Invitation for Pre-qualification Tender for Consultancy Services at Federal College of Education (Tech)

Federal College of Education (Tech)

P.M.B. 60, Gombe, Gombe State

Invitation for Pre-qualification Tender for Consultancy Services

A.   Introduction

The Federal College of Education (Tech), Gombe is a beneficiary of the year 2013 Capital Projects. In view of the above and in line with Public Procurement Act 2007, the College hereby invites reputable and competent consultants firms for prequalification as a prerequisite for engagement in respect of the following project.

Proposed Construction of School of Primary Education Studies (PES)

B.   Pre-Qualification Requirements:

All interested Consultant MUST enclosed colored photocopy or, scanned colored copy of items (i, iii), and original copy of items (vi, vii, and ix) as stated below:

  1. Evidence of registration with the Corporate Affairs Commission (Only a Limited Liability Company will be accepted).
  2. Evidence of Registration with relevant Professional body(s)
  3. Vat certificate
  4. Recent Tax Clearance Certificate for the last three (3) years with clearly written Tax identification number and FIRS signed evidence of assessment for year 2013.
  5. Audited Account and annual turnover of the Company in the recent three (3) years  (with name, office address, Phone numbers and valid e-mail address of the Auditors)
  6. Company Profile: This should contain among others.
  • Evidence of Technical competence (Staff 4 Equipment)
  • Evidence of execution of similar projects.
  1. Letter from company’s Bank stating financial capability of the company to execute the projects.
  2. A written letter of authority from a company to the College to verify its Tax Clearance status with Federal Inland Revenue
  3. Names, Address and Phone Numbers of the Company Directors and Share holders accompanied by a photocopy of form C7 and a sworn court affidavit (stating that none of the Directors/Share holders is a current stall, and, or official of the College).
  4. A written evidence of non-bankruptcy from the company legal adviser.
  5. Evidence of registration with ITF and Certificate of compliance.
  6. Evidence of pension contribution of staff and certificate of compliance.

C.      Submissions Are Required For:

i.        Architectural Services

ii        Structural Engineering Services

iii.      Mechanical and Electrical (M & E) Services

iv.      Quantity Surveyor (QS) Services

D.      Submission of Prequalification Documents:

All completed Pre-qualification Documents should be submitted in a sealed envelope marked CONFIDENTIAL: “PRE-QUALIFICATION FOR THE STATING THE NAME OF THE PROJECT FOR THE CONSULTANCY” at the Top left hand corner of an envelope; and also indicate the company’s name and address at the back of the envelope and address to:

The Director,

Procurement Unit

Federal College of Education (Tech),

P.M.B. 60, Ashaka Road, Gombe,

Gombe State

E. Opening of Pre-Qualification:

All Prequalification Documents would be opened 24th June, 2013 by 12 Noon at the Conference Hall of the School of Science Complex. Submission of prequalification documents will be stopped by 10am same day. Only those who satisfied the above requirement would be considered. Names of successful consultant would be place on the College notice board.

F. Financial Bids:

All consultants who have satisfied prequalification conditions would be required to submit their financial bids upon payment of non – refundable fees of N100, 000.00 only. These will be opened two weeks after the opening of the pre-qualification (8th July, 2013)

Please Note:

  • All expense incurred associated with the preparation of the pre-qualification and Technical documents shall be borne by the prospective Consultant.
  • The appointment consultants may be required to present the original copies of the entire documents claimed in their submission for verification,
  • The college reserves the right to reject any, or all of the prequalification/Technical bids.
  • Failure to satisfy the above prequalification requirement is an admission of self disqualification

Signed

D/Director Procurement Unit

Tender Opportunity Provision of Drilling Jars Rental Services to Support Deep-water Drilling and Completion Operations at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

(A Chevron Company)

Operator of the Agbami Unit (OML 127/128)

Tender Opportunity Provision of Drilling Jars Rental Services to Support Deep-water Drilling and Completion Operations

Introduction:

Star Deep Water Petroleum Limited (SDWPL) invites interested and prequalified companies for this tender opportunity for the provision of Services listed under ‘Scope of Work/ Service Requirements’ which will be carried out in respect of its 2013 – 2016 Oil and Gas Wells Drilling, Completions and Work-over for Deepwater Operation in Nigeria. Availability to commence provision of Services is required for an anticipate commencement Date: Fourth (4th) Quarter 2013. With a Primary Term of two (2) Years with a possible Optional Term of one (1) Year.

Scope of Work

Interested Applicants must be able to provide the following as required for Deepwater Drilling Jars Rental Services.

  • Contractor must provide 4-3/4”, 6-1/2 and 8th drilling jars and personnel. Jars to be either hydraulic or hydro-mechanical.
  • Contractor must follow manufacturer’s recommendations for inspection level and maintenance throughout the term of the contract.
  • Contractor shall have sufficient quantity to maintain 3 jars of each requested size for each drilling location. Two (2) sets must be at the drilling location and one (1) set must be at their shop location.
  • Contractor shop shall have capability to rebuild jars and test -fire jars prior to shipping the jars to the drilling unit. Contractor shall demonstrate possession of adequate spares and expertise to maintain jars.
  • Contractor shall have a safety program to insure that jars are shipped in safe manner with appropriate tools to insure jars will not go off accidentally.

 

Mandatory Tender Requirements

  1. To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.04.30 (Drill Pipe Rental) and /or 1.01.06 – Fishing and Repairs Tools (Drilling) Services category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

B.      Please note that interested bidders including their sub-contractor(s) shall be required to:

i.        Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database.

ii.       Meet all Nigerian Content requirements stated in this advert in their responses to the invitation to Technical Tender.

C.      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.

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

E.                To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

Nigerian Content

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

Pursuant to enactment of the NOGICD 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 of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

Contractors shall comply with the provisions of the NOGICD Act and all applicable regulations. Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage

 

The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

 

A.      Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered Company in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria

B.     Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7

C.     Provide evidence of the percentage of 1) key management positions that are held by Nigerians and 2) total work force that are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

D.     Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide details of Nigerian Content contact or manager.

E.      State proposed total scope of work to be performed by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

F.      Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training und evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

G.      Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

H.      Location of in-country facilities, (Equipment, storage, workshops, repair& maintenance facilities and, testing facilities).

I.       Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

J.       Provide details on any other Nigerian Content initiative your company is involved in.

K.      Provide evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment.

L.      Provide human capacity building development plan including budget which must be minimum 10% of project man –hours or cost. Training will be targeted at developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

M.     Provide details of equipment ownership.

N.               Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender

Close Date:

Only bidders who are registered with NJQS Product/Category 3.04.28 (Drill Pipe Rental) and/or 1.01.06 (Fishing and Repairs Tools) by 4:00 pm. on 1st July, 2013 being the advert close date shall be invited to submit technical bid.

Please note the following:

  1. Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.
  2. The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.
  3. All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  4. This advertisement shall neither be construed as any form of commitment on the part of SDWPL to award any contract to any company and or associated companies, sub­-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from SDWPL and or any of its partners by virtue of such companies having been prequalified in NJQS.
  5. The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  6. SDWPL will communicate only with authorized officers of the pre-qualifying companies and not through individuals or Agents.

Please visit NipeX portal at www.nipexng.com for this advert and other information.

Star Deep Water (a Chevron Corporation affiliate) is the operator of the Agbami Field. Other participants are Famfa Oil Limited, Nigeria National Petroleum Corporation (NNPC), Texaco Nigeria Outer Shelf Inc. (a Chevron Corporation affiliate).

Statoil Nigeria Limited and Petroleum Brasileiro Nigeria Limited

2 Chevron Drive, Lekki Peninsula,

P.M.B, 12825, Lagos

 

 

 

Consultancy Services for Provision, Installation, Configuration and Implementation of Knowledge Management Solution and Training at Authority (Lamata) Lagos Urban Transport Project II (LUTP II)

Lagos State Government

Lagos Metropolitan Area Transport

Authority (Lamata) Lagos Urban Transport Project II (LUTP II)

Consultancy Services for Provision, Installation, Configuration and Implementation of Knowledge Management Solution and Training

Ida Credit No. 4767-UNI

Date: June 10, 2013

Request for Expressions of Interest

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY10) that appeared in dg market publication of July 16, 2010.

The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

Consultancy Services for Provision, Installation, Configuration and Implementation of Knowledge Management Solution and Training

The objective of this consultancy service is to increase access to relevant information, facilitate collaboration and knowledge sharing, retain institutional knowledge & contribute to the intellectual capital of the organization, overcome organizational & geographic boundaries, encourage the free flow of ideas and facilitate better and more informed decisions.

LAMATA now invites eligible consulting firms to express interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services. The information to be provided by interested Consultant are consultant’s profile/brochures, certificate of registration, description of similar assignments, availability of appropriate skills among staff, availability of essential technology etc.). For each project performed the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources.

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, setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Bank policy requires that consultants provide professional, objective, and impartial advice and at all times hold the client’s interests paramount, without any consideration for future work, and that in providing advice they avoid conflicts with other assignments and their own corporate interests.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties.

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, January 2011.

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday. Please visit www@lamata-ng.com  for more information about the project.

Expression of interest must be delivered to the address below by June 24, 2013 at 5:00pm

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor, Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01 -2702778-82

Fax:01-2702783

E-mail: advert@lamata-ng.com

adabiri@lamata-ng.com

 

Purchase, Installation, Configuration and Support of Oracle Primavera P6 Enterprise Project/Programme Management Software at Authority (LAMATA) Lagos Urban Transport Project II (LUTP II)

Lagos State Government

Lagos Metropolitan Area Transport

Authority (LAMATA) Lagos Urban Transport Project II (LUTP II)

Purchase, Installation, Configuration and Support of Oracle Primavera P6 Enterprise Project/Programme Management Software

Ida Credit No. 4767-UNI

Date: June 10, 2013

Request for Expressions of Interest

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY10) that appeared in dg market publication of July 16, 2010.

The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

Purchase, Installation, Configuration and Support of Oracle Primavera P6 Enterprise Project/Programme Management Software

The main objectives of this consultancy are;

To provide an organization wide (and internationally recognized) project management software that will enable better control, new capacity for better governance, project team participated ability, monitoring and management of time related procedures for better efficiency and effective management of work streams/packages within the organization.

  • To provide and gain a reporting tool for dashboards monitoring and analyzing performance data.
  • To be able, with the implementation of this software, to investigate comparative trends and cause-and-effect in multiple projects.

LAMATA now invites eligible consulting firms to express interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services. The information to be provided by interested Consultant are consultant’s profile /brochures, certificate of registration, description of similar assignments, availability of appropriate skills among staff, availability of essential technology etc.). For each project performed the consultant shall provide the name and contact address of the client (office & e- mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources.

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, setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Bank policy requires that consultants provide professional, objective, and impartial advice and at all times hold the client’s interests paramount, without any consideration for future work, and that in providing advice they avoid conflicts with other assignments and their own corporate interests.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties.

A consultant will be selected in accordance with the World Bank Guidelines:

Selection and Employment of Consultants by the World Bank Borrowers, January 2011. Interested consultants may obtain further information at the address below from 8-00am to 5-00pm Monday to Friday. Please visit www.lamata.com for more information about the project. Expression of interest must be delivered to the address below by June 24, 2013 at 5:00pm,

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd Floor, Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01 -2702778-82

Fax: 01-2702783

E-mail: advert@lamata-ng.com

adabiri@lamata-ng.com

 

 

Prequalification to Tender at Sumaila Local Government Council, Kano State

Sumaila Local Government Council

Kano State

This is to invited suitable and qualified contractor for Prequalification to Tender for the Construction/ general Renovations of some projects across the local Government.

Scope of Work

1.       Electrification project at Dogara

2.       Construction of block “C2” at Magami ward

3.       Construction of Karar Shanu at Gomo Market

4.       Wall fencing of PHC Department at Sumaila Local Government Secretariat

5.       Construction of block “C3” at Magami Ward

6.       Construction of Friday Mosque at Dakumbal Rimi Ward

7.       Purchase of Primary School Furniture to 11 Wards

8.       Construction of small bridge at Dal Road

9.       Construction of class room block at Rimi East

10.     Construction of class room block at Tukuda

11.     Construction of five daily prayer Mosque at 11 wards

12.     Construction of wall fence at Works Department

13.     General renovation of L.E.A Office along Dal Road

14.     Construction of Motor Park at Massu Market

15.     Construction of Health Post at Matugwai and Doguwar Dorawa

16.     Rehabilitation of wall fence at Staff Quarters Sumaila

17.     Rehabilitation of Earth Dam at JISAI

18.     Rehabilitation of feeder road at ZAMBA

19.     General renovation of wall fence at staff quarters, Sumaila

20.     Construction of lock up shops at old Sumaila Jumu’at Mosque.

21      Conversion of old Jumu’at Mosque to Islamiyya School at Sumaila

  1. Al Prospective Contractors must satisfy the following pre-  qualification conditions:
  2. Evidence of Incorporation
  3. Three years Audited Account
  4. Three years Tax Clearance
  5. Evidence of Financial Capability
  6. Equipments and Technology Capacity
  7. Local Resources Utilization
  8. Community and Social responsibility

B.     Submission of Pre-Qualification Documents

Eligibility contractor or companies should purchase and return their profiles to the Office HOD PRS Sumaila Local Government Council in a sealed envelope marked “Interested Projects” on or before 24th June, 2013

Note to bear

This advertisement should not be considered as contract award or any commitment on the part of Sumaila Local Government nor shall it entitle any contractor to claim whatsoever from the Local Government on the basis of responding to this publication.

Signed

Murtal Yunusa HOD PRS Dept.

For: interim Management Officer

Sumaila Local Government Council, Kano State