Invitation for the Expression of Interest as Contractors for Supply of Medical Equipment/Drugs and Consumables to the Central Bank of Nigeria Clinics at The Central Bank of Nigeria

Central Bank of Nigeria

 

Invitation for the Expression of Interest as Contractors for Supply of Medical Equipment/Drugs and Consumables to the Central Bank of Nigeria Clinics

 

The Central Bank of Nigeria is proposing to provide Medical Equipment /Drugs and Consumables to its Clinics in Abuja, Lagos Bauchi, Kano, Enugu and Ibadan.

 

Consequently, the Bank wishes to invite reputable manufacturers/accredited dealers to express interest to undertake the project.

 

Supply of Medical Equipment, Drugs and Laboratory Consumables to the Central Bank of Nigeria (Ref CBN CBN/MSD/2013/001)

 

Pre-qualification Requirement

Interested and competent firms wishing to carry out the above job must submit the following documents with the expression of interest: –

Mandatory (Without which companies will be disqualified)

(i)      Evidence of registration with Corporate Affairs Commission

(ii)     Certified true copy of Memorandum and Article of Association.

(iii)    Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years).

(iv)    Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

(v)     Evidence of payment of training contributions to ITF (Industrial Training Fund).

(vi)    Proof of being manufacturer of the products OR Proof of accreditation to the marketing of the product in case of Pharmaceutical importer/sole agent

(vii)   Certificate of Registration and retention of premises

(viii)  Current annual license to practice as Pharmaceutical chemists of the company’s superintendent pharmacy.

 

Others

(ix)    Comprehensive company profile.

(x)     Evidence of previous business transaction with Government establishment

(x)     Current Company’s audited statement of accounts for the past 3 years, and duly stamped by a registered Auditor.

(xi)    Company’s registered address, functional contact email address, GSM phone number(s) and facsimile number(s).

 

Submission

Application for Expression of Interest, accompanied by the above listed documents should be forwarded in wax sealed envelope boldly marked at the top left corner: –

“Expression of Interest for the Supply of Medical equipment, drugs and laboratory consumables to the Central Bank of Nigeria”

And addressed to:-

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Fax No: 09-616-38239

E-mail:- igbadamosi@cbn.gov.ng  

 

Closing Date:

All submissions must be received at the above Office not later than 24th May 2013.

 

Opening Date:

All submissions would be opened not later than 31st May 2013

 

Important Notice:

a)       This is not an invitation to tender. Full tendering procedure will be applied       to contractors prequalified and found capable of executing the project.

b)      Only Successful Contractors will be contacted for the tender process.

c)       Nothing in the advert shall be construed to be a commitment on the part of the CBN.

 

Signed:

Management.

Invitation for Pre-Qualification for Tetfund Intervention in Library Development for Year 2010/2011/2012 Merged at Federal College of Education (Technical), Gusau

Federal College of Education (Technical), Gusau

P.M.B. 1088 Gusau, Zamfara State

 

Invitation for Pre-Qualification for Tetfund Intervention in Library Development for Year 2010/2011/2012 Merged

 

Applications are hereby invited from suitable and interested contractors with relevant experience and good track record for pre-qualification as prerequisite for tender in respect of Tetfund Intervention in Library Development for year 2010/2011/2012 merged:

Lot 1 Procurement of volumes of books of various titles including E-Library

Lot 2           Procurement and Installation of printing and binding equipment

Lot 3           Procurement of Library facilities

 

Pre-Qualification Requirements

i.        Evidence of registration of Company with the Corporate Affairs Commission.

ii.       Evidence of professional qualification of key staff.

iii.      Evidence of similar projects completed within the past three years.

iv.      Tax clearance for the last three (3)years

v.       Evidence of VAT registration and remittance in the last three years.

vi.      Evidence of fulfilling obligation of taxes, pension, social security contribution and compliance with ITF (Amendment) Act. 2011.

vii.     Audited account for the past three (3) years.

viii.    Letter of attestation from the Bank to confirm the financial strength and willingness to support the company financially to execute the project

ix.      Additional relevant information including GSM number.

 

Pre-qualification documents are obtainable at the office of the Registrar Federal College of Education (Technical) Gusau, Zamfara State.

 

Submission of Pre-Qualification Documents

The pre-qualification documents must be sealed and returned to the office of the Registrar not later than 3rd May 2013.

 

The college reserves the right to reject any or all pre-qualification submission and or discontinue the tendering process at any time. Nothing in this advert shall be construed to be a commitment on the part of the college nor shall it entitle any potential tenderer to make any claims whatsoever and or seek an indemnity from the college on account of responding to this advert The college shall not go into correspondence with non pre-qualified contractors in any form.

 

Opening of Pre-qualification Documents

Pre-qualification documents will be opened at 10.00am on 3rd May 2013. and tenderers and general public are hereby invited.

Names of pre-qualified contractors will be published on the Notice Board of the college.

 

Tender Documents

Only contractors who have satisfied pre-qualification conditions above may be allowed to tender.

 

Signed:

Registrar

Expression of Interest for Printing M&F. HMIS Tools at Management Sciences for Health (MSH)

Management Sciences for Health (MSH)

 

Expression of Interest for Printing M&F. HMIS Tools

 

Management Sciences for Health (MSH) is an international non­profit organization focused on saving lives and improving the health of the poor and vulnerable people by closing the gap between knowledge and action in public health.

 

 

MSH invites you to express interest in respect of printing of Monitoring & Evaluation (M&E) Hospital Management Information Tools (HMIS).

 

As an experienced professional printing firm, we request that your organization presents the following documents for consideration:

1.       Introduction/company profile,

2.        Evidence of CAC Registration

3.       Evidence of past printing work done on M&E HMIS Tools

4.       Bank Reference of financial worthiness (No advance payment would be provided)

Interested firms are requested to submit the above mentioned documents in a sealed envelope clearly marked “Expression of Interest for printing M&E HMIS Tools”’, addressed to the Operations & Finance Manager, Management Sciences for Health, Block B. Plot 564/565 Off independence Avenue, Central Business District, Abuja, FCT and submitted on or before Thursday, April 25th 2013 at the reception, duly registered and dropped in the bid box at the aforementioned address above.

 

Only Printing Firms who are based and operates in Abuja should apply.

Tender Opportunity Provision of Inspection Support Services on Agbami FPSO at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company

Operator of the Agbami Unit (OML 127/128)

 

Tender Opportunity Provision of Inspection Support Services on Agbami FPSO

 

Introduction:

Star Deep Water Petroleum Limited (SDWPL) invites interested and prequalified companies for this tender opportunity for the Provision of Onshore and Offshore Inspection Support Services for Agbami FPSO (Floating, Production, Storage and Offloading) Vessel. The contract shall be a call-out contract, proposed to span 3 (three) years with an option of 1 (one) year extension.

 

Scope of Work:

The scope of this contract shall include

  • Equipment integrity inspections offshore.
  • Inspection of facility structures
  • Inspection of marine equipment to support Class certification
  • Fabric maintenance inspection
  • Remote access for inspection and construction support
  • Piping Inspection
  • Onshore Construction Inspection

 

Equipment Integrity Inspection:

a.       Mobilization and demobilization of qualified Inspectors with minimum of API 510 (Pressure Vessel Inspection), API 570 (Piping Inspection), AWS and/or equivalent level 2 Welding Institute/Society certifications. NDE Inspectors must be certified as Level 2 in techniques indicated in the approved NDE Procedures with any of the following programs:

 

i.        ISO 9712 Based Certification Program.

ii.       PCN Based Certification. For UT Weld Inspection: Category “W” (Critical

flaw sizing is required

iii.      EN-473 Certification program.

iv.      ASNT-TC-1A Certification Program (For UT requires current Chevron

qualification).

v.       For UT Welding Inspection: Current API-QUTE Qualification.

vi.      Other Programs to be approved by Company.

 

The NDE Certification program, certificates and examinations are subject to review and approval by the company

 

b.       Provision of NDT Inspection equipment and consumables for UT thickness gauging, UT Flaw detection, Magnetic Particle Inspection (MPI), Liquid Penetrant Testing (LPT), and other NDT inspection equipment at the request of client. The NDE Companies will provide NDE Procedures for each service following requirements in the Project Specifications, applicable Codes or Standards, or Specific requirements as indicated by the Company. All NDE Procedures will be reviewed and require approval before use

 

c.       Identify and establish Corrosion Monitoring Locations (CML) on pressure vessels, Piping and other topside equipment identified for corrosion monitoring and inspections

 

d.       On-site visual and on-stream UT and other NDT inspections, as may be required, of pressure vessels, piping and other Topside equipment identified for inspection.

 

e.       NDT Inspection support for Structural integrity inspection of facility structural modules

 

f.       Provide reports and data in a format compatible with Star Deep Water reporting system and analytical processes. Client to approve reporting structures for different Inspection tasks.

 

Structural Integrity Inspection:

a.       Mobilization and demobilization of qualified and experienced Structural integrity inspectors with minimum First degree in Structural Engineering and 7 years experience in Structural design, analysis and integrity inspections of offshore and onshore steel structures

 

b.       Provision of tools and equipment for integrity inspection of facility structural modules.

 

c.       Carry out field inspections on the structural modules of Star Deep Water offshore facilities to identify anomalies and other defects on structural elements of the modules and classify anomalies in a format consistent with Company and Industry classification processes.

 

d.       Provide reports and data in a format compatible with Star Deep Water reporting system and analytical processes. Client to approve reporting structures for different Inspection tasks.

 

To accomplish the complete scope, Contractor shall provide services which will not necessarily be limited to the provision of national and expatriate construction representatives, construction engineers, safety officers, project planners/project controls, materials, marine inspectors, crane inspector, training coordinators, QA/QC personnel, designers/ drafting personnel, inspectors of different disciplines including civil/structural, electrical, instrumentation, mechanical, welding, vessel, tanks, piping, painting and material, and national project support administrators.

 

Mandatory Tender Requirements:

A.      To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 3.07.01, 3.07.62, 3.07.04, 3.07.05, 3.07.07, 3.07.08 and 3.07.12 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:

Star Deep Water Petroleum Limited (SDWPL) 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 (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 CAC 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 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.

 

Close Date:

Only bidders who are registered with NJQS Product/Category 3.07.01, 3.07.02, 3.07.04, 3.07.05, 3.07.07, 3.07.08 and 3.07.12 by 4:00 pm, on May 2nd 2013 being the advert close date shall be invited to submit technical hid.

 

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 NJQS prequalification shall be to the contractor’s accounts.

 

4.       This advertisement shall neither be construed as any form of commitment on the part of Star Deep Water Petroleum 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 Star Deep Water Petroleum 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 pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

 

5.       Star Deep Water Petroleum Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Management

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

 

Invitation to Tender at Forte Oil (formerly African Petroleum Plc.)

Forte Oil Plc

 

Invitation to Tender

 

Forte Oil (formerly African Petroleum Plc.) is a major marketer of petroleum products with a retail presence of 550 outlets and operating out of various depots and petroleum Terminals in Nigeria. As part of our business transformation program aimed at boosting operational efficiency in the organization, we seek proposals from the general public for participation in our Super Transporters Scheme.

 

Minimum requirements for participation in the Super Transporters Scheme are as follows:

  • Prospective transporters must have a minimum of 50 trucks aged 0-4 years.
  • Prospective transporters must be willing to haul Petroleum products to all destinations of our choice.
  • Prospective transporters must present 2 references each and a letter from a guarantor.
  • Prospective transporters must have GIT insurance.
  • Prospective transporters must be willing to issue a Bank guarantee to cover the lifting of Petroleum Products.
  • Trucks will be presented painted in White Auto Cray.

 

Interested transporters who meet the above requirements should send their applications to: supertransporters@forteoilplc.com

 

Application closes on 25th April 2013.