013 to the Associate Director. Contracts and Grants, FHI 360 Plot 1073 J. S. Tarka Street, Garki, Area 3 P.M.B. 44, Abuja   Bids submitted after the deadline aforementioned will be disregarded.

 

H: Contracting process: After the above deadline, FHI 360 will select qualifying con­tractors, provide them with BOQs for HFs in preferred states and give them one week to price the required works at each site. FHI 360 will then select the best bidders and award contracts to execute the project.