Expression of Interest (EOI): Invitation for Pre-Qualification for the Operation and Management of the Nigerian Maritime Administration and Safety Agency (NIMASA’S) Vessels 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

Expression of Interest (EOI): Invitation for Pre-Qualification for the Operation and Management of the Nigerian Maritime Administration and Safety Agency (NIMASA’S) Vessels

Introduction

The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport, is seeking a Firm that will operate and manage the vessels in the Agency’s fleet namely:

  1. MY REBIRTH 99- POLLUTION CONTROL BOAT
  2. MV OFURE
  3. MV MILLENIUM 1
  4. MV MILLENIUM 11
  5. MV PATIENCE
  6. MV TUR1A

1.0             Scope And Requirements For Management Of The Vessels

The management company is required to provide crew for each Vessel, carry out daily maintenance of the vessels, and supervise daily operational activities. The manning scale is as follows:

2.0     Minimum Safety Manning Requirement

We require a minimum of 46 crew to effectively man the above listed vessels back to back. Minimum manning requirement for the six (6) vessels at any given time is thirty-one (31). Fifteen (15) additional Fifteen (15) additional crew will be required to effectively run the vessels on a 60 days on/30 days off basis as detailed below:

  • CAPTAIN (2)
  • CHIEF MATE (2)
  • CHIEF ENGINEER (2)
  • 2ND ENGINEER (1)
  • COOK (2)
  • OILER (2)
  • DECKHAND (4)

3.0     General Requirements

Prospective bidders are required to submit the following documents:

(i)                Company profile stating the current office address, e-mail and telephone numbers.

(ii)             Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(iii)           Copy of Memorandum and Articles of Association of the Company.

(iv)           Evidence of Tax Clearance Certificate for die past three(3) years (2010, 201l and 2012).

(v)             Evidence of V.A.T Registration with Tin No. and remittance for the last three years.

(vi)           Evidence of Remittance of Employees Pension Contribution/ Deduction or evidence of exemption from PENCOM in accordance with Pension Reform Act 2004, where applicable.

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

(viii)      Company’s Audited Accounts for the last three (3) years (2010, 2011 and 2012) and duly endorsed by a firm of Chartered Accountants.

4.0     Technical Requirements

Interested Firms above from satisfying the above stated general requirements, must show evidence of satisfying the under-listed requirements to qualify for pre-qualification:

(i)                Well equipped ship repair and maintenance facilities (Dry Drocking Facilities),

(ii)             List of Vessels repaired or maintained by the shipyard.

(iii)           List of Technical Staff and Qualifications, with certificate and professional qualifications attached.

(iv)           Manning requirements for each of the Agency’s vessels listed in section 1.0 above.

Notation:

  • The documents should be arranged in the order listed above and clearly separated by dividers.
  • Failure to submit ail documents stated above will lead to disqualification of the Bid.

5.0     Deadline for Submission

All bids should be submitted in an package with one(l) set of CD-ROM titled “Expression of Interest for Pre-Qualification for the Operation and Management of the Nigerian Maritime Administration and Safety Agency (NIMASA’s) Vessels” on or before the closing date of Thursday, July 11th 2013 to the Office of:

The Deputy Director (Procurement),

5th Floor (Room 500),

Nigeria Maritime Administration and Safety Agency,

4, Burma Road, Apapa, Lagos

In addition, soft copies should be sent to procurement@nimasa.gov.n

Notation:

Bidders are advised to submit before the closing date. However, any submission on the last day 11th July, 2013 should be done at NMRDC, Kirikiri on or before 12noon.

Please note that late submission of bids will not be entertained.

6.0     Opening of Bids

All Bids received shall be opened on Thursday. July 11th 2013 at the NIGERIAN MARITIME RESOURCE DEVELOPMENT CENTRE (NMRDC), MULTI PURPOSE HALL, KIRIKIRI, LAGOS immediately after the closing time of 12noon.

7.0     Enquiries

All enquiries regarding this advertisement should be directed to the Office of the Deputy Director (Procurement) or call telephone Numbers: 08050765455 08033737724, 08023055758 and 08088524788.

 

8.0       Please Note:

(i)      Late submission of bids will not be entertained

(ii)     All CAC, V.A. T, PENCOM, I.T.F and Tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), Industrial Training Funds, National Pension Commission and other relevant bodies for verification.

(iii)    This notice shall not be construed to be a commitment on the part of the Agency to engage any Consultant nor shall it entitle any firm submitting documents to claim any indemnity

(iv)    Bidders shall be responsible for all costs in preparation and submission of bids.

SIGNED: MANAGEMENT

Signed

Management

 

Expression of Interest at Benue state University

Benue State University

Makurdi, Nigeria

Office of the Director, BSU Consultancy Services Limited

Vice-Chancellor

Prof Mrs. Charity A. ANGYA

Director

Samuel Akor Ahua

B.Sc (ABU) MBA (Atlanta)

 

P.M.B. 102119

Makurdi, Nigeria

Tel Fax 044-531162, 533811

Telegrams: Unibenue

www.bsuconsultancyservicesltd.com

08062528375, 07031286810

 

Expression of Interest

 

The Benue state University is desirous of establishing a microfinance Bank in Makurdi.

 

The University is therefore asking interested consultants to express their desire to assist the University in this project. Such interested consultants should apply and supply the following information:

i.        Profile of the consultancy firm indicating the number of previous Microfinance Banks established by the consultant and evidence of such;

ii.       Technical capability of the consultant for training and development.

iii.      Willingness to invest in the Microfinance Bank and the amount fifteen copies of the proposal should be sent to the Director, BSU Consultancy services Limited, Benue State University, Makurdi on or before 14th June 2013.

 

Signed:

The Director,

BSU Consultancy Services Limited.

 

Invitation to Tender at Abuja Municipal Area Council

Abuja Municipal Area Council

Abuja, Nigeria

Invitation to Tender

The Abuja Municipal Area Council hereby invites interested contractors and reputable companies to tender for the underlisted projects.

i.        Supply of desks and furniture for LEA Primary Schools

ii.       Procurement of office stationeries/equipment/furniture

iii.      Wastes evacuation within AMAC

iv.      Procurement of operational/project/utility vehicles

v.       Construction and maintenance of blocks of classrooms within AMAC LEA Primary Schools

vi.      Provision of school uniforms and instructional materials

vii.     Landscaping of Primary Health Centres

viii.   Procurement of essential drugs, sanitary hard wares, wastes bins and medical

materials

ix.      Development/rehabilitation of comprehensive, mini-type II and hand pump

boreholes within AMAC Villages

x.       Construction/grading of access roads, drainages and culverts

xi.      Fencing of health centres, cemeteries and markets

xii.     Construction of town hall

xiii.    Rural electrification schemes, extension, procurement and installation of

transformers

xiv.    Renovation of AMAC Secretariat

xv.    Procurement of pay loader and tippers

 

Requirements:

1.       The company must be duly registered with Corporate Affairs Commission        (CAC).

2.       The company must be a registered contractor with Abuja Municipal Area Council.

3.       The company must have an up to-date Tax Clearance/VAT Certificate.

4.       Registration and tender fees are payable at Aso Savings and Loans, Area 11, Garki-Abuja to Abuja Municipal Area Council’s Account.

5.       Verifiable evidence of similar jobs successfully executed in the past.

6.       Bank guarantee.

7.       Company profile/list of equipments.

 

Submission of Documents

All documents should be submitted in sealed envelopes addressed to the Secretary, Tender Board, AMAC.

 

For further information, contact the Head of Department (Works) AMAC Tenders last from Monday, 3rd June-1st July, 2013.

 

Signed:

Management

 

Tender Opportunity Provision of Design Engineering Support Services for Agbami FPSO 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 Design Engineering Support Services for Agbami FPSO

 

Introduction

Star Deep Water Petroleum Limited invites interested and prequalified companies to this tender opportunity for Design Engineering Support Services to support  activities on Agbami FPSO (Floating, Production, Storage and Offloading) Vessel, The contract shall be a call out contract, proposed to span 2 (two) years with an option of 1 (one)year extension.

 

Scope of Work

The Scope of this Contract shall include but is not limited to the Provision of the following services:

 

Project Management Services Scope:

Project Management Services under this Scope of work is to cover all Engineering Design Works for Conceptual, FEED and Detailed Engineering Design Phases of a Project.

a.       Management and coordination of all aspects of engineering activities for facility developments.

b.       Provision of dedicated and suitable Engineering Manager Representative to provide coordination with Company.

c.       Development of local design engineering capability.

d.       Preparing Verification of Conceptual, FEED and Detailed Engineering scopes of work, estimates and schedules for facilities developments

e.       Management of accounting, cost, schedule and quality

f.       Information Technology

g.       Document Preparation and Management

h.       Material Management

i.        Coordinating Safety activities throughout execution.

j.        Assisting Company in its application of the Star Deep Project Development and Execution Process and other Company processes and tools.

 

Engineering Services Scope:

Engineering, Design, and Drafting Services to support development of the Star Deep Water Petroleum Limited facilities shall include the following disciplines:

a.       Process Engineering

b.       Instrumentation /Process Automation System Control

c.       Mechanical/ Rotating Equipment

d.       Piping

e.       Onshore & Offshore pipelines

f.       Electrical Engineering

g.       Civil Engineering

h.       Structural Engineering

i.        Architectural Engineering

 

In addition, services may be required to support the following activities:

  • Process Studies and Reports
  • Specification Preparation and Review
  • Equipment Certification Report for third party approval
  • Material Expediting
  • Inspection of materials and equipment, and witnessing of tests
  • Coordination of engineering in the form of limited design and engineering support during fabrication and construction activities
  • Fabrication Support
  • Construction Support
  • Material Control
  • Computer Aided Design (Drafting)
  • Healing, Ventilating & Air Conditioning (HVAC)

 

Contractor will demonstrate capacity and capability to provide the following services:

  • Architectural design, Mechanical Design, Structural Engineering, Piping Design, Electrical Engineering, Project Management, Hazardous Area Classification, Instrumentation and Control, Technical Documentation. Telecoms, Process Engineering, Cost Estimating, Drafting Services (3-D Intelligent P&IDs, PDMS, Isometrics and General Arrangement Drawings)

 

Specialist Engineering Services Scope:

The following scope of work will be expected to be subcontracted to recognized experts in this fields

  • HAZOP Chairmanship.
  • Specialist Process Engineering Studies (i.e. Hare radiation modeling and gas release modeling)
  • Reliability Modeling
  • Maintenance Consulting
  • Development and Review of Procedures
  • Marine Structure Dynamic Analysis including Fatigue Analysis
  • Dynamic Flow Modeling and
  • Finite Element Analysis.

 

Mandatory Tender Requirements

A.      To be eligible for this tender exercise, interested contractors are required to be pre-qualified in 3.01.01 (Project Administration Services). 3.01.02 (Steel/Construction/Architectural Services). 3.01.03 (Process /Utilities/ Piping/HVAC Services). 3.01.04 (Equipment/Mechanical Services) or 3.01.99 (Other Engineering Services) categories 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 Imitation 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 cheek 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

Star Deep Water Petroleum Limited 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 fender 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 and 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 3.01.99 (other Engineering Services) by 4:00 pm. on 20th June, 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 Star Deep Water Petroleum Limited 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 Star Deep Water Petroleum Limited 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.       Star Deep Water Petroleum Limited 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 Nigerian National Petroleum Corporation (NNPC), Texaco Nigeria Outer Shelf Inc. (a Chevron Corporation affiliate), Statoil Nigeria Limited, and Petroleo Brasileiro Nigeria Limited,

2 Chevron Drive Lekki Peninsula, P.M.B. 12825, Lagos

 

Invitation to Tender at Oyo State Civil Service Commission

Invitation to Tender

For the Renovation of Oyo State Civil

Service Commission Building Complex

 

The Oyo State Civil Service Commission intends to carry out the renovation/face lifting of its 2-Storey Building at the State Secretariat Complex, Ibadan.

 

2.       The renovation job shall cover the following areas of works and other minor works:

(a)     Felting of the roof;

(b)     Replacement of doors and locks;

(c)      Replacement of pvc floor tiles or rugs in some offices with ceramic floor tiles

(d)     Installation of burglarproof at the ground floor and windows;

(e)      Repair of tables and supply of high quality chairs at the Conference Room;

(f)      Painting (interior and exterior);

(g)     Glazing, electrical and mechanical/ plumbing works;

(h)     Provision of toilets in the offices of the Permanent Secretary, Full-Time Commissioner, Directors (Personnel and Recruitment) among others.

 

3.       Interested bidders are free to inspect the building between 10.00am and 3.00 pm every working day (Monday-Friday) from Thursday, 30th May, 2013 to Tuesday, 11th June, 2013.

 

4.       Eligibility for Tender

The following documents are to be attached to every tender (Bid):

(i)                Payment of Tender Fee

(ii)             Evidence   of   registration   with   Corporate  Affairs Commission, Abuja as a body corporate;

(iii)           Evidence of registration   in appropriate   category with Oyo State Bureau of Public Procurement;

(iv)           Evidence of payment of Personal   Income Tax by at least   two Directors of the Company covering the last three (3) years;

(v)             Evidence of payment of Company Income Tax in the last three (3) years;

(vi)           Evidence of similar projects successfully executed in the past; and

(vii)        Evidence of Registration of Business Premises at Ministry of Trade, Investment and Cooperatives Ibadan.

 

5. Bid documents are obtainable between 9.00 am and 3.00 pm every working day (Monday-Friday) from Thursday, 30th May to Tuesday, 11th June, 2013 at Room 46, Civil Service Commission, Secretariat, Ibadan upon payment of a non-refundable fee of N25,000.00 to Oyo State Government (Miscellaneous Revenue) Account No.0121754507, Head 4080024 at Wema Bank.

 

6.  Submission of bid closes 4.00 pm on 13th June, 2013. Completed and sealed bids should be submitted to the Secretary, Oyo     State     Tenders     Board, Cabinet Department, Office of the Governor, Secretariat, Ibadan.

 

7. Bids received will be opened at on Friday, 14th June, 2013 @ 10.00 a.m. in the presence of Bidders or their representatives, who choose to attend.

 

8.  Should you   require further clarification, kindly contact the Permanent Secretary at Room 25 of the Commission.

 

Dr. Titi Ipadeola, mni,

Chairman,

Civil Service Commission.