Invitation to Tender for the Execution of 2013 Capital Projects at National Commission for Refugees, Migrants and Internally Displaced Persons

National Commission for Refugees, Migrants and Internally Displaced Persons

(The Presidency)

Federal Secretariat, Phase I, Abuja

 

Invitation to Tender for the Execution of 2013 Capital Projects

 

1.       Introduction

 

The National Commission for Refugees Migrants and Internally Displaced Persons shall undertake the procurement of various Goods and Works under the 2013 Capital Budget.

 

In compliance with the Public Procurement Act 2007, the Commission therefore invites interested, competent and reputable Contractors and Suppliers with relevant experience and good track record to submit documents necessary for consideration for the execution of these projects.

 

2.       Projects/ Programmes

 

Lot 1:          Internally Displaced Persons Resettlement, Reintegration, Durable Solution Programmes in six (6) geo-political zones.

 

Lot 2:          Migration, Establishment of Resource Centre including Furnishing and Equipping of the Centre.

 

Lot 3:          Provision of Project vehicles and other Emergency Equipment.

 

Lot 4:          Supply of food items, drugs, shelter materials, household items, sanitary materials, fumigation /environmental control for Internally Displaced Persons (IDPs) location and other relief materials.

 

Lot 5:          Procurement of office equipment, furniture and Computers

 

Lot 6:          Renovation /Rehabilitation Works

 

Lot 7:          Construction works.

 

3.       Mandatory Requirements Without Which a Bidder shall be Disqualified:

Prospective bidders are required to submit the following documents:

i.        Certificate of Incorporation/ Evidence of Registration with the Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.       Evidence of Certification /Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employees’ Pension Contributions/ Deductions.

iii.      Evidence of Tax Clearance Certificates for the last three years, (2010, 2011 & 2012) corresponding to declared turnover.

iv.      Evidence of VAT Registration with TIN No and past remittances for the last 3 years.

v.       Evidence of contribution/Remittance of 1% of Annual Total Emolument accrued to members of staff of the company payable to ITF.

 

Other Requirements:

vi.      Company Audited Accounts prepared by a reputable Chartered Accounting firm for the last three years (2010, 2011 & 2012) showing annual turnover.

 

vii.     Evidence of Technical Capability and list of registered professionals for Construction/ Renovation works.

viii.    Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, project costs, job completion certificates and payments (please provide contact addresses of the Clients who may be contracted for reference).

ix.      Evidence of Financial Capability to execute the Projects (Bank Guarantees from reputable banks will form part of the evaluation criteria).

x.       Company Profile and Technical qualifications/Curriculum vitae of key personnel with evidence of experiences on similar jobs.

xi.      A Sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence and

xii.     A sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the Commission is a former or present Director, Shareholder or has any pecuniary interest in the bidder.

 

4.       Submission of Requirements:

i.        Interested contractors should submit their documents with a non refundable fee of N5,000.00 (Five Thousand Naira) Bank Draft issued in favour of National Commission for Refugees, Migrants and Internally Displaced Persons.

 

ii.       The Documents should be enclosed in a sealed tamper proof envelope indicating the Lot at the Top Right Hand Corner of the Envelope and addressed to:

 

The Secretary,

Parastatal Tenders Board,

Federal Secretariat Complex,

Phase 1, 2nd Floor (NCFRMI Board)

Room 3B 2.44, National Commission for Refugees Migrants Internally

Displaced Persons, Abuja.

 

iii.      The documents should be deposited in the Tender Box at the Tender Secretariat, Room 38 2.44 2nd Floor, Federal Secretariat, Phase 1. Abuja. Company names should also be written at the reverse side of the envelope. Closing time for all submissions is on or before 24th June, 2013 at 12.00noon prompt. Late submissions shall not be entertained.

 

5.       Opening:

 

Opening of the received documents will commence at 1.00pm 24th June, 2013 at the Conference Room on the 2nd Floor, Conference Room (NCFRMI). All Bidders and/or their Representatives, Relevant Professional Bodies and NGOs are invited to witness the public opening exercise accordingly.

 

6.       Please Note That:

i.        All CAC, VAT, PENCOM, ITF and TAX Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for verification.

ii.       Only bidders successful at this stage will be invited for the next stage of the bidding process where applicable.

iii.      The National Commission for Refugees Migrants and Internally Displaced Persons reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

iv.      The Evaluation of the received documents shall be strictly based on the requirements specified above.

 

7.       Subsequently, within the year, Procurement Notice for contracts within the approval threshold of the Commission’s Accounting Officer will be placed on the Commission’s Notice Board for interested Contractors/Suppliers.

 

Arc. J.S Babalola

For: Honourable Federal Commissioner.

 

Advertisement for Pre-Qualification and Tender at Nasarawa State Millennium Development Goals Conditional Grant Scheme (MDGs-CGS) Project Implementation Unit of The Governor’s Office, Lafia

Nasarawa State

Millennium Development Goals – Conditional Grant Scheme

Office of the Senior Special Assistant to the Governor

 

Advertisement for Pre-Qualification and Tender

The Federal Government of Nigeria is desirous of channeling the savings from the Paris Club Group of Creditors to pro-poor expenditures that aid Nigeria in its achievement of the Millennium Development Goals (MDGs). Part of the proceeds of this savings, in addition to the marching counter-part fund of the Nasarawa Sate Government, is to be used to finance eligible expenditure under the Nasarawa State Millennium Development Goals Conditional Grant Scheme (MDGs-CGS) in line with the MDGs – CGS to LGAs 2012 grant intervention.

The Nasarawa State Millennium Development Goals Conditional Grant Scheme (MDGs-CGS) Project Implementation Unit of The Governor’s Office, Lafia now invites interested, competent and reputable contractors to submit pre-qualification bid as follows:

 

Scope of Work

Category-A: Civil Works

i)       Construction/Renovation of Primary School classroom

ii)     Construction/Renovation of Primary Health Care Centre

 

Category-B: Water supply

Construction of Solar powered borehole

 

Category- C: Supplies

a)       Furnishing of the constructed/renovated classroom

b)     Supply of basic hospital equipment and consumables to PHCs.

 

Locations: Awe, Nassarawa Eggon, Kokona and Nasarawa LGAs.

Specification: Detail of work specification can be accessed at the point of collection of tender document.

 

Interested Bidders are requested to submit Technical and Financial Bids for the above listed projects. Bidders should bid for projects within the area of their operation and must be prepared to engage the services of competent local skilled and unskilled workforce within the area where available.

 

2.       Eligibility Criteria

Interested contractors should submit the following documents:

i.        Evidence of incorporation of company with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.       Evidence of registration with State Tenders Board at Ministry of Works, Housing & Transport

iii.     Company’s Audited Account for the last three (3) years

iv.      Tax Clearance Certificates for the last three (3) years expiring in December, 2012 with Tax Identification Number (TIN)

v.       Evidence of Financial capability and banking support

vi.      Evidence of similar and verifiable projects executed (copies of Letters of Contract Award and Completion Certificates) within the last three (3) years.

vii.    Company’s Annual Turnover

viii.   Evidence of VAT registration and remittance

ix.      Comprehensive company profile and organizational structure

x.       Evidence of equipment and technology capacity

xi.      Evidence of Experience/Technical Qualification of key personnel to be deployed on the project.

xii.     Any other relevant document(s) that will place such company on a more competitive advantage.

 

3.       Collection of Bidding Documents

3.1     Upon presentation of evidence of payment (Bank teller) of non – refundable tender fee of N20, 000.00 only for all categories except category C (a) which is N10,000.00 only payable into MDGs PSU (Access Bank) Account number 0006277958. Contractors shall collect Standard Bidding Documents from:

 

The Office of the Senior Special Assistant to the Governor and Focal Person, MDGs-CGS Project Support Unit of the Governor’s Office, Planning Commission, along Shendam road, Lafia, Nasarawa State.

 

3.2     Submission of Bids

Technical and Financial bids (2 hard copies) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and Financial bid” respectively with the Company’s name indicated at the back of each envelop.

Both envelopes should be sealed and placed in a large envelope marked with the Lot No. and Company Name at the Top right hand corner and addressed to:

 

The Senior Special Assistant to the Governor,

MDGs-CGS Project Support Unit,

Office of the Governor,

Planning Commission,

Shendam road, Lafia,

Nasarawa State.

 

3.2.1 The closing date for the submission of all Lots is by 12.00 noon, on 29th May 2013.

 

3.2.2 Only Bidders whose Technical bids fulfill the minimum requirements will have their Financial bids considered.

 

3.2.3 All enquiries should be directed to the Office of the Senior Special Assistant to the Governor on MDGs at the above address.

 

3.2.4 At the expiration date of this advert, bids will be opened at 1.00pm at the Nasarawa State Planning Commission. For transparency, all bids will be opened in the presence of bidders who wish to witness it, representatives of relevant professional bodies and Non-Governmental Organizations.

 

4.     Note

 

4.1     Contractors should specify LGA of interest.

 

4.2     Documentations submitted will be verified from relevant Government Agencies.

 

5.       Disclaimer and Conclusion

 

5.1     This announcement is published for information purpose only and does not constitute an offer to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Office of Senior Special Assistant to the Governor.

 

5.2     The Office of the Senior Special Assistant to the Governor will not be responsible for any cost or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an enquiry.

 

5 .3    The Office of the Senior Special Assistant to the Governor is not bound to shortlist any bidder and reserve the right to annul the selection process at any time without incurring any liability and assigning any reason thereof.

 

Signed

Dr. Salisu Mohammed Raj.

Senior Special Assistant to the Governor on MDGs and Focal Person

Tender Opportunity Provision of Self-Propelled Barges (Draft < 5FT) for Onshore Operations at Chevron Nigeria Limited

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC/Chevron Joint Venture

 

Tender Opportunity Provision of Self-Propelled Barges (Draft < 5FT) for Onshore Operations

 

Introduction:

Chevron Nigeria Limited invites interested and prequalified Companies for this tender opportunity for the Provision of Self-Propel led Barges (SPRs) with draft less than five feet (5ft) in support of NNPC/CNL Joint Venture onshore oil and gas production operations; including Non-Rig Work-Over(NRWO).

 

Scope of Work:

The scope of work for the service includes but not limited to the following:

 

A.      Provision of self-propelled barges in support of Chevron Nigeria/Mid Africa

operations at Escravos. Eastern operations and any other Company area of          operations – including slickline, electric line, and pumping/coiled tubing   operations.

B.      Vessel shall be fitted for oil field support services and related duties and shall be capable of working safely in shallow water swamp environments.

C.      The draft requirement for the vessel is 5ft or less and the vessel should be

capable of being pinned or spudded on location.

D.      Vessel shall have a master and full complement of officers and crew, all of

whom shall be competent and capable of carrying out the services

E.      Vessel shall be self-catering i.e. meals and bunks should be provided on the

vessel by the contractor.

F.      Provision of related/complementary services as advised by Company using service order.

 

Mandatory Tender Requirements:

A.      To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.08.02 (Barges -including self-propel led) and 3.08.99 (their Transportation/Supply and Disposal Services) categories in NipeX Joint Qualification System (NJQS)database. All successfully pre-qualified suppliers in those categories by the bid close date will receive Invitation to Technical Tender (ITT).

 

B.      Please note that interested bidders, including their sun-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. Failure to meet the Nigerian Content requirements is a “Fatal Flaw.”

 

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

 

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

 

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 panics for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria

 

B.      Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CAC 2 and CAC 7.

 

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 oilier 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

 

Management

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

 

 

Request for Expressions of Interest at The National Population Commission (NPC)

The National Population Commission (NPopC) and the World Bank: Statistics for Results Facility- Catalytic Fund (SRF-CF)

Consultancy on Software Development and Training on Data Entry (Direct Data Capture)

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has received a Grant from the World Bank and intends to apply part of the proceeds of this grant to payments for the services in Data Entry Training. The National Population Commission now invites expression of interest from highly qualified consultants to develop a user friendly software package for the data entry, verification and quick summary report and train Registrars in the use of the package for the purpose of registering vital events (births, deaths, stillbirths, marriages, divorces).

The objective of this assignment is to (i) Fast-track data capture on birth registration. (ii) Make data available in a timely manner, user -friendly and easy to manage (iii) Facilitate timely publication and dissemination of data on child birth, death etc and (iv) Create and sustain a national data base of registered events.

Scope of Work:

The consultant to be engaged for this assignment is expected to develop a user friendly software package for the data entry, verification and quick summary report and train Registrars in the use of the package for the purpose of registering vital events (births, deaths, stillbirths, marriages, divorces). In specific terms the consultant should:-

  • Develop a user friendly software package for the data entry, verification and quick summary report, (using the registration forms in use) for the entire VR programme nationwide (15,000 centres)
  • The NPopC staff should have the privilege to amend the Software package after the training.
  • The software package to incorporate a data entry, verification, utility and report generation (including: Tables, Chart etc), should be used on Android phones, ipad, etc.
  • Provide computer specifications for the procurement of hardware that includes backup media and licensed operating systems, Antivirus and Norton system utilities.
  • Installation of the hardware and software into the computers in each of the 144 centres (phase 1)
  • Develop a training module and Conduct a training in the use of the hardware and software package
  • Develop an operation’s manual and Conduct training on the use of the operation’s manual and backup procedure.
  • Provide initial report on programme implementation after 3 months from the date of the commencement of operation at the various registration centres
  • Run the software for 18 months to ascertain efficiency
  • Provide quarterly programme review reports
  • Write a report on the entire operations of the programme at the end of the 1 year period of the consultancy services

The Consultant will be required to provide the following outputs:

  • Develop a Customized software package to capture vital events and install the same in all system including Android phones; ipad, etc. for the pilot exercise.
  • The Specifications of Hardware and other software to be used
  • A training Module
  • An Operational Manual
  • A Training schedule
  • Set of Training materials
  • A Training report
  • Quarterly report and Final report on programme operations

Qualification and Experience:

  • The Consultant required for this assignment shall be a firm/consortium specialized in statistics/Direct Data Capture in developing countries. The consultant should demonstrate previous successful experiences in ICT/statistics operations, demonstrated compliance with I SO/IEC29119, Competence in virtual basic, net development platform, C++, C#, html, xml, javascript and PHP and implementations over a period of 10 yrs.

The firm shall have a broad experience in developing and managing statistical data collections (censuses, surveys) and administrative databases (e.g. civil registration systems), education or health information systems); It shall have a minimum of 10 years experience in coordinating and delivering statistical training and data management

The consultant shall demonstrate the ability to work effectively with people from different cultural backgrounds, including experience in mentoring and staff development.

Submission of Expressions of Interest (EOIs)

Prospective consultants should submit an Expression of Interest detailing the following information as basis for pre-qualification:

 

  • Profile of firm/consortium including ownership structure and key permanent staff
  • Details of direct experience with organizations/governments on data entry/vital registration.
  • Track record of successful ICT/Statistics assignments particularly on direct data capture.
  • Relevant experience in the installation of equipment and provision of training on data entry (including technical competence).
  • Copies of unabridged financial reports for the last 3yrs
  • Experience working in Nigeria and/or sub-Saharan Africa.
  • Evidence of previous work

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrower, January 1997 (Revised September 1997, January 1999, May 2002, May 2004, October 2006 and May 2010)

Expressions of Interest must be submitted in five (5) copies in a sealed envelope clearly marked Expressions of Interest for Development of Software and Training on Data Entry for NPoPC”. A CD – ROM version should also be included

The expressions of interests should be addressed and delivered not later than 4.00pm on 28th May 2013 at the addressed below.

The Coordinator

SRF-CF

National Population Commission

No. 2031 Wuse 7 Olusegun Obasanjo

Abuja

E-mail:

Interested applicants may obtain further information at the address above from 8.00 am to 4.00 pm, Monday through Friday (except public holidays)

Only short listed Consultants will be contacted.

 

 

Addendum to Invitation to Tender at Ministry of Petroleum Resources

Ministry of Petroleum Resources

Addendum to Invitation to Tender

Following our advertisement in ThisDay and Daily Trust Newspapers of Tuesday, 7th May, 2013 requesting for Technical and Financial/ Commercial bids for fifteen (15) projects under the Ministry’s 2013 Budget, we hereby wish to make the following addenda:

 

1.       A lot, named Implementation of Gas Master Plan (B Lot 16) was inadvertently omitted in the Advert and interested competent and reputable companies are invited to bid for it.

 

2.       In lot 3 the words “Architectural and” are to be deleted such that the name of the lot will read as follows: “Provision of Engineering Services for the proposed Development of DPR Headquarters at Plot 2888 Cadastral Zone E23 of Kyami District, FCT, Abuja”.

 

Please note that the closing date for submission and opening of Technical Bids still stand on Monday, 17th June, 2013 at 12 noon and 1.00 pm respectively as earlier advertised. The venue for opening of the Technical Bids is the Conference Room of the Ministry, 6th Floor, Block D, NNPC Towers, Central Business District Abuja,

 

Signed:

Ambassador Abdulkadir. A. Musa mni

Permanent Secretary