Tender Opportunity at Chevron Nigeria Limited

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC/Chevron Joint Venture

Tender Opportunity

Provision of Leased International (IPLC) communication circuits

Introduction:

Chevron Nigeria Limited (CNL) invites interested and prequalified suitable telecommunications service provider companies for this tender opportunity for the Provision of International Leased Circuits services between CNL locations other Chevron Business Units internationally

The services are estimated to be required commencing 1st (Quarter 2014 for a 2years+l year duration

Scope of Work:

This service is required for the provision of leased Fiber connectivity between CNL locations to her international offices and the connections will support critical business voice, data and video communications on a continuous basis

Provision of International Leased (IPLC) Circuits service includes the following locations but not limited to:

  • Lekki – Powergate (UK)
  • Escravos-Powergate (UK)
  • Gbagada-Romford (UK)

 

The general work scope includes but not limited to the following:

 

  • Provision of Fiber IPLC leased capacity over the PROVIDER’S network between CNL key operation nodes in Nigeria and her International offices in UK
  • Contractor shall provide solution design indicating submarine cable system to be used and detailed of all service elements from end-to-end.
  • Contractor should note that no two locations will be connected with the same submarine cable system nor by the same vendor.
  • Contractor shall protect the last mile links (where applicable) at either end of the circuit using fiber link as the primary and microwave radio link for backup.
  • Contractor shall provide evidence of path and service redundancy on the submarine cable system as well as the local loop circuits prior to test and commissioning of service.
  • Contractor shall install and provide all related equipments to perform the services
  • Contractor shall perform requisite standard tests prior to acceptance and commissioning of service.
  • Contractor shall carry out maintenance support services of the overall infrastructure.

 

Mandatory Tender Requirements:

A.      To be eligible for this tender exercise, interested bidders are required to be pre qualified in the 3.01.12 (Telecommunication Services) and 3.11.20 (Telecommunication Installation /Support Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

 

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

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

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

 

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

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

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

 

Nigerian Content

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

 

Pursuant to enactment of the NOGICD Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the schedule of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

 

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

 

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

 

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

B.      Furnish details of company ownership and share holding structure. Also submit clear photocopies of your C AC 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

 

Closing Date

Only bidders who are registered with NJQS Product/Category 3.01.12 (Telecommunication Services) and 3.11.20 (Telecommunication lotion /Support Services) by 4:00pm, Thursday June 13, 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 N JQS prequalification shall be to the contractor’s accounts.

4.       This advertisement shall neither be construed as any form of commitment on the part of Chevron Nigeria 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 Chevron Nigeria 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 ore-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.       Chevron Nigeria 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.

 

Signed:

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

 

Re: Invitation for the Submission of Expression of Interest and Quotations for the Supply of Vehicles to the Central Bank of Nigeria (Addendum) at Central Bank of Nigeria

Central Bank of Nigeria

Re: Invitation for the Submission of Expression of Interest and Quotations for the Supply of Vehicles to the Central Bank of Nigeria

Addendum

This Is To Inform The General Public That The Central Bank Of Nigeria Advertisement In Respect Of the above Is Amended As Follows:

Specifications of the vehicles

1.       4 Door Saloon Vehicle, 2.0litres, petrol (Leather Seats, AT (ref. no. CBN/VCH2013/01)

2.       4 x 4 Wheel Drive, Double Cabin Pick-up 2.7Ltr Engine, Petrol (ref. no. CBN/VCH2013/02)

3.       16 Seater Bus (2700cc Petrol) 2.7ltr engine (ref. no. CBN/VCH2013/03)

4.       4 X4 Wheel Drive, SUV VX Seater, 2.7 Litre engine A/T Leather Seat (ref.no. CBN/VCH2013/04)

5.       4×4 Wheel Drive VXR- V 8seater, Leather Seats (ref. no.CBN/VCH2013/05)

6.       Sedan Vehicle 4 door, 2400cc, 17″ alloy wheels, 2.4litres, Leather Seats 2013 Model (ref. no. CBN/VCH2013/06)

7.       Water Tankers, (10,000 litres) (ref. no. CBN/VCH 2013/07)

8.       Aluminium Truck (Aluminium Box Body) (ref. no. CBN/VCH2013/08)

 

(A)    All Submissions Must Be Received at the Above Address on or Before 4.00 PM on 5th June, 2013

(B)     The Tenders would be opened on Friday 7th June, 2013 at 11:00 Am in The Conference Room, 2nd Floor, Wing D, Procurement and Support services Department.

 

9.       Item no (vi) “Evidence of Registration with FRC (Financial Reporting Council of Nigeria)” is hereby expunged.

 

All Other Details remain valid

 

Signed

Management

Invitation to Tenders for the Management of the Students’ Hostel on Ojo Campus at Lagos State University, Ojo

Lagos State University, Ojo

Lagos-Badagry Expressway, Ojo

P. O. Box 0001, LASU Post Office, LASU Ojo Campus, Ojo, Lagos

Website: www.lasu.edu.ng

E-mail: registar@lasu.edu.ng

 

Invitation to Tenders for the Management of the Students’ Hostel on Ojo Campus

1.     Invitation

Tenders are invited from reputable and interested Facilities Management Companies, with Track

Records for the Management of the female Students’ Hostel on Ojo Campus of Lagos State University.

2.     Scope of Work:

  • Maintenance of the building structure including the rooms, toilets, etc.
  • Maintenance of the surroundings including the lawns, hedges and sewage, all the year round.
  • Maintenance of constant water supply and all electrical systems within the buildings,
  • Provision of adequate security within and in the surroundings of the Hostel

3.     Requirements

i.            Certificate of Company’s Incorporation, with the Corporate Affairs Commission (CAC,

ii.            Current Tax Clearance Certificate, for the last three (3) years.

iii.            Evidence of company’s financial standing,

iv.            Ability to relate very well with a large group of adults.

v.            Evidence of Registration as Contractor with the Lagos State University, in the appropriate category,

 

4.       General information

All enquiries regarding the details about this Advertisement should be directed to the Office of the Director of Works and Physical Planning between 10:00am and 4:00pm from Mondays to Fridays.

 

5.       Bidding fee:

Interested Bidders should pay a Non-refundable Fee of Twenty Thousand Naira (N20, 000.00) only to the Lagos State University Account Number 1010298541 at UBA Revenue Account, Ojo Campus, from the date of this Advertisement.

 

Submission

All submissions for the Tender should be in sealed envelope AND marked INVITATION TO TENDER FOR THE MANAGEMENT OF Female STUDENTS’ HOSTEL ON OJO CAMPUS” AND delivered to the Address stated below, NOT later than 30th May, 2013.

 

Further submission after the specified time will not be accepted.

 

The Vice-Chancellor,

Lagos State University,

Badagry Expressway, Ojo

Administrative Block I

 

Signed:

L. O, Animashaun Esq.

Registrar and Secretary to Council

 

Invitation to Tender for Dualization of Eket Ibeno Road at Akwa Ibom State Ministry of Works

Akwa Ibom State Government

Ministry Of Works

Civil Engineering Directorate

Wellington Bassey way

P.M.B 1079

Uyo

Invitation to Tender for Dualization of Eket Ibeno Road

 

1.       Introduction

The Akwa Ibom State Government is desirous of making Eket-lbeno Road a dual carriageway. In view of the above, interested and established Construction Companies, with proven experience, expertise, personnel profile and requisite equipment for timely execution are hereby invited to tender for the project.

 

2.       Scope of Work

The works shall include but are not limited to Road Works and Outfall Drains:

 

a)     19km dual main-carriageway and 2.2km Urban segment with hard shoulders; total 4 lanes with median, shoulder, kerbs, drainage and Civil works for Street lighting.

 

3.       Construction Period

The Construction works are expected to start latest in third quarter of 2013. Ail works would be completed within duration of 36 months.

4.       Requirements

Competent Contractors refer to those registered with Akwa Ibom State Finance and General Purpose Committee under Civil Works, CATEGORY “H” (Building/Civil Engineering) and are in possession of valid Registration Certificates.

 

Interested Construction Companies may wish to Tender for this project by paying a non-refundable Tender Fee of N1,000,000 (One Million Naira) only, to the Sub-Treasury, Uyo and thereafter submit the original Treasury Receipt with photocopies to the Secretary, Finance and General Purpose Committee (FGPC), Governor’s Office Complex, Uyo, for collection of tender documents.

 

Completed and signed tenders should be accompanied with the following:

 

  1.        i.            Evidence of Registration with the Corporate Affairs Commission (CAC).
  2.      ii.            Evidence of current registration with the Akwa Ibom State Finance and General Purposes Committee in Category “H” as Building/Civil Engineering Contractor.
  3.   iii.            Tax Clearance Certificate for the last three (3) years verifiable from Federal Inland Revenue Service.
  4.   iv.            Article of Memorandum of Association of the Company.
  5.      v.            List and verifiable documentary evidence of similar jobs, particularly Road Works and Bridge Works successfully executed (or being executed) in the last five (5) years with a minimum contract sum of N5,000,000,000.00 (Five Billion Naira) each including their letter of award, contract agreement and relevant completion certificates or valuation where the jobs are on-going.
  6.   vi.            List of equipment to be used for the projects and their locations. State whether the equipment is on lease, hired or owned.
  7. List of key professionals registered with COREN, their qualifications and experiences, etc to be attached to me project. Enclose photocopies of professional certificates where applicable.
  8. Audited account of the bidder for the last three years duly endorsed by a firm of Charted Accountants. The requirement is a turnover of at least N10b  in each of the last three years.
  9.   ix.            Bank Statement of the Company for the last two (2) years.
  10.      x.            Letter authorizing the Akwa Ibom State Government and their representatives to cross check the submitted company’s account.

 

The completed bid must be sealed in an envelope and clearly marked “TENDER FOR THE DUALIZATION OF EKET-IBENO ROAD”

 

6.       All documents submitted will be subjected to verification from relevant agencies.

6.0     The COMMITTEE may at Its discretion reject any Tender which does not conform with due basic tendering rules.

6.1     Akwa Ibom State Government is not bound to accept the lowest tender or any tender.

6.2     Late Tender will not be accepted.

7.       Only technically qualified Companies will be allowed to participate in the financial tender opening,

8.       Bid can only be submitted within working hours.

9.       This advertisement shall not be construed as a commitment on the part of the Client nor shall it entitle responding bidders to seek any indemnity from the Client by virtue of such bidder having responded to this advertisement.

 

Submission of Completed Tender Document

  • Completed Tender Documents (Technical and /financial bids: Two sets of hard copy and one Electronic copy in compact disc and Microsoft office) shall be submitted in tow different sealed envelopes and labeled. “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked project name at the top right hand corner and addressed to:

The Secretary

Finance and General Purposes Committee

Governor’s Office Complex

Uyo

 

Return of completed Tender Documents must be submitted not later than 12 noon on 12th June, 2013. The Technical Tenders shall be opened immediately after the submission deadline.

 

The Secretary

Finance and General Purposes Committee

Governor’s Office Complex

Uyo

Invitation for Bids (IFB) at Cross-River State Agricultural Development Programme (CRSADP)

Federal Government of Nigeria African Development Fund

Cross-River State Agricultural Development Programme (CRSADP)

Invitation for Bids (IFB)

Data:                    22nd May, 2013.

Loan No:              2100-1500-13044

IFB No:                CRSADP/ADB/NCB/WKS/12/03

Loan Name:        Support to National Programme for Food Security in Ekiti, Ondo and Cross-River States (SNPFS).

 

1.       The Federal Republic of Nigeria has received a loan from the African Development Fund towards the cost of the Support to National Programme for Food security (SNPFS) in Ekiti, Ondo and Cross-River States and intends to apply part of the funds to cover the eligible payments under the Contract for the Renovation of offices at ADR Cross-River State:

Renovation of ADP offices
Lot

 

Description Qty Site Location Completion Period

 

Bid Security

 

1 Renovation of ADP offices in Cross-River state.

 

21 Cross-River State Agricultural Development

Programme (CRSADP) offices at Calabar, Ogoja and Ikom, Cross-River State, Nigeria.

 

90 days N680,000.00

 

 

2.       Bidders who submit bids must possess the capacity and/or capability to execute the jobs contained in the lot.

 

3.       The Cross-River State Agricultural Development Programme (CRSADP) responsible for implementing this project in Cross-River State; now invites sealed bids from eligible bidders for the Renovation of offices at ADP’s, Cross-River State.

 

4.      Bidding documents may be obtained at any of the under-listed addresses upon submission of a written request. Interested bidders may obtain further information at the same offices.

 

Cross-River State Agricultural Development Programme (CRSADP)

IBB Way, Opposite Margaret Ekpo International Airport, Calabar.

 

5.      Bids shall be valid for a period of 90 days after Bid Opening and must be accompanied by security as indicated above. Failure to comply with this requirement will lead to the disqualification of the bidder.

 

6.      Bids shall be delivered to Cross-River State Agricultural Development Programme (CRSADP), IBB Way, Opposite Margaret Ekpo International Airport, Calabar, Cross-River State, Nigeria, on or before 12 Noon on Wednesday, 19th June, 2013 and must be accompanied by a bid security as indicated on the table above, at which time they will be opened in the presence of the bidders who wish to attend.

 

Signed:

Programme Manager (CRSADP)