Invitations to Participate in the Tendering Exercise at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration FCT Tenders Board Secretariat

Invitations to Participate in the Tendering Exercise for Various Supplies in Department of Economic Planning, Research & Statistics of FCTA

The Federal Capital Territory Administration (FCTA) through the FCT Procurement Department is inviting competent and interested Companies/Suppliers to submit Technical and Financial bids for the following Projects under the Department of Economic Planning, Research & Statistics for the Financial Year 2013:

i)       Procurement of Office Materials & Supplies

ii)      Procurement of Computer Materials & Supplies

iii)     Procurement of Field Materials & Supplies

A.      Technical (Prequalification) Requirements:

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

ii)      Tax clearance for the last three (3) years expiring 31st December, 2013.

iii)    Evidence of registration with National Pension Commission and up to date remittance of employee contributory pension funds to Pension Funds Managers

iv)    Evidence of ITF Contribution in compliance with ITF amendment Act

v)      Up to date evidence of Annual returns with CAC, and note that due diligence could be conducted

vi)    Verifiable documentary evidences of similar jobs that had been successfully executed within the last three years

vii)    Evidence of last three (3) successive years of Audited Accounts by a Chartered Accounting Firm.

viii)   Letter to the Company’s Bank authorizing FCTA to cross check the Company’s account.

x)      Current Bank Reference, and statement of account of the Company for the last twelve (12) months.

x)     Sworn affidavit in compliance with the provisions of Part IV Section 16, Sub­section 6 (a & f) of the Public Procurement Act, 2007.

B.      Collection of Tender Documents:

Interested Companies should collect the Tender documents from FCT Procurement Department, First Floor, Block “B”, FCT Procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja upon the presentation of evidence of payment of N 10,000.00 non-refundable Tenders fee into Treasury Revenue Account No 5030009770 at Fidelity Bank PLC (Central Area), Abuja.

C.      Submission:

The Technical and Financial bid documents should each be sealed and labeled

“Technical” and “Financial” Bids separately as appropriate, and the two envelopes be put in another envelope that should also be sealed and labeled at the right hand corner accordingly indicating Project name, and name of Procuring entity (that is Department of Economic Planning, Research & Statistics). The Tender documents (Technical & Financial bid) shall each be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by an authorized Principal officer of the bidding company. The document should be deposited in the Tender Box at the office of the Secretary, FCT Tenders Board Secretariat, Room 043, First Floor, Block “B”, FCT Procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja not later than 12.00 noon on 8th October, 2013. This bid is for a period of 8th October, 2013.

 

Note:

i)                   Interested bidder without all the items i-iv of the Prequalification requirements above stands disqualified from the Tendering processes.

ii)                The representatives of the bidding Companies and interested members of Public especially Civil Rights Organizations are invited m witness the opening of the Tenders at 12.30pm on the same day 8th October, 2013 at FCT Archives & History Bureau, near AGIS, Area 11, Garki-Abuja.

iii)              The representatives of the Companies are to bring a Letter of introduction indicating name, rank and sample signature.

iv)              This advertisement shall not construe as a commitment on the part of FCTA nor shall it entitle responding companies to seek any indemnity from FCTA by virtue of such Companies having responded to advertisement.

v)                FCTA is not bound to accept the lowest or any of the bids

 

Signed:

Management

Tender Opportunity at The Shell Nigeria Exploration and Production Company Limited (SNEPCo)

The Shell Nigeria Exploration and Production Company Limited (SNEPCo)

Tender Opportunity: Provision of Ocean Bottom Node 4D Seismic Data Acquisition Services

Tender Ref:  NG02002675

 

0.1     Introduction

SHELL hereby announces to interested and prequalified companies an upcoming tendering opportunity for the Provision of Ocean Bottom Node 4D Seismic Data Acquisition Services for SNEPCO Bonga Main FPSO area. The proposed contract will commence in Q4 2013 and remain active for one (1) year duration, with an option of a one (1) year extension option.

 

Please visit the Nigerian Petroleum Exchange Portal www.nipex.com.ng for further details

2.0     Scope of Work

The scope of work under the tender comprises the Provision of Ocean Bottom Node 4D Seismic Data Acquisition Services over SNEPCO Bongo Main FPSO area (undershooting the FPSO area).

 

Details of the scope include:

Provision of state of the art 3D time-lapse (4D) Ocean Bottom Nodes (OBN) seismic survey conducted in deep water OML 118, offshore Nigeria over Bonga Main FPSO and Infrastructure Area. Seismic survey area will cover a total of 300 km2 (full-fold). This repeat survey will be acquired in alignment with the existing OBN baseline survey, which was completed in November 2010. Emphasis is placed on repeatability of the OBN baseline survey.

 

3.0     Mandatory Requirements

 

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified as service vendor in 2D/3D/4D Seismic Data Acquisition Services (Product Code 3.10.01) category in NipeX Joint Qualification System (NJQS) data base. Only successfully pre-qualified suppliers in this category will receive Invitation to Tech­nical Tender (ITT).

 

2.       To determine if you ore pre-qualified and view product/service category you are listed for, open www.nipexng.com and access NJQS with your login details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

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

 

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

 

5.       To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX system.

4.0     Nigerian Content Requirements

Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and will be expected to meet the following requirements at the Technical and Commercial tendering phase:

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity 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
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum of 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicat­ing those that will be owned by the Nigerian subsidiary
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management posi­tions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted 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.
  • Specific to this work, provide detailed plan for staff training and development on equipment repairs & maintenance 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.
  • Location of in-country facilities (Storage, workshops, repair & maintenance facilities and testing facilities)
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.
  • Tenderers are expected to have obtained their Nigerian Content Equipment Certification (NCEC) from the NCDMB or demonstrate that it is in the process of obtaining the certificate from NCDMB.

5.0     Closing Date:

Only Tenderers who are registered in the NJQS 2D/3D/4D Seismic Data Acquisition Services (Product Code 3.10.01) category as at 09/09/2013 being the advert close date shall be invited to submit Technical bids.

6.0     Additional Information

All costs incurred in preparing and processing NJQS prequalifica­tion shall be to the Contractor’s accounts.

This advertisement shall neither be construed as any form of commit­ment on the part of SNEPCO 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 SNEPCO and or any of its partners by virtue of such companies having been prequalified in NJQS.

 

SNEPCO will communicate only with authorized officers of the prequalifying companies and not through individuals or Agents.

 

Visit us on: http://www.shellnigeria.com , https://www.facebook.com/Shell , https://twitter.com/Shell_Nigeria

 

Please visit NipeX portal at www.nipexng.com  for this advert and other information. Also note that this contract will be progressed through NipeX system.

 

Invitation to Tender Back-Bone Transmission Infrastructure (BTRAIN) Project at Universal Service Provision Fund (USPF)

Universal Service Provision Fund (USPF)

Universal Service Provision Secretariat

Nigerian Communications Commission Head Office, 9th Floor,

Plot 423, Aguiyi Ironsi Street, Maitama District, Abuja, FCT

www.uspf.gov.ng

 

Invitation to Tender Back-Bone Transmission Infrastructure (BTRAIN) Project

Introduction

The Universal Service Provision Fund (“USPF”) was established by the Federal Government of

The Universal Service Provision Fund (“USPF”) was established by the Federal Government of Nigeria to facilitate the achievement of national policy goals for universal service and universal access to information and communication technologies (ICTs) in rural, un-served and under-served areas in Nigeria.

Consequently, USPF has provided funds in the 2013 appropriation to facilitate the project implementation of connections to National Transmission Backbone Infrastructure through the deployment of Optic Fibre Cable under its Backbone Transmission Infrastructure (BTRAIN) Project.

2.       Objectives of the Project

The main objective of the BTRAIN project is to extend Optics Fibre Cable (OFC) backbone and associated transmission infrastructure to rural and semi-urban areas in order to achieve Goal 2 of USPF’s 5 year Strategic Management Plan (2013-2017) as well as the objectives of the National Broadband Policy, 2013-2018.

The OFC cable transmission infrastructure to be deployed in this phase is estimated to cover 3000km nationwide and would be implemented in six (6) Lots covering the six geopolitical zones of the country.

The Lots in the BTRAIN 2013, coverage areas and the distances are as follows:

Lot 1: North West Zone (600Km)

Lot 2: North East Zone (600Km)

Lot 3: North Central Zone + FCT (600km)

Lot 4: South East Zone (400Km)

Lot 5: South-South (400km)

Lot 6: South West Zone (400km)

3.       Subsidy/Incentives

In consideration of the above, the USPF has set aside sufficient funds in the 2013 budget to provide an output based subsidy as incentive to successful proponents to fast track the achievement of the objectives of the BTRAIN project. The amount of to be provided for each Lot is to be competitively determined.

4.       Eligibility Criteria / Conditions

4.1     Mandatory/Specific Condition

a.       A relevant license issued by Nigerian Communications Commission to provide service in this area of assignment.

b.       Demonstrate the ability to interconnect to one or more existing OFC network

c.       Provide proof of ownership, successful management and operation of network for at least the last three (3) years.

4.2     General Conditions

Interested Persons / Companies Consortium must have necessary competences and possess the following:

a.       Evidence of incorporation Corporate Affairs Commission, Companies must enclose certificate of incorporation and form CO7.

b.       Submit Articles and Memorand of Association of their Company, must show that the Company has ICT related activities as part of its objectives

c.       Must have three year Tax Clearance Certificates (2010, 2011 and 2012).

d.       Evidence of Value Added Tax (VAT) registration certificate and past remittances.

e.       Audited accounts for the last three years

f.       Provide verifiable evidence of financial capacity to execute the project.

g.       Have a proper understanding of telecommunications solutions for rural areas.

h.       Company profile and organizational structure, including names and resume of key personnel and technical staff with addresses and phone numbers

i.        Detail evidence of compliance with Pension Act 2004 including evidence of remittances and ITF contribution.

j.        A sworn affidavit bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to conclusively participate in this engagement.

5.       Method of Submission of Proposal

Interested proponents are required to collect tender document, from the procurement department of the USPF Secretariat upon presentation of a receipt evidencing the payment of a non-refundable tendering fee of Two Hundred and Fifty Thousand Naira (N250,000.00), per Lot.

 

Three copies of the Technical and Financial proposals must be submitted in separate envelopes clearly marked: USPF/RFP/BTRAIN/2013/Technical /Lot No (Kindly enclose a soft copy of the Technical Proposal on a compact disk) and USPF / RFP /BTRAIN/ 2013 / Financial / Lot No (Please insert appropriate lot number). Only tenders that meet technical qualification will have their financial bids opened. Unqualified technical bids will have their financial bids returned unopened.

 

A       Certified-True-Copy  of the tendering fee receipt duly signed by the Head of Procurement of USPF must also be submitted in separate envelopes for each lot and marked TF/Lot No (Please insert appropriate Lot number)

 

All proponents are to note that failure to comply with the tendering instructions shall lead to disqualification.

 

All tender documents must be Hand Delivered and should reach the office of the undersigned on or before 5th November, 2013, at 5.00pm.

 

The Secretary

Universal Service Provision Fund

USP Secretariat 9th floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street, Maitama – Abuja

 

Signed:

Secretary

Universal Service Provision Fund

Invitation to Tender Base Transceiver Station (BTS) Project at Universal Service Provision Fund (USPF)

Universal Service Provision Fund (USPF)

Universal Service Provision Secretariat

Nigerian Communications Commission Head Office, 9th Floor,

Plot 423, Aguiyi Ironsi Street, Manama District, Abuja, FCT

www.uspf.gov.ng

Invitation to Tender Base Transceiver Station (BTS) Project

One of the main programmes of the USPF under the 2013-2017 Strategic Management Plan (SMP) is to fast track the roll-out of BTS and associated infrastructure to expand telecoms services in un-served and underserved areas and communities across the country.

Consequently, USPF has provided sufficient funds in the 2013 appropriation to facilitate the expansion of mobile services to areas/communities currently without any service.

 

2.       Objective of the Project

The objective of this project is to extend mobile telephony and mobile broadband services to communities and groups that are not currently covered by any of the existing operators in order to achieve the mandate of the USPF and the goals and objectives of the National Broadband Plan 2013-2018.

The locations that are being targeted in this phase of the BTS project are grouped into clusters of communities currently the least connected. The clusters are attached to the RFP.

3.       Subsidy

In consideration of the above, successful companies shall be supported with incentives in form of subsidy on an output based model to deploy BTS and associated infrastructures to identified locations across the country.

 

4.       Eligibility Criteria:

 

As this project is intended to extend mobile coverage to areas currently left un-served companies tendering for this project must meet one or all of the following conditions:

 

4.1     Mandatory/Specific Conditions

 

An existing network operating company with proven subscriber base OR A consortium that includes one or more of the existing network operators.

 

4.2     General Conditions

 

All tenders must comply with the requirements of Public Procurement Act 2007 and must attach the following:

a.       Evidence of incorporation with Corporate Affairs Commission. Companies must enclose certificate of incorporation and form Co7.

b.       Submit Articles and Memorandum of Association of their Company, which must show that the Company has ICT related activities as part of its objectives

c.       Must have three year Tax Clearance certificates (2010, 2011 and 2012).

d.       Evidence of Value Added Tax (VAT) registration certificate and past remittances.

e.       Audited accounts for the last three years.

f.       Provide verifiable evidence of financial capacity to execute the project.

g.       Have a proper understanding of telecommunications solutions for rural areas.

h.       Company profile and organizational structure, including names and resume of key personnel and technical staff with addresses and phone numbers

i.        Detail evidence of compliance with Pension Act 2004 including evidence of remittances and ITF contribution.

j.        A sworn affidavit that the firm is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to conclusively participate in this engagement.

 

5.       Methods of Submission of Proposal

 

Interested bidders are required to collect RFP documents from the Procurement Department of the USPF Secretariat upon presentation of receipt evidencing the payment of a non-refundable tender, fee of Two Hundred and Fifty Thousand Naira (N250, 000.00) only.

 

All Bidders must submit three (3) copies each of the Technical and Financial proposals in separate sealed envelopes, which must be clearly marked USPF/ RFP/BTS/2013 /Technical /Cluster No. (Kindly enclose a soft copy of the Technical Proposal on a compact disk) and USPF / RFP / BTS / 2013 / Financial / Cluster No respectively.

 

A       Certified-True-Copy of the tender fee receipt endorsed by Head, Procurement must also be submitted in a separate envelope and marked TF/BTS/Cluster No.

 

All bidders are to note that a Bidders’ Conference will be held as follows:

 

Date:          10th September 2013

Venue:        NCC Conference Room

Time:          12 Noon

 

Failure to comply with the above tendering instructions will lead to disqualification.

 

All tender documents must he Hand Delivered and should reach the office of the undersigned on or before 19th November, 2013, by 5.00 pm.

 

The Secretary

Universal Service Provision Fund

USP Secretariat 9th Floor

Nigerian Communications Commission

Plot 423 Aguiyi Ironsi Street, Maitama – Abuja

 

Signed:

Secretary Universal Service Provision Fund

 

Invitation for Bids (IFB) at Lake Chad Basin Commission (LCBC)

Lake Chad Basin Commission (LCBC)

Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria (African Development Bank Financed Project)

Chad Basin Development Authority Premises Maiduguri, Borno State, Nigeria Email: prodebaltnigeria@yahoo.com

Invitation for Bids (IFB)

Date: 26th August 2013 Contract Identification Number PRODEBALT/NGR/NCB/01/13

Bank/Fund Loan Number: P-Z1-CZO-002

Bank/Fund Loan Name AfDB

(1) The Lake Chad Basin Commission has received a loan from the African Development Bank towards the Cost of Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria and intends to apply part of the funds to cover the eligible payments under the Contract for Removal of 42 hectares of Invasive Plant Species, Construction of 7 Pastoral Wells, Re-demarcation of 100 km Transhumance Route (PRODEBALT/NGR/NCB/01/13)

(2) The Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria invites sealed bids for the Removal of 42 hectares of Invasive Plant Species, Construction of 7 Pastoral Wells and Re-demarcation of 100 Km of Transhumance Route in the following places.

 

Lot

No.

Name of Project

 

Quantity

 

Bid Security

 

 

Delivery Period Lot Identification

Number

1 Construction of Pastoral Wells at

(a)  Geldele, Nguru Local   Govt, Yobe State

(b) Gelbabandi, Karasuwa local Govt Yobe State

(c) Gabato, Guri Local Govt Jigawa State

(d) Gadar Alabe, Guri Local Govt, Jigawa State

(e) Safami, Guri Local Govt, Jigawa State

(f) Karkarar Abdu Kogi, Guri Local Govt, Jigawa State

(g) Rigar Lamido Budumi, Guri Local Govt, Jigawa State

 

 

 

 

 

1Nr

 

1Nr

 

1Nr

 

1Nr

 

1Nr

 

1Nr

 

1Nr

 

 

N150,000.00

 

120 Days

 

PRODEBALT/NGR/N

CB/01/ 13/LOT 1

 

Re-demarcation of 100km transhumance Route Along

(a)  Geldele, Nguru Local   Govt, Yobe State

(b) Gelbabandi, Karasuwa local Govt Yobe State

(c) Gabato, Guri Local Govt Jigawa State

(d) Gadar Alabe, Guri Local Govt, Jigawa State

(e) Safami, Guri Local Govt, Jigawa State

(f) Karkarar Abdu Kogi, Guri Local Govt, Jigawa State

(g) Rigar Lamido Budumi, Guri Local Govt, Jigawa State

100Km

 

N120,000.00

 

120 Days

 

PRODEBALT/NGR/N CB/01/ 13/LOT 2

 

3 Removal of Invasive Plant Species along Marma Channel in Yobe and Jigawa States 42 Hectares

 

N100,000.00

 

120 Days

 

PRODEBALT/NGR/N

CB/01/ 13/LOT 3

 

3.       Bidding documents (and additional copies) may be obtained at address stated below, upon submission of a written request and upon payment of non-refundable fee of Ten Thousand Naira (N10, 000.00). Interested bidders may obtain further information at the same office.

4.       Bids shall be valid for a period of 120 (days) after Bid Opening and must be accompanied by security as specified in the table above. Bids shall be delivered to the Office of the National Coordinator, Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria, Chad Basin Development Authority Premises Maiduguri, Borno State, Nigeria, on or before 11:00am 7th October, 2013, at which time they will be opened in the presence of the bidders who wish to attend.

Signed

The Acting National Coordinator

Sustainable Development Programme

Of Lake Chad Basin (Prodebalt) Nigeria,

Chad Basin Development Authority Premises,

Maiduguri, Borno State, Nigeria

 

Telephone No +2348030636667