Invitation for Pre-Qualification of Contractors for Procurement of E-Books at Institute of Management and Technology (IMT)

Institute of Management and Technology

Office of the Registrar

PRIVATE MAIL BAG 01079

ENUGU, NIGERIA

E-mail: imtregistry@imt.edu.ng

Invitation for Pre-Qualification of Contractors for Procurement of E-Books

The Institute of Management and Technology (IMT), Enugu , in compliance with the provisions of the public procurement Act 2007, wishes to invite interested and competent companies to submit documents for pre-qualification for the acquisition and installation of e-books in the institute’s central library courtesy of Tertiary education trust fund (TETFUND).

Scope of Work

The e-books which will have 5000 FTEs will be in the following subject areas:

1.       Chemical Engineering

2.       Civil Engineering

3.       Electrical Engineering

4.       Electronic Engineering

5.       Mechanical Engineering

6.       Marine Engineering

7.       Petroleum Engineering

8.       Actuarial Science

9.       Geology

10.     Industrial Chemistry

11.     Physics

12.     Business Administration

13.     Economics

14.     Management

 

Technical Pre-Qualification Requirements

1.       Evidence of registration with Corporate Affairs Commission (CAC)

2.       Evidence of registration with Institute of Management and Technology (IMT), Enugu as a Contractor

3.       Tax clearance certificate for the last three (3) years (2010, 2011, and 2012)

4.       Evidence of VAT Registration and Remittance

5.       Evidence of compliance with section 6(1) to (3) of Industrial Training Fund (ITF) Amended Acts No. 19 of 2011.

6.       Verifiable documentary evidence of similar jobs that had been successfully executed within the last three (3) years.

7.       Evidence of ownership or lease of workshop and/or equipment

8.       Sworn Affidavit disclosing that all documents submitted are not only correct but genuine

9.       Audited Accounts for the last three (3) successive years prepared (and stamped) by a chartered Accounting firm

10.     Company Profile and Technical Qualification of key personnel

11.     Current Bank Reference and Statement of Account of the Company for the last 12 months

12.     Firms applying to be pre- qualified should accompany their submission with a disclosure as to whether any staff of IMT, Enugu is a former or present director, share holder or has any pecuniary interest in the company

13.     Evidence of registration of the firm with relevant Professional Bodies, where applicable.

 

Submission of Pre-Qualification Documents

The pre- qualification document shall be deposited in the Tenders Box located in the Registrar’s Office, IMT Campus I, Independence Layout, Enugu between 8.00 a.m. to 4.00 p, m. on working days only.

 

Closing Date and Opening of Bids

The closing date for submission of Pre-qualification documents is 27th June, 2013

All Bidders and/or their Representatives are invited to witness the public opening of bids. Only pre-qualified bidders would be invited to submit financial bids in due course.

 

Please Note That:

  1. Institute of management and Technology, Enugu will not enter into correspondence with any unsuccessful bidder.
  2. Any bidder that submits fake documents shall be out rightly disqualified and may be reported to relevant authorities.
  3. The Institute reserves the right to cancel the procurement proceeding-s in the public interests without incurring any liability to the bidders.
  4. This advertisement shall not be constructed to be a commitment on the part of IMT, Enugu nor shall It entail any bidder to make any indemnity from IMT, Enugu by Virtue of such bidder having responded to this advertisement.

 

Signed:

SYLVANUS N. ASOGWA

REGISTRAR

 

Invitation for Expression of Interest Pre-Qualification at Nigeria LNG Limited (NLNG)

Invitation for Expression of Interest Pre-Qualification for:

Provision of Harbor Tugs for Towage and Berthing Operations, Security Escort and Patrol Boats, Pilot Boats and Pilotage Service and Mooring Services including Pollution Monitoring for Nigeria LNG Limited on Bonny Island, River State, Nigeria

 1.     Introduction

Nigeria LNG Limited (NLNG) requires the provision of the following Marine Assets and Services to assist with its LNG production and export activities in Bonny, Rivers State or Nigeria:

 

(1)     Seven (7) brand new ASD harbour Tugboats built to NLNG’s specification for time charter including crewing, management and maintenance and towage services.

(2)     Two (2) brand new purpose-built Pilot Boats built to NLNG’s specification for time charter including crewing, management and maintenance of the pilot boats and of the pilot boats and pilotage services.

(3)     Four (4) brand new purpose built ballistic Security Patrol and Escort Boats built to NLNG’s specification for Time Charter including Crewing, Management and Maintenance of the security patrol and escort services

(4)     Provision of Mooring Men for mooring and unmooring of export tankers during berthing and unberthing operations

NLNG hereby invites interested contractors with experience in above services to express their interest to participate in the tendering for these services.

2.  Scope of Work

(A) TUG BOATS AND TOWAGE SERVICES

The tugs will be required for general harbour duties, which will include:

  • Berthing and unberthing LNG/LPG and Condensate tankers of up to 210,000m3 size at the LNG/LPG/Condensate jetties.
  • Berthing and unberthing vessels of up to 120,000 tons dwt calling at the LNG terminal.
  • Transporting material and personnel
  • Towing and escort of vessels.
  • Assist with laying and re-positioning of navigational buoys in the Bonny Bar Channel.
  • Fire watch and fire fighting.
  • Stand-by duties and protection of safety exclusion zone.
  • Assist with deployment of oil spill equipment.

 

Functional Specification

The marine terminal operates round the clock and the tugs will therefore be available 24 hours a day, in accordance with call out procedures.

The following “Functional Specification” gives general requirements for the tugs and full specification will be included in the Invitation to Tender.

 

The tugs are to be identical or similar and will be newly built to full functional specification. They will construction and are to be classified + 100 A1 tug.

 

Unrestricted Service LMC + FiFi 1 in accordance with Lloyds Rules and Regulations for the Classification of Steel Ship or direct equivalent by an approved (IACS) classification society.

 

The tugs will be of a modem type and of a design with a proven capability. Propulsion will be of azimuth (ASD), and bollard pull will be between 65 -75tons and sea speed not less than 13.5 knots.

 

All of the tugs will be fully “tropicalised” to be suitable for prolonged operation in tropical climate.

 

The tugs will have sufficient berth space for a complement of two (sets) of officers and crew working 12-hour shift for continuous 24-hour operation.

 

Control of Sources of Ignitions:

In view of the hazardous nature of the cargoes being handled at the terminal, all sources of ignition must be eliminated. Electrical equipments must be protected to recognised standards and fendering must be adequate to avoid metal-to-metal contact. In particular:

 

(i)                Engine exhaust must be fitted with approved spark arrestors

(ii)             Deck electrical equipment and installation must be in accordance with Classification Society of Flag State requirements or the recommendation of the International Electro-technical Commission Publication 1992 entitled “Electrical Installations in Ships” whichever is the higher

(iii)           All-round fendering must be provided and should be low friction extruded rubber tendering built to BS2782 standard, or equivalent

(iv)           The tugs will be equipped with hydraulic crane to assist with laying and re-positioning navigation buoys in the Bonny Bar Channel, and deployment of oil spill equipment

(v)             Tamper proof fuel custody system complete with flow meters for measuring fuel loading, fuel consumptions and fuel level gauge printing capability

(vi)           Fuel efficient diesel engines capable of generating 65 to 75TBP force or

(vii)        Dual fuel engines capable of burning either LNG or diesel fuel or combination of both fuels and generating 100% load to deliver 65 to 75TBP force with each combination, (vi and vii to be confirmed during actual tendering process)

 

(B)     Security Escort and Patrol Boats and Escort Services

The security escort and patrol boats will be required for general marine security and search and rescue duties, which will include:

 

  1. Security escort of LNG, LPG and condensate product tankers to and from the NLNG facility
  2. Waterfront security patrol duties of all NLNG jetties
  3. Transporting security personnel and other personnel as directed by NLNG terminal security department
  4. Search and rescue duties
  5. Security escort and standby duties to third party vessels approved to call at NLNG jetty as required
  6. Stand-by duties and protection of security exclusion zone
  7. Assisting with search and rescue operations.

 

Functional Specification

Escort services will be conducted for tankers from Fair Way Buoy (sea buoy) to the NLNG Jetties and during departure back to fairway buoy. The boats should also be capable of rendering security surveillance and patrol for 24-hours, covering seaward entrance and the entire Mobil, NLNG and SPDC Bonny facilities waterfront Security personnel shall be required to remain on board 24 hours.

 

This “Functional Specification” shall not be necessarily limited thus owners must obtain any additional information, regarding local conditions and technical requirements, which may be necessary to operate the boats in Bonny.

 

Principal characteristics of the Escort Security Boats will be as follows:

  • Inboard Diesel Engine
  • Service speed up to 40 knots
  • Seating for 3 crew and 6 security personnel
  • Good sea keeping qualities in conditions up to Beaufort 6
  • Safe walking platform around the boat
  • Good all round visibility from inside
  • Non-slip deck finish
  • Grab rails round for personnel safety on deck
  • Safe access to bow space
  • Alarm strobe light mounted at the top with all round vision
  • Wide beam rotating Search light for night operation
  • Strength commensurate with the role.

 

Construction

  • Hull material: aluminum, aluminum alloy or steel or other material of equivalent strength
  • Superstructure: aluminum, aluminum alloy or steel or other material of equivalent strength
  • Ballistic Protection: Bullet proof aramide fibre reinforced protection for entire hull, superstructure, engine room and fuel oil tanks to withstand 7.6mm caliber bullets at 30m range
  • Gun pots with rifle holders both sides, bow and stern of the vessel for deploying light arms or provision for mounting large guns bow and stern, preferably bow.
  • Classification: Built to classification standards
  • Low visibility Navy colour

 

The vessel shall be fully “tropicalised” so as to be suitable for prolonged operation in a tropical climate:

 

Control of Sources of Ignition

In view of the hazardous nature of the cargoes being handled at the terminals, all sources of ignition must be dealt with, electrical equipment must be protected to recognized standards and fendering must be adequate to avoid metal-to-metal contact. In particular:

i)                   Engine exhaust must be fitted with approved spark arrestors

ii)                Deck electrical equipment and installation must be in accordance with Classification Society and Flag State requirements or the recommendations of the International Electro-technical Commission Publication 1992 entitled “Electrical Installations in Ships” whichever is the higher.

iii)              All-round fendering must be provided and should be low friction extruded rubber fendering built to BS2782 standard, or equivalent.

iv)              Tamper proof fuel custody system complete with flow metres for measuring fuel loading , consumptions and fuel level gauge printing capability

v)                Fuel efficient diesel engines

 

(C)    Pilot Boats and Pilotage Services

The pilot boat will be required for general harbour duties including pilot boarding operation for LNG, LPG and Condensate vessels in seas up to Beaufort Force 7.

 

Pilot boats and pilotage services will be conducted for tankers from Fair Way Buoy (sea buoy) to the NLNG jetties and during departure back to fairway buoy. The boats should also be capable of rendering pilotage service with NPA pilots for 24hours.

The pilot boat shall have sufficient berth space for a complement of master and 2 crews working 12 hours shift for continuous 24 hours operation and 6-motion damping seats including that of the pilot. Propulsion will be of conventional propeller and speed not less than 16 knots.

 

Control of Source of Ignition:

In view of the hazardous nature of the cargos being handled at the terminal, all sources of ignition must be dealt with, electrical equipment must be protected to recognised standards and fendering must be adequate to avoid metal-to metal contact. In particular, engine exhaust must be fitted with approved spark arrestors.

 

Fire hydrant branches, nozzles and hoses in accordance with State or Classification Society requirements.

In particular:

  1. Engine exhaust must be fitted with approved spark arrestors
  2. Deck electrical equipment and installation must be in accordance with Classification Society and Flag State requirements or the recommendations of the International Electro – technical Commission Publication 1992 entitled “Electrical Installations in Ships” whichever is the higher
  3. All-round fendering must be provided and should be low friction extruded rubber tendering built to BS2782 standard, or equivalent
  4. Tamper proof fuel custody system complete with flow meters for measuring fuel loading and fuel consumptions and fuel consumptions and fuel level gauge printing capability
  5. Fuel efficient diesel engines

 

Principal characteristics of the pilot boats will be as follows:

  • Inboard Diesel Engine
  • Service speed not less than 16 knots
  • Seating for 3 crew (including Master) and 6 other personnel
  • Good sea keeping qualities in conditions up to Beaufort 7
  • Safe walking platform around the boat
  • Good all round visibility from inside
  • Non-slip deck finish
  • Grab rails round for personnel safely on deck
  • Wide beam rotating Search light for night operation
  • Strength commensurate with the role.

 

Construction

The pilot boats shall be built of aluminum, aluminum alloy or steel welded construction. It shall be designed and constructed to satisfy the requirement for registration in the United Kingdom, complying with the United Kingdom MCA” Small Boats Regulations” and are to be classified +A1, Extended protected Waters  + UMS Pilot Boats or in accordance with Lloyds Rules and Regulations for the Classification of Steel Ships or direct equivalent by an approved (IACS) Classification Society

 

Tropicalisation:

The vessel shall be fully “tropicatised” so as to be suitable for prolonged operation in a tropical climate.

 

(D)    Mooring Services, Including Pollution Monitoring

Mooring men to assist in the following tasks/operations:

(i)                Handling of mooring lines during the berthing and unberthing of tankers and general cargo vessels to and from any LNG Jetty

(ii)             Routine inspection and testing of all mooring support equipment including capstans, mooring hooks, messenger ropes, life jackets, lifebuoys etc associated with mooring operations, NLNG jetties and prompt Sporting of deficiencies to the Senior Marine Supervisors for necessary attention

(iii)           Pre-arrival checks of mooring equipment for functionality in line with approved checklists

 

All mooring personnel to work in 12- hour shift (day and night) and to cover possible simultaneous tanker mooring operations on two (2) jetties for continuous 24-hour operations as may be required. Operation in each Jetty to be undertaken by not less than eight (8) men (four (4) men each end of the vessel). Detail of meeting requirement for 12- hour rest period and applicable leave to be presented.

 

(iv)    Provision of life guards to cover NLNG passenger jetties in Port Harcourt and Bonny

(v)     Provision of one (1) anti pollution monitoring Rigid inflatable Craft (RIBCRAFT) and

(vi)    Provision of minimum of three (3) crew per shift for operation of RIBCRAFT, anti-pollution monitoring and waterfront patrol including;

  • Search and rescue operations and;
  • Man overboard standby duties during any jetty repair activities

Life guards, and rescue boats crew to work in 12-hour shift for continuous 24-hour operations as may be required. Details of meeting requirements for 12-hour rest period and applicable leave to be presented.

2.     Commencement and Duration

Tentatively, the expected date of commencement of construction of tugboats is 1st quarter of 2014. Expected delivery of first two (2) tugboats to NLNG is 1st quarter, 2015. The remaining five (5) tugboats are to be delivered not later than 1st quarter, 2016. Charter duration will be 10 years firm, with the option to extend for up to five (5) years.

 

Construction of the four (4) security escort and patrol boats is to commence not later than 3rd quarter 2014 for delivery on or before August 2015. Charter duration will be four (4) years firm with options to extend for up to two (2) years.

 

Construction of the two (2) pilot’s boats is to commence not later than 2nd Quarter, 2014 for delivery on or before 1st quarter, 2015. Charter duration will be five (5) years firm with options to extend for up to three (3) years.

 

Provision of mooring services is to commence not later than 3rd Quarter 2016 for duration of four (4) years with option to extend for one (1) year.

4.     Cabotage Compliance

The provision of harbour towage services, security patrol boats services and pilotage services on Nigerian waters is regulated under the Cabotage Act of 2003 which requires amongst others 60% Nigerian ownership of companies and vessels operating in the Nigerian Cabotage trade.

 

In view of the above, respondents should demonstrate the following:

1)      Proof of Nigerian ownership participation (provide form CO2 and CO7) or an agreement duly signed by the chief executives of both parties, supporting an alliance with Nigerians. The indigenous party shall be leading partner in such agreement

2)      Proposed organogram for the work scope populated with nationality and qualifications of personnel.

3)      Plan to register the marine crafts in Nigeria

4)      Plan to employ Nigerian crew, maintenance and support personnel

5)      Detailed training and development plan for Nigerian crew or cadets stating the training disciplines, man-hours and duration

6)      Percentage of work scope to be conducted by Nigerian personnel/engineers and submission of plan for increasing this work scope over the duration of each charter

7)      Evidence of existence of storage, maintenance and repair shop in Nigeria or plan for the establishment of the above in Nigeria

8)      Evidence of NIMASA and all other government authorities’ compliance

9)      Further innovation proposals that would enhance the development of Nigerian content on the service including plans for transition to 100% Nigeria ownership and Nigerian content in construction of vessels.

5.     Nigerian Content

The Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 supports and details expected Nigerian Content deliverables within contracts in the Nigerian oil & gas industry.

 

NLNG is committed to the development of the Nigeria oil & gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development.

 

Interested companies shall comply with the provisions of the Nigerian Content Act that relates to this service and in particular comply with the minimum Nigerian Content percentage (%) for the scope which are covered in the Act.

Failure to comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian Government shall result in disqualification from bidding for this contract.

 

5.1    Nigerian Content Requirements

Companies responding to this advertisement are required to submit the following in compliance to Nigerian Content Act, 2010:

  1. Documentation to demonstrate that the entity is a Nigerian-registered company. Submission of certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria.

 

  1. The process and procedure that explain the methodology of how it intends to comply with the requirements of the Nigerian Oil & Gas Industry Content Development Act 2010 (Nigerian Content Plan) and how to achieve the set target(s) in the schedule of the Nigerian Oil & Gas Industry Content Development Act and any targets set by the Board.

 

  1. A plan for giving first consideration to services provided within Nigeria with a list of work packages, third party services and subcontracts which should be reserved for Nigerian indigenous contractors, including those that will be provided by companies of Nigerian origin.
  2. A plan of how it intends to give first consideration to raw materials and manufactured and assembled goods of Nigerian origin which shall include a breakdown of all raw materials to be utilised and identifying those that are found locally, finished products and materials that will be procured from Nigerian manufacturing and assembly plants, finished goods that order can be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported.
  3. An Employment and Training Plan (ETP) explaining how first considerations shall be given to employment and training of Nigerians in work programme on the contract, hiring and training needs with a breakdown of the skills needed and anticipated skill shortage in the Nigerian labour force including the training and understudy program for succession planning.
  4. Technology Transfer Plan (TIP) explaining the methodology of how it intends to promote the effective transfer of technology from alliance partners to Nigerian individuals and companies.
  5. Research & Development Plan (RDP) explaining the methodology of promoting education, attachments, training, research and development in Nigeria in relation to the contract.
  6. Details of the company’s corporate organsations overall human resources structure (management, supervisors, senior & junior skilled officers, etc), identifying positions manned/occupied by Nigerian nationals with evidence of type of employment in-country and identifying the positions manned/occupied by other nationals.
  7. Proposed organogram for this work scope populated with nationality, qualification of personnel and years of experience of personnel on the job (attach CV of key finance, operational and technical personnel) including a succession plan in this work scope.
  8. A detailed description of the location of in-country committed facilities Si infrastructure (assets, equipment, technical office, and administrative space, storage, etc) in Nigeria to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries.
  9. Further innovation proposals that would enhance the development of Nigeria content on the service including plans for transition to 100% Nigerian ownership of the company.
  10. A copy of the company’s (Nigerian Content Equipment Certificate) NCEC or a proof of its application for the certificate to the Board.

6.     Other Requirements

In addition to the Nigerian Content requirements and other regulatory requirements, companies signifying interest by responding to this advertisement shall also submit:

  • Company profile
  • Organizational structure with names and responsibilities of staff
  • CV of at least two (2) key staff that shall provide sufficient operational and technical knowledge of the specific business that the company has indicated interest in
  • Certificate of Incorporation
  • Details of any technical support relationship with foreign companies (if any)
  • Nigerian tax registration number
  • Tax clearance certificates for the past (3) years.
  • VAT Registration Certificate
  • Reference Letter from the Bank
  • Public/Third Party Liability Insurance Certificate
  • Evidence of employer’s liability (Workmen’s Compensation/Group Life Assurance Policy)
  • Audited annual financial report and relevant financial capability information for the last three (3) years
  • Company’s Quality Policy
  • Copy of international safety management (ISM) document of compliance
  • Copy of contractor’s safety management system manual
  • Description and specification of vessels currently owned, or operated by the contractor
  • Details of relevant verifiable experience of towage service contract(s) that contractor has undertaken as main contractor over the past five years
  • Detailed company Health, Safety and Environment (HSE) management plan
  • Community relations proposal giving in detail how the company has successfully handled community related issues in the past and proposal for this during the execution of the service
  • Record of experience of similar jobs performed within the last five (5) years
  • Any additional information that will enhance the potential of the company

 

Interested contractors MUST be able to provide all the services that have been advertised, which are:

 

(A)    Tug Boats and Towage Services

(B)    Security Escort and Patrol Boats and Escort Services

(C)    Pilot Boats and Pilotage Services

(D)    Mooring Services Including Pollution Monitoring

 

7.     Support Facilities

NLNG will provide a sheltered marine base where the boats can lay alongside when not working. NLNG will also provide office accommodation for the contractor within the terminal. NLNG will not provide workshops to support the contractor’s maintenance activities or living quarters for contractor’s staff.

 

Submissions in response to the above requirements shall be completed strictly in accordance with the instruction given in this publication, segregated and arranged in the order indicated.

Failure to submit any of the documents may result in the disqualification of the applicant.

 

The expression of interest and pre-qualification documents should be submitted either in hard copy in a sealed envelope and marked “CONFIDENTIAL – Expression of Interest and Pre-Qualification for Provision of; Harbour Tugs and Towage Services, Security Patrol, Escort Boats and Escort Services, Pilot Boats and Pilotage Services, Mooring Services Including Search and Rescue and Anti-pollution Patrol Services” to:

 

The Head, Business Strategy & Support,

CPM Department

Production Division,

Nigeria LNG Limited,

Bonny Island, Rivers State

OR

In electronic copy in PDF format by e-mail to vendor.enquiry@nlng.com with “CONFIDENTIAL -Expression of Interest and Pre-Qualification for Provision of Harbour Tugs and Towage Services, Security Patrol, Escort boats and Escort Services, Pilot Boats and Pilotage Services, Mooring Services Including Search and Rescue and Antl Pollution Patrol Services” in the subject line.

 

In either format, the submission must be received by Nigeria LNG Limited not later than 18th June, 2013.

 

Please Note:

  • This is not an invitation to tender. Full tendering procedure will be provided to applicants who are successfully pre-qualified in accordance with NLNG’s pre-qualification procedures.
  • Notwithstanding the submissions of the documents for the expression of interest NLNG is neither committed nor obliged to include any company and/or associated companies, agents or sub-contractors on any bid list or award any form of contract to any company and/or associated companies, agents or sub-contractors.
  • Please be aware that this invitation to express interest does not guarantee that you will be requested to submit an offer to Nigeria LNG Limited; it does not constitute any form of agreement or contract between our companies. Nigeria LNG Limited shall not be responsible for any cost incurred in responding to this invitation.
  • This advertisement of Expression of Interest and Prequalification shall not be construed as a commitment by NLNG, nor shall it entitle respondents to claim any indemnity from NLNG, Technical Advisers and/or any of its shareholders by virtue of having responded to this advertisement

 

Signed:

MANAGEMENT

 

Nigeria LNG Limited

 

Request for Proposal “RFP for Consultancy for Conducting Scriptwriting Competition, Production and Dissemination of Short films Based on Selected Short Script” at United Nations Office on Drugs and Crime (UNODC)

Request for Proposal

Subject:    “RFP for Consultancy for Conducting Scriptwriting Competition, Production and Dissemination of Short films Based on Selected Short Script”

The United Nations Development Programme (UNDP) Nigeria on behalf of the United Nations Office on Drugs and Crime (UNODC) Nigeria is seeking the services of qualified company/organizations to offer consultancy services for “RFP for Consultancy for Conducting Scriptwriting Competition, Production and Dissemination of Short films Based on Selected Short Script”

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

http://procurement-notice.undp.org/view_notice.cfm?notice_id=11477 or http://www.ng.undp.org/procurement.shtml to download the RFP document.

Your proposal should be marked and addressed according to the instructions on the RFP document and must be dropped in the UNDP bid box in the following address in hardcopy not later than 12 noon local time Abuja on 12th June, 2013, 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.

The submission should be marked and titled “RFP for Consultancy for Conducting Scriptwriting Competition, Production and Dissemination of Short films Based on Selected Short Script” and addressed to:

The Service Centre Manager,

UNDP – Nigeria,

19, T.Y. Danjuma Street,

Asokoro, Abuja,

Nigeria.

For any clarification on any aspect of this RFP advert, please send an e-mail to vdmssupport.ng@undp.org quoting “RFP for Consultancy for Conducting Scriptwriting Competition, Production and Dissemination of Short films Based on Selected Short Script” 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

 

 

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 following projects appropriated in the 2013 Budget of the Nigerian Maritime Administration and Safety Agency (NIMASA)

INTRODUCTION

The Nigerian Maritime Administration arid Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport, intends to execute the following under-listed projects appropriated in the 2013 Budget by the National Assembly.

Accordingly, reputable and qualified Firms are hereby invited to submit Technical and Financial Bids:

LOT 1:        Construction of Scanning & Fourier Transform Infrared Spectrometer (FT1R) Station in Lagos.

LOT 2:        Provision of Environmental Index Mapping (ESI) services in four NIMASA domains: Lagos, Port Harcourt Warri, Calabar and seaports within its jurisdiction to protect the natural resources and environment.

LOT 3:        Facility inspections and Environmental Compliance Monitoring, Audit services of NIMASA Zonal Offices in Lagos, Warri, Port Harcourt and Calabar,

LOT 4:        Fauna and Benthic probing of seabed in Eastern and Western Zones at two (2) Sub-stations on each Wing.

LOT 5:        Pollution Monitoring and Evaluation of the Ports in Apapa, Tincan, Warri, Eket, Escravos, Onne, and Bonny and Onne Terminals.

LOT 6:        Design and Construction of Pollution Equipment Storage Facility.

LOT 7:        Redesign and Upgrade of a Search and Rescue/Emergency Operations Helipad’ located at the Nigerian Maritime Resource Development Centre,    Kirikiri-Lagos.

LOT 8:        Construction of Equalization Tank.

LOT 9:        Construction of Aquacell for Sewage Treatment.

LOT 10:      Construction of Effluent Bed Filter with an embedded primary pumping sub-station.

LOT 11:      Construction of Pre-treatment Sub-structure for Ballast Basin.

LOT 12:      Construction of Patent Technology for Ballast and Waste Water Treatment inclusive of Accidental Oil Contamination (AOC).

LOT 13:      Consultancy Service on Pilot Study on offshore Reception Facilities including logistics in Calabar, Cross River State.

LOT’13:      Consultancy Service on Pilot Study on offshore Reception Facilities including logistics in Calabar, Cross River State.

LOT 14:      Clearing and removal of water hyacinth from Nigerian waters – Lagos7 State area (Ojo/Igbede Creek, Badagry Creek, Ikate-Ibute, Marina/CMS, Bonny Camp, Third Mainland Bridge, Five Cowrie Creek, Ikorodu/Badagry).

2.0     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 the past three(3)years (2010.2011 and 2012).

(v)             Evidence of VAT 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 past three (3) years (2010, 2011 2012) duly endorsed by a firm of Chartered Accountants.

(ix)           Provision of Bid Security at 2% of Bid price for quotations in excess of N50million.

2.1.   Technical Requirements

(i)      Evidence of Professional qualifications of key personnel and that of the Firm.

(ii)     Verifiable evidence of similar projects successfully executed or on-going within the past three (3) years.

Notation

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

3.0       Collection of Bid Documents

Interested Bidders should collect Tender Documents from Tuesday, 11th June, 2013 at Room 501,5th Floor, Procurement Department of the Agency after payment of a non-refundable tender fee of N30,000.00 (Thirty Thousand Naira) only and obtain receipt from the Financial Services Department (Revenue Section) of the Agency on the 4th Floor.

 

4.0     Deadline for Submission

Technical Bid should be packaged separetely from the Financial Bid; Both Bids should be in one package and submitted with one (l) set of CD-ROM. The package/ envelope should be clearly marked, stating the project. Company’s Name and submitted. BEFORE the closing date of Tuesday, July 23rd, 2013 by 12 noon in the office of:

The Deputy Director (Procurement)

5th Floor (Room 501)

Nigerian Maritime Administration and Safety Agency

4, Burma Road, Apapa

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

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

Notation: Bidders are advised to submit before the closing date. However, any submission on the last day 23rd July, 2013 should be done at NMRDC, Kirikiri on or before 12noon.

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

5.0       Opening of Bids

All Bids received shall be opened on Tuesday, July 9th 2013 at the NIGFRIAN MARITIME RESOURCE DEVELOPMENT CENTRE (NMRDC) MULTI PURPOSE HALL, KIRIKRL LAGOS immediately after the closing time of 12noon.

All bidders/representatives, relevant professional bodies and Non-Governmental Organisations (NGOs) are invited to witness the public exercise accordingly.

6.0     Enquiries

All enquiries regarding this advertisement should be directed to the Office of the Deputy Director (Procurement) or call telephone Numbers: 0805076545S 08033737724, 08023055758 and 08088524788.

7.0       Please Note:

(i)      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.

(ii)     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

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

SIGNED: MANAGEMENT

Signed

Management

Invitation for Tender at Nigerian Institute of Animal Science

Nigerian Institute of Animal Science

House No. 1&3, 45 Road, 4th Avenue Gwarimpa II, Estate, Abuja. P.O. Box 1565 Wuse, Federal Capital Territory, Abuja

Invitation for Tender

Projects (A. B & C)

Invitation to Tender for Consultancy services and Procurement of Goods: Accreditation of Animal Science Programmes Phase 4, Development of Industry Standards Phase 4, Livestock Industry Audits Phase 4, Development of Livestock Database Phase 4, Development of Continuing Professional Education Programmes Phase 4, Centres of Excellence Laboratories, Phase 4, and Start up Programmes at the Post Graduate College of Animal Science, Kaduna, Instructional Materials.

Introduction

The Nigerian institute of Animal Science (NIAS) intends to execute its approved FY Capital Project for the year 2013. The Institute therefore is inviting competent, reputable and interested Consultants/Contractors to submit bid/tender for the following projects:

1.0     CONSULTANCY:

1.1     PROJECT A:

 

Lot

 

Project Description

 

Lot Al:

 

Consultancy service for Accreditation of Animal Science Programmer Phase 4
Lot A2: Consultancy- Service for Development of Industry Standards Phase 4
Lot A3: Consultancy Service for Livestock Industry Audit Phrase 4,
Lot A4: Consultancy Service for Livestock Database Phase 4,
Lot A5:

 

Consultancy Service for Development of Mandatory Continuing Professional Education Programmes, Phase A.

 

2.0     Goods:

2.1     Project B: Centres of Excellence Laboratories Phase 4:

 

Lot Project Description Qty Location
Lot B. 1:

 

Procurement and supply of a complete Feed mill (Horizontal Mixer); with a capacity of 250kg/Batch, Comprising of 4 tons/hr grinder with 30Hp electric motor, 500kg capacity Horizontal mixer with 5.5Hp electric motor and gear and 15ft long screw conveyor with 5.5Hp electric motor to transfer the grinded material from the grinder to the mixer and also a 1 ton capacity silo with 12 ft long screw conveyor to transfer the already mixed materials into the Silo (at least 2 tonnes/hr). 2 University of Agriculture, Makurdi, Benue State and University of Benin, Benin, Edo State.
Lot B. 2:

 

Procurement and supply of Near Infrared (NIR) Spectrophotometer Analyzer equipment.

 

2 University of Agriculture, Makurdi, Benue State and University of Benin, Benin, Edo State.
Lot B. 3.

 

Procurement, supply and installation where necessary Micro Tracer/Accessories and train staff on the use of the equipment. 5 University of Agriculture, Makurdi, Benue State, University of Benin, Benin, Edo State, Ahmadu Bello University, Zaria, University of Nigeria Nsukka and University of Ibadan, Oyo State

 

Lot B.4:

 

Procurement, supply and Installation where necessary specific required Animal Handling Equipment and train staff on the use of the equipment. 5 University of Agriculture, Makurdi, Benue State, University of Benin, Benin, Edo State, Ahmadu Bello University, Zaria, University of Nigeria Nsukka and University of Ibadan, Oyo State

2.2. PROJECT C: Post Graduate College of Animal Science Phase 4: Start up Programmes at the Post Graduate College of Animal Science, Kaduna, and Instructional Materials.

Lot Project Description                                                                                                                                         Location
Lot C. 1: Procurement of Instructional Materials Kaduna
Lot C. 2: Procurement of Office Stationeries Kaduna
Lot C. 3: Procurement of Office Furniture and Fittings Kaduna

 

Lot C. 4:

 

Procurement of Information And Communication Technology Equipment (ICT). Kaduna

 

Lot C. 5:

 

Procurement  of Office Equipment Kaduna

 

3.0     Tender Requirements:

1.       The execution of the above Consultancy services, Works and Goods will be conducted in accordance with Procurement Act 2007 and its applicable guidelines. E.g.

Interested Contractor/Bidder must present the following:

A.      Certification of Incorporation/Business Registration with Corporate Affairs Commission (CAC) of Nigeria including Articles and Memorandum of Association of the Company and up to date Annual Return with CAC (form CO2 & CO7 to be included).

B.      Copy of Tax Clearance Certificate for the last three (3) years with Tax Identification Number (TIN).

C.      Value Added Tax (VAT) Registration Certificate

D.      Verifiable evidence of experience.

E.      Evidence of compliance with Pension Reforms Act 2004.

F.      Audited account of bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

G.      Evidence and list of satisfactory similar jobs carried out for government agencies or private sector within the past three years stating values, evidence of award and completion (Project B &C).

H.      Company resume, including profile of at least four key Technical staff with the required skill/experience to be deployed for the execution of the contract. (For Project A, Lot 1-5, they must be Registered Animal Scientists (RAS).

2.       All submissions and claims are subject to verification as companies with false claims/submissions will be disqualified.

4.0 Collection of Tender Documents

All interested Consultants/Contractors are to collect bid documents upon payment of non refundable tender fee of N.10,000.00 (Ten Thousand Naira) only in certified bank draft made payable to the Nigerian Institute of Animal Science from May 29, 2013 from

Procurement Unit

Nigerian institute of Animal Science, House No. 1 & 3, 45 Road, 4th Avenue, Gwarimpa II Estate, Abuja.

The name of the organization should be written at the back of the draft. Bank drafts are to be presented for the issuance of receipts and collection of Bid documents at the Account department of the Institute. Please note that acceptance of receipt for bidding documents shall end by noon, July 8, 2013.

5.0     Submission of Proposal

  • Consultants/Contractors are expected to respond to this advert, simultaneously with completed Technical and Financial bids in Three (3) copies each including original and two (2) copies. Each of the documents should have two (2) separate sealed envelopes clearly, marked “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked with the appropriate project title and Lot No, at the he top right hand corner However only bidders which meet the qualification criteria will their financial bids be considered.
  • The bids should be submitted sealed in an envelope and addressed to:

The Registrar, Nigerian Institute of Animal Science, House No. 1 & 3, 45 Road, 4th Avenue, Gwarimpa II Estate, Abuja.

  • Bid documents should be submitted    at the Nigerian Institute of Animal Science Headquarters, House No. 1&3, 45 Road, 4th Avenue Gwarimpa II, Estate, Abuja, on or before 12.00 noon July 8, 2013.
  • All prices should be quoted in Naira.
  • All Consultants/Contractors shall bear all costs associated with the preparation and submission of its tender; the Tenders’ Board shall not be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process.
  • Any Consultant/Contractor or company who fails to submit the required documents will not be considered and also bid documents submitted after the submission date/time will be rejected
  • All bids must be sealed and drop in Tender Box at the reception area of the Institute’s Secretariat, Abuja.
  • The deadline for submission of all tenders is 12.00 noon, July 8, 2013.
  • The tender as well as all correspondence and documents relating to the tender shall be written In English language

6.0      Bid Opening

Opening of bid documents shall be carried out at exactly 12 noon on July 8, 2013 and all qualified Consultants/Contractors are expected to be physically present or be represented by persons with the requisite authority at the Institute’s Headquarters on July 8, 2013 for opening of bids by 12 noon.

7.0 Enquiries:

7.1     All enquiries on the advertisement are to be directed to:

The Registrar, Nigerian Institute of Animal Science, House No. 1 & 3, 45 Road, 4th Avenue, Gwarimpa II Estate Abuja

 

Signed

Registrar