Invitation to Pre-Qualify/ Bid for 2013 HV Transmission Line and Substation Projects at Transmission Company of Nigeria (TCN)

Transmission Company of Nigeria (TCN)

Public Notice

Invitation to Pre-Qualify/ Bid for 2013 HV Transmission Line and Substation Projects

Introduction

The Federal Government of Nigeria, through the Transmission Company of Nigeria (TCN), intends to execute the following new high voltage transmission line and substation projects.

 

Lot 2013-1:          Construction of Onitsha-Ifitedunu 132kV

Double-circuit transmission line.

 

Lot 2013-2:          Construction of 2x60MVA, 132/33kV

substation at Ifitedunu and 2x132k V line

bays extension at Onitsha.

 

Pre-Qualification

To pre-qualify, an Engineering, Procurement & Construction (EPC) company is required to provide the following:

 

(1)     A copy of Certificate of Incorporation in Nigeria (Form C07 must be attached) or overseas.

 

(2)     Company Profile including:

  • Populated organizational structure and key professional staff with experience high voltage power lines/substations
  • Availability of requisite and appropriate skills among key staff and persons to be engaged in the projects.

 

(3)     Evidence of:

  • Having successfully completed at least one (1) similar project in Nigeria within the last seven (7) years:
  • Having not more than two (2) similar on-going projects in Nigeria. The on-going projects must have achieved not less than 70% completion at the time of submission of pre-qualification proposals.
  • Final Taking Over Certificate(s) from clients and evidence of payment for such projects, names, addresses, emails and phone numbers of contact persons and consultants on each project must be attached.
  • Compliance with the Pension Reform Act.

 

(4)     Detailed programme of compliance with the local content law of the Federal Government of Nigeria, particularity as it affects Nigerian engineers, in the project design and execution.

 

(5)     Any other relevant information which may assist in enhancing the profile of the applicant

 

Certified Audited Account and Tax Clearance

All applicants Must submit Certified Audited Accounts of their companies along with the corresponding 3years Tax Clearance Certificates which shall be verified and the and the original sighted.

 

Important Visa Information

Prospective EPC companies whose major equipment will come from countries that will refuse visas to TCN engineers who are first time overseas travelers need not apply.

 

Collection of Pre-Qualification Document

From 20th May 2013 each prospective bidder can request for, in writing and collect the pre-qualification document free of charge from:

 

General Manager (Procurement) TCN,

Room 522, 5th Floor, PHCN Headquarters,

Plot 441 Zambezi Crescent,

Maitama, Abuja,

Nigeria.

 

Submission of Documents

Only one original copy and a soft copy of the proposal are to be submitted. The names and mailing addresses of the applicant companies must be clearly marked on the envelope(s) bearing the submissions. All the information requested for pre-qualification must be provided in English Language by all applicants.

 

Failure to provide information/supporting document that is essential for the evaluation of applicant’s qualifications, or to provide tamely clarification or substantiation of the information supplied, may result in disqualification of the applicant.

 

Completed pre-qualification documents should be submitted in sealed envelopes clearly marked “Application for 2013 Pre-Qualification for HV Transmission Line and Substation Projects”, delivered by hand or registered mail to:

 

General Manager (Procurement) TCN,

Room 522, 5th floor, PHCN Headquarters,

Plot 441 Zambezi Crescent,

Maitama, Abuja,

Nigeria.

 

Submission of Documents

Only one original copy and a soft copy of the proposal are to be submitted. The names and mailing addresses of the applicant companies must be clearly marked on the envelope(s) bearing the submissions. All the information requested for pre-qualification must be provider in English Language by all applicants.

 

Failure to provide information/supporting document that is essential for the evaluation of applicant’s qualifications, or to provide timely clarification or substantiation of the information supplied, may result in disqualification of the applicant.

 

Completed pre-qualification documents should be submitted in sealed envelopes clearly marked “Application for 2013 Pre-Qualification for HV Transmission Line and Substation Projects”, delivered by hand or registered mail to:

 

General Manager (Procurement) TCN,

Room 522, 5th floor, PHCN Headquarters,

Plot 441 Zambezi Crescent Maitama, Abuja,

Nigeria

 

to reach him NOT later than 5.00pm on Wednesday 19th June, 2013.

 

Opening of applications will be at 10.00 a.m., Thursday 20th June, 2013 in the Auditorium, 2nd Floor, PHCN Headquarters, No. 14 Zambezi Crescent, Maitama, Abuja, Nigeria.

 

For further information and/or clarification, please contact any of the following e-mail addresses:

 

verranr@gmail.com

denislyd1@yahoo.co.uk

atonack@yahoo.com.co.uk

 

Signed:

Management

Transmission Company of Nigeria (TCN)

 

 

Invitation for Pre-Qualification at Nigerian Communications Commission

Nigerian Communications Commission

 

Invitation for Pre-Qualification

 

In compliance with the requirements of Public Procurement Act 2007, the Nigerian

Communications Commission intends to pre-qualify competent Contractors with proven experience to carry out specific works related to its 2013 capital budget. To this end, competent Contractors are invited to submit documents for pre-qualification to tender for the following projects.

 

 

Lot No Project Description

 

  Goods

 

SA5   Supply of Enterprise GIS Hardwares, Softwares Data and Personnel Training

 

AD29 Supply of Kitchen Equipment

 

TS1 Supply of Quality of Service Monitoring Vehicle

 

IT9 Supply and installation of Power inverter for ICT Rooms with 36 Hours Backup Time

 

IT18 Backup Power Solutions and Stabilizers for Zonal Offices

 

IT19 Incorporation of Biometric System Features into the Current Access Control System (60 points) Microsoft GP Solution (Web Based Portal) for Zones including implementation.

 

FN1 Implementation of Document Reduction System

 

FN2 Supply of e-Payment Software

 

Works
SA4 Supply and Installation of Automated Mobile, 8 GHz Direction Findings, 72 GHz Interference Detection and Signal Analysis System.

 

AD1 Upgrade of facilities in the main building including falling tiles and removal and replacement with aluminum composite cladding, doors, windows and partition works

 

AD2 External works –including provision of security bollards, upgrade of existing main gate house, refurbishment of water supply and reticulation system and treatment of water seepage in the head office

 

AD5 Construction of Proposed Zonal Office in Asaba

 

AD6 Construction of Proposed Zonal Office in Kaduna

 

AD7 Construction of Proposed Zonal Office in Ekiti

 

AD8 Construction of Proposed Zonal Office in Bauchi

 

AD9 Provision of office furniture, office equipment and security facilities in the proposed Zonal office in Asaba

 

AD10 Provision of office furniture, office equipment and security facilities in the proposed Zonal office in Kaduna

 

AD11 Provision of office furniture, office equipment and security facilities in the proposed Zonal office in Ekiti

 

AD12 Provision of office furniture, office equipment and security facilities in the proposed Zonal office in Bauchi

 

AD13 Provision of operational vehicle in the proposed zonal office at Asaba

 

AD14 Provision of operational vehicle in the proposed zonal office at Kaduna

 

AD15 Provision of operational vehicle in the proposed zonal office at Ekiti

 

AD16 Provision of operational vehicle in the proposed zonal office at Bauchi

 

AD19 Supply and Installation of Electric Power Sound Proof Generators in DBI Kano and Lagos Campuses

 

SA1 Upgrade and Purchase of Monitoring System

 

SA3 Calibration and purchase of Monitoring System

 

IT6 Automation of Administration department including implementation of SAP Enterprise Reporting Solution

 

PR5 Construction and Furnishing of Library at DBI Lagos campus.

 

PR6 Supply and Installation of purpose made stadium seat for the outdoor pavilion at DBI Lagos campus

 

PR 8 Supply and Installation of Outdoor LED Display with dedicated power supply system, internal Directional and Door name signage’s

 

PR 9 Construction of 2No. Lawn Tennis Courts

 

PR 10 Supply and Installation of purpose made Furniture for multipurpose Halls/Canteens

 

PR 11 Construction of 2Nr. Gates and external horticulture works
SE (DAP) Construction of Computer Laboratories, Supply and Installation of Generator, Air Conditioners and branded window blinds in selected Schools in the South-East Zone.
SW(DAP) Construction of Computer Laboratories, Supply and Installation of Generator, Air Conditioners and branded window blinds in selected Schools in the South-West Zone.
SS(DAP) Construction of Computer Laboratories, Supply and Installation of Generator, Air Conditioners and branded window blinds in selected Schools in the South-South Zone.
NE(DAP) Construction of Computer Laboratories, Supply and Installation of Generator, Air Conditioners and branded window blinds in selected Schools in the North-East Zone.
NW(DAP) Construction of Computer Laboratories, Supply and Installation of Generator, Air Conditioners and branded window blinds in selected Schools in the North-West Zone.
NC(DAP) Construction of Computer Laboratories, Supply and Installation of Generator, Air Conditioners and branded window blinds in selected Schools in the North-Central Zone.
SE-ICT Supply and Installation of ICT and Furniture Facilities at Selected Schools in the South-East
SW-ICT Supply and Installation of ICT and Furniture Facilities at Selected Schools in the South-West
SS-ICT Supply and Installation of ICT and Furniture Facilities at Selected Schools in the South-South
NE-ICT Supply and Installation of ICT and Furniture Facilities at Selected Schools in the North-East
NW-ICT Supply and Installation of ICT and Furniture Facilities at Selected Schools in the North-West
 NC-ICT Supply and Installation of ICT and Furniture Facilities at Selected Schools in the North-Central
SS-SE 3 Supply and Installation of Laptops in the Selected Schools in the South –East
SS-SW 3 Supply and Installation of Laptops in the Selected Schools in the South –West
SS-SS 3 Supply and Installation of Laptops in the Selected Schools in the South –South
SS-NE 3 Supply and Installation of Laptops in the Selected Schools in the North –East
SS-NW 3 Supply and Installation of Laptops in the Selected Schools in the North –West
SS-NC 3 Supply and Installation of Laptops in the Selected Schools in the North-Central
SS-THS 3 Supply and Installation of Laptops in Selected Teaching Hospitals in the South
SS-THN 3 Supply and Installation of Laptops in Selected Teaching Hospitals in the North
SS-SC 3 Provision of Wireless Cloud in Selected Schools in the South Zone
SS-NC 3 Provision of Wireless Cloud in Selected Schools in the North Zone

 

Pre-Qualification Requirements:

Interested Contractors that wish to participate in the exercise are required to submit the following documents:

 

  • Evidence of  Incorporation and registration with CAC.
  • Tax Clearance Certificate for the proceeding 3 year i.e 2010, 2011, and 2012.
  • Companies audited account for  the preceeding 3 years
  • Evidence of compliance with the statutory Pension Act.
  • Evidence of payment of Training Contributions to the Industrial Training Fund.
  • Evidence of compliance with all Employees Compensation Act.
  • Profile of the Company including list of similar projects executed, letter of award, completion certificate and curriculum vitae of professionals in the company’s employment
  • Evidence of financial capability supported with bank statements for the last six months from a reputable bank

 

Submission of Documents

The prequalification documents should be submitted in a sealed envelope clearly marked “Pre-Qualification for works or Goods” on the right hand corner and the name of the company should be clearly written at the reverse side of the envelope.

The documents should be addressed to:

 

The Executive Vice Chairman,

Nigerian Communications Commission,

Plot 423, Aguiyi Ironsi Street, Maitama, Abuja.

 

The documents should be submitted at the Bid box in the reception of the Commission s Head office at plot 423, Aguiyi Ironsi Street, Maitama, Abuja not later than 12.00 noon on 29th May. 2013. Opening of the prequalification document will take place at the Conference Hall by 12.30pm same day

 

Please note that only qualified contractors will be contacted in writing to tender for the relevant projects. shall attract appropriate administrative and tender fee

 

All enquiries should be directed to:

 

Director,

Human Capital and Infrastructure Group,

Nigerian Communications Commission,

3rd Floor, Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

Signed:

Tony Ojobo

Director, Public Affairs

Selection of Legal Adviser(s) for the Divestment of AMCON’s Shareholding in Enterprise Bank Limited (Request for Proposal (“RFP”)) at Asset Management Corporation of Nigeria (AMCON)

 

Head Office

3rd Floor, Murjanatu House,

1, Zambezi Crescent

Off Aguiyi Ironsi Street

Maitama – Abuja.

Tel: 09-2780300

 

 

Lagos Office:

8th Floor, Mulliner Tower

39, Alfred Rewane

(Old Kingsway Road)

Ikoyi, Lagos,

Tel: (01-2773100-299

Asset Management Corporation of Nigeria

Selection of Legal Adviser(s) for the Divestment of AMCON’s Shareholding in Enterprise Bank Limited

Request for Proposal (“RFP”)

In August 2011, the Asset Management Corporation of Nigeria (“AMCON” or “the Corporation”) was invited by the Nigerian Deposit Insurance Corporation to capitalize three Bridge Banks it had created, namely Mainstreet Bank Limited, Keystone Bank Limited and Enterprise Bank Limited (or collectively “the AMCON Banks”).

AMCON currently owns the entire equity capital of the AMCON Banks and has commenced the process leading to the divestment of its shareholding in the three banks, starting with Enterprise Bank – a commercial bank, headquartered in Lagos, Nigeria, with 6 subsidiaries and a network of 145 branches.

AMCON is in the process of seeking proposals from leading Law Firms, registered by the Securities and Exchange Commission (“SEC”) in Nigeria, for the provision of legal and transactional advisory services towards the divestment of its entire shareholding in Enterprise Bank.

Interested legal advisers must provide information indicating that they are qualified to perform this service. Each interested party should submit a Proposal detailing the following, as a basis for selection:

  • Demonstrable Experience in similar transactions
  • Recommended Transaction Approach
  • Experience of key team members
  • Indicative timetable
  • Proposed fee structure
  • Potential conflicts of interest
  • Evidence of SEC registration

AMCON now invites Law Firms to respond to its Request for Proposals to act as Legal Adviser to AMCON on the divestment of its equity stake in Enterprise Bank. The RFP will be available on, and can only be downloaded from, AMCON’s website (http://www.amcon.com.ng/rfp-enterprise.aspx) from 12:00pm (Nigerian Time) on Monday, May 27, 2013.

Selection of advisers will be according to the procedures and criteria outlined in the RFP. Proposals from Financial Advisers are to be received on or before 5:00pm (Nigerian Time) on Friday, June 7, 2013. Only selected advisers shall be notified of the outcome of the selection process

Mustafa Chike-Obi

Managing Director

Asset Management Corporation of Nigeria

 

To Download the Request for Proposal, Visit AMCON’S

Website: (http://www.amcon.com.ng/rfp-enterprise.aspx)

 

Board of Directors: Aliyu Kola Belgore, OFR (Chairman), Mustafa Chike-Obi (Managing Director)

 

Executive Directors: Mofoluke B. Dosumu, Hewett A.O. Benson, Abbas M. Jega.

 

Non-Executive Directors: Aruma Oteh, Danladi I. Kifasi, Kingsley Moghalu, Eniye Ambakaderemur; Umar Ibrahim

 

Invitation for Pre-Qualification and Tender at United Nations Development Programme (UNDP)

United Nations Development Programme

7th FGN-UNDP Country Programme (2009-2012) Office Government House Awka

 

Invitation for Pre-Qualification and Tender

The United Nations Development Programme (UNDP) in conjunction with Anambra State Government hereby invites bids for pre-qualification and consideration for tender from interested reputable and competent consultant(s) to execute the under-listed assignments:

  1. Conduct Capacity Building for Budget Committees at Local Government/ Community Levels in Anambra State on Budget and Budget Management (ANSG/UNDP/CGP/13/01).

 

Objective:

  • To improve the quality of planning and budgeting in the State and effectiveness of the budget management process in Anambra State
  • Improve knowledge of the committee members on the budget and budget management process
  • Train the members on how to analyse all budget types, aspects and forms at all levels
  • Train the members on revenue projections
  • Train the members on budget tracking, monitoring and evaluation

 

Scope of work:

The consultant(s) will be required to:

  • Prepare detailed agenda with time table, workshop materials, training manuals
  • Facilitate the training workshop
  • Obtain monitoring and evaluation feedback from participants using the standard M&E framework
  • Administer ore and post workshop questionnaires to assess knowledge gained by participants
  • Prepare training workshop report

2.     Design Capacity Building Programme and Develop Training of Trainers (TOT) Manuals and Toolkits for Civil Society Organizations (CSOs) in Anambra State. (ANSG/UNDP/CGP/13/02)

Objective:

  • To bring to increased focus the various trainings the CSOs in Anambra State have undergone with a view to enabling them train other CSOs and have a ready reference material adapted and suited for their peculiar environment

Scope of work:

The consultant(s) will be required to:

  • Develop an appropriate methodology for executing the assignment and achieving the stated objective
  • Develop a clear strategy to be adopted for sustainability
  • Design appropriate programme based on the areas of activities of CSOs and content of post capacity building workshop undertaken by the UNDP
  • Produce interim and final report addressing the listed objective

 

Consultants Profile for 1 & 2

The Consultant/firm of Consultants must demonstrate full competence in implementing the scope of work with strong expertise and industry background required for this project from a technical, educational and experience perspective in participatory budgeting and the civil society.

 

The qualifications of the consultant(s) should include:

  • A higher degree in Economics, Political Science or related field.
  • Have between 5-7 years direct practical experience.
  • Experience in conducting training on budgeting work in Nigeria
  • Fluency in English
  • Experience in UN and other bi-lateral agencies assignments

 

3. a)       Develop Guidelines for Compliance with the provisions of the Freedom of Information (FOI) Act, 2011 by public institutions in Anambra State.

b)  Develop Practice Manual on Proactive Disclosure of information by Public Institutions in Anambra State.

c)  Conduct Training of Trainers (TOT) FOI Capacity building for various key public officers in Anambra State.

d) Develop the framework for the establishment of a Pilot Information Action Centre in Awka, Anambra State (ANSG/UNDP/CGP/13/03)

 

Objective:

 

Increased understanding of the FOI Act by key senior public officials with a view to ensuring compliance with the provisions of the FOI Act by Ministries, Departments and Agencies (MDAs) existing at various levels in Anambra State.

 

Qualifications and Experience:

Team Leader

  1. Degree in Law, Public Administration, Management, Sociology or any of the Social Sciences
  2. Experience in governance and institutional reforms strategies
  3. 10 years post qualification experience in reform programmes
  4. Robust understanding, good knowledge and experience of issues around the Freedom of Information legislation in particular and other related transparency and accountability laws, regulations and practices
  5. Experience in similar projects in the past

 

Other key Staff

The team should compose of legal experts with extensive knowledge of the Freedom of Information legislation and having at least 4 -7 years post qualification experience in public sector reform programmes, interpretation of legal instruments or other related disciplines

 

  • Knowledge of UNDP-funded programmes or other bi-bateral agencies would be an added advantage
  • Knowledge of Anambra State political and social aerrain
  • Extensive training experience on capacity building around Freedom of Information issues for various stakeholders including the public sector and in preparation of FO1 implementation guidelines for the public sector, manuals and related IEC materials, etc

 

Evaluation Criteria:

Applications received under this category will be evaluated using the following criteria:

  • Relevant qualifications and years of experience
  • Relevant and similar work experience
  • Depth of proposal in addressing the subject matter
  • Knowledge of the Freedom of Information legislation and other related transparency and accountability related laws and regulations
  • Relevant work experience on similar initiatives

 

4 (a) Produce Regulations for Implementation of Anambra State Public Procurement Law, 2011

 

(b)     Produce Standard Bidding Documents for different categories of procurement of works, goods and services to ensure uniformity in the Anambra State Procurement System

(c)      Conduct sensitization workshop for Legislators, Political office holders and other Stakeholders on the critical steps for implementation of the State Public Procurement Law. 2011. (ANSG/UNDP/CGP/13/04)

 

Scope of the Assignment:

The Consultant is required to:

i.            Draft Implementation Regulations for Implementation of the Anambra   State Public Procurement Law, 2011

ii.            Prepare a complete set of standard bidding documents to be issued pursuant to Anambra State Public Procurement Law. 2011

iii.            Facilitate sensitization workshop for members of the Legislature, political office holders and other Stakeholders on the next steps for implementing the Anambra State Public Procurement Law. 2011

 

Methodology:

The methodology to be proposed by the consultant must include; a thorough review of the Anambra Public Procurement Law and all related reports and documents

 

Qualifications and Experience:

The assignment requires a lawyer and a Public Procurement Specialist with a minimum of Master’s degree in Social Sciences e.g. Economics, Sociology, Political Science Procurement and Law. The consultant(s) should have a minimum of ten (10) years experience, a robust understanding of Anambra State Public Procurement regulatory issues and analysis of multi-sectoral environment in Nigeria and Anambra State. The consultant must have previous experience developing similar instruments in the past and knowledge of Anambra State political and social terrain.

 

Experience of Team Members:

  • Extensive knowledge and at least 10 years experience in public finance (procurement) reforms, interpretation of legal documents or other related discipline
  • Extensive knowledge of Anambra State Public Procurement Law
  • Sound analytical and technical competence in Public Procurement related issues
  • Extensive procurement training experience and in preparation of Procurement Manuals, Standard Bidding Documents and Regulations
  • Working experience with World Bank and other bi-lateral agencies is an added advantage
  • Knowledge of Anambra State political and social terrain

 

Evaluation Criteria:

Applications received under this category will be evaluated using the following criteria:

  • Relevant qualification and year of experience
  • Relevant and similar work experience
  • Depth of proposal in addressing the subject matter
  • Knowledge of Anambra State Public Procurement Law, 2011
  • Relevant work experience on other States Public Procurement Reforms.

 

Application Procedure for 1, 2, 3 &4

Interested consultants should submit on or before 7th June, 2013 a detailed technical proposal detailing their understanding of the assignments, methodology, work plan and company profile, and a financial proposal for the assignment in separate sealed envelopes. The envelopes should be marked “TECHNICAL PROPOSAL”, or “FINANCIAL PROPOSAL”: as the case may be, at the top right hand corner and name of the project e.g (ANSG/UNDP/CGP/13/01-04) clearly marked on each envelope.

 

The documents are to be submitted in three copies, one original and two copies, for both the financial and technical proposals submitted to the Partnership Government Manager, UNDP Office, Government house, Awka.

 

 Signed:

Professor Chinyere Stella Okunna

Chief Staff/Hon. Commissioner,

Ministry of Economic Planning & Budget

Development Partnership Coordinating Ministry)

Anambra State

 

Michelle Onugbolu

Partnership Manager

Invitation to Tender at Ministry of Petroleum Resources

Ministry of Petroleum Resources

Invitation to Tender

A.               Introduction Ministry of Petroleum Resources is desirous of implementing the 2013 Budget and therefore invites interested, and reputable companies to bid for the under listed 2013 Capital Projects in compliance with the Public Procurement Act, 2007,

 

B.               Project Description:

 

LOT PROJECT 
1 Geotechnical Investigations/Evaluations for the Proposed Development of DPR Headquarters, at Plot 2888 Cadastral Zone E23 of Kyami District, FCT, Abuja Preliminary Architectural drawings of a functional 12 storey building to house the new Headquarters of DPR.
2 Provision of   Engineering Services for the proposed Development of DPR Headquarters at Plot 2888 Cadastral Zone E23 of Kyami District, FCT, Abuja,
3 Retail Outlet Metering. Gas Royalty Reconciliation
4 Utorogu Ughelli/ELPS – Delta IV Gas Supply.
5 OB /OB – Umuahia Gas Spur Line.
6 Economic Investigation, Consultancy Services, Statistical Data    Development 
7 and Database (Nigerian Petroleum Data Centre).
8 Implementation of Petroleum industry Bill (Awareness Campaign).e-Design Using Advance Manufacturing Technology (AMT) on Real Time
9 Pipeline System Auditing Government – School – industry Collaboration. Electronic Document Management and Stock Inventory System and Accounts
10 Ledger System for ICT, Transparency, SERVICOM, Legal, Press, Stock Verification, Procurement Solution Specifications, Actualizing and implementing e-Governance processes and procedure
11 Provision/ Acquisition   of equipment and materials for the assessment of Hydrocarbon impacted communities in 10 (Ten) Niger-Delta States (Bayelsa, Rivers, Delta, Abia, Ondo, Imo, Cross River, Akwa-Ibom, Edo and Ogun State).
12
  1.          Purchase of Generating Set (including Installation)
  2.        ii.            Geographical Information System (GIS)
  3.     iii.            Purchase of Personal Protective Equipment.

 

13 Facilities for Capacity Development of Petroleum/Chemical Engineers andGeologist Up-Scaling Managerial Competence in Oil and Gas
14 Facilities for Capacity Development of Petroleum/Chemical Engineers and Geologists/Up-Scaling  Managerial Competence in Oil and Gas
15 Automation of Law Library.
16 Implementation of Gas Master Plan

C.               Project Description:

(2) A complete set of bidding Documents in English   Lanugauge  may be purchased and obtained for any of  the Lots on the payment of non-refundable fee of Twenty  Thousand Naira (N20,000.00) Only by Bank Draft made payable to the Ministry of petroleum Resources.

(3) All bids must be delivered in the tender box at the address below not later than 17th June, 2013. Late submissions shall not be accepted

(4)      Bidding Requirements

All bids must be accompanied with the following document as requirement for consideration:

  • Evidence of registration with Corporate Affairs Commission (CAC)
  • Evidence of compliance with Employees’ Compensation Act for showing remittance of 1% of total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.
  • Evidence of compliance with Pension Fund Act for registration/remittances
  • Evidence of payment of Training Contributions to Industrial Training Fund
  • Tax Clearance certificate for 2010, 2011 and 2012 (provide Tax Identification Number (TIN)
  • Evidence of financial capability and banking support
  • Company’s Profile including Technical qualification and experience of key professional staff and other resources.
  • Verifiable evidence of similar jobs executed in the recent past and knowledge of the industry/project
  • Company’s audited Accounts for 2010, 2011 and 2012 duly endorsed by an Accounting firm.
  • Evidence of registration with relevant professional body or certificate of Competence and qualification by appropriate regulatory agency.
  • List of relevant equipment Owned
  • Name/e-mail address and phone number of contact person in Company letter head.
  • A letter authorized the Ministry of Petroleum Resources to verify claims with relevant agencies or bodies.
  • please ensure that documents for submission are arranged serially in the order herein.

 

(5)     Additional Information

The advertisement shall not be considered as commitment on the part of the Ministry of Petroleum Resources, nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Ministry of Petroleum resources by virtue of such Company having responded to this advertisement.

Please note that respondents are to present their original Tax Clearance certificate at the opening of Commercial Bid.

 

(6)     Submission of Technical and Financial Proposal

Tender are required to submit separately sealed technical and commercial bids properly labeled. The bids document should be bound and submitted in a sealed envelope and marked at the top left hand corner and addressed to Director (Procurement), Block D, 8th Floor, Room 31, NNPC Towers, Central Business District, Abuja. Submission of technical and financial proposals must be in separately sealed envelopes indicating the lot(s) of choice and submitted in the tender box at the address below not later than 12 noon, Monday, 17th June, 2013. Bids will be opened on the same Monday 17th June, 2013 at 1.00pm in the presence of the bidders/representatives at the Conference Room of the Ministry on the 6th Floor, Block D, NNPC Towers Central Business District. Only companies with satisfactory technical Proposals will be invited for the opening of the Financial Proposals. Proposals and bids in the value of NG100 Million and above for goods, consultancy services/non-consultancy services and NGN 300 Million and above for works must be accompanied by (a bank Bid Security) of not more than 2% of bid price.

Interested firms may obtain further information from the contract address below from 9:00am – 4:00pm Mondays to Friday.

 

The Secretary

Ministerial Tenders board (MTB),

Ministry of Petroleum Resources,

NNPC Towers, Block D,

Abuja.

 

Signed:

Ambassador Abdulkadir A. Musa, mni

Permanent Secretary