Invitation for Pre-qualification and Tender at Nigerian Institute of Advanced Legal Studies (NIALS)

Nigerian Institute of Advanced Legal Studies (NIALS)

Supreme Court Complex, Three Arm Zone, Abuja

 

Invitation for Pre-qualification and Tender

 

1.       Introduction:

 

The Nigerian Institute of Advanced Legal Studies is desirous in the development of its permanent site with Land area measuring 10.33 hectares located at Institute and Research District along Airport road Abuja. Interested and reputable Developers/Contractors are invited to forward their documents for the purpose of Pre-qualification as a condition to be considered in the Tender.

 

 

2.       Scope of Works

 

Lot 1:         Construction of Perimeter Fence enveloping 10.33 hectares of the land

 

Lot 2:         Construction of Main Gate House and Adjoining Fence

 

 

3.       Pre-Qualification Requirements:

 

Prospective Developers/Con tractors shall be required to submit the following pre-qualification documents:

 

  • Evidence of Registration with Corporate Affairs Commission (CAC)
  • Evidence of Tax Clearance Certificate for the last three (3) years
  • Evidence of VAT Registration and Remittances
  • Evidence of Company’s audited accounts for three (3) years and its annual turnover
  • Evidence of Compliance with Pension Reform Act, 2004
  • Evidence of similar projects successfully executed with their locations (copies of letter of Award to be attached)
  • Technical qualifications and experience of key personnel
  • Evidence of Financial Capability and Bank Support (attach bank reference, statement of account etc.) and
  • Equipment and Technical Capacity.

 

Failure to provide any of the above listed documents will automatically disqualify the Contractor/Developer.

 

 

4.       Collection of Tender Documents

A complete set of Tender Documents may be collected by interested Bidders from: Institute Secretary, Nigerian Institute of Advanced Legal Studies. Upon presentation of evidence of payment of non refundable tender fee of N30,000 in favour of Nigerian Institute of Advanced Legal Studies, Bank UBA Account No. 1000963643

 

 

5.       Submission of Pre-qualification/Tender Documents

(i)      Interested bidders are to submit pre-qualification and tender documents in two different sealed envelopes appropriately marked “Pre-qualification” and “Tender” with the company name indicated at the back of each envelope marked the lot number at the top right hand corner and addressed to:

 

 

The Director General,

Nigerian Institute of Advanced Legal Studies,

Supreme Court Complex,

Three Arm Zone, Abuja

 

(ii)     All bid documents must be submitted on or before 23rd April 2013, by 12:00 noon.

 

Note –     Submission of applications closes at 12.00 noon on 23rd April, 2013 and the tenders received shall be publicly opened by 1.00pm on the same day in the……………….

 

Only the pre-qualified companies shall have their financial bids opened at a later date to be communicated to them in writing.

 

Signed:

The Secretary,

Nigerian Institute of Advanced Legal Studies,

Supreme Court Complex,

Three Arm Zone, Abuja

 

Request for Expression of Interest at Bauchi State Malaria Control Booster Project

Request for Expression of Interest

(Consultancy services)

 

Country:                       Nigeria

 

Project:                          Malaria Control Booster Project, Bauchi

 

Sector:                           Health.

 

Consulting Services:     Review and Assess CDI Implementation in

Three (3) Pilot LGAs

 

Credit Number:             4250-UNI

 

Project ID Number:      P970921

 

Date:                              9th April, 2013

 

 

Request for Expression of Interest

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project and intends to apply part of the Credit to cover eligible payment for consulting services to review and assess CDI Implementation in Three (3) pilot LGAs, Individual Consultant.

 

 

The Objective of the Assignment:

 

The overall objective of the consultancy is to strengthen the Community Direct Intervention (CDI) frame work of the SMCBP. The activities as sub-components of the Project require close monitoring and continuous evaluation to track progress in a consistent I manner in the project. This makes it necessary to put in place very strong and adequate M&E System for quality control and effective service delivery which are central to the successful implementation of the Project.

 

The Bauchi State Malaria Control Booster Project now invites eligible Individuals to indicate their interest in providing the services. The Consultant is expected to provide technical assistance in reviewing and assessing the outcome of CDI process of implementation in the three (3) pilot LGAs by zone namely ;( Bauchi, Warji and Katagum) from none implementing LGAs to ensure that all approach as contained in the CDI strategy are followed.

The consultant will also report the best practice and gaps identified to the state project implementation unit (PIU) to strengthen malaria control intervention using the CDI approach. The consulting service is for a period of 4 weeks.

 

Required Qualifications:

The assignment is to be conducted by an experience person, with first degree in Health related course with a post degree in Public Health or any related field, with 5 years experience in programme management and M&E community based intervention, at least 3 year’s previous experience in malaria programming will be an added advantage. Interested applicant should have vast experience with similar assignment, excellent ICT, writing, analytical and communication skills; applicant should also have experience in community development, mobilization and CDI process. The consultant should have knowledge of understanding the culture of the state and should have experience working with government and civil society organizations.

 

 

Method of Application

Interested individuals must provide information indicating that they are qualified to perform the services (Curriculum Vitae, description of similar assignment, experience in similar condition, availability of requisite skills, etc)

 

S/he will be selected in accordance with the procedures set out in the World Bank Guidelines: Selections and employment of Consultants by World Bank Borrowers (current edition).

 

Interested individuals may obtain further information at the address below during office hours between 9.00am – 4.00pm daily, except on public holidays.

 

Expression of Interest must be submitted to the address below on or before the 23th April, 2013 by 12.00 Noon with inscription on the envelopes SUBJECT Expression of interest to review and assess CDI implementation in three (3) pilot LGAs. Individual Consultant.

 

The Project Manager,

Bauchi State Malaria Control Booster Project

BACATMA, No. 4, Yandoka Road, Bauchi

 

Attention:

GSM No: 080 58622243

 

Email: umar__babuga@yahoo.com

 

 

Invitation for Tenders at Road Sector Development Team (RSDT)

Road Sector Development Team (RSDT)

Federal Ministry of Works

 

Invitation for Tenders

Nigeria

 

Federal Roads Development Project (FRDP)

 

Credit Number – IDA 44150

 

Procurement of Operational Tools for FRSC

 

FRDP/2013/NCB/G/02

 

 

1.       This invitation for Bids follows the General Procurement Notice (GPN) for the Federal Roads Development Project (FRDP) that appeared in Development Business dated 11th March, 2005

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association (IDA) in the sum of USD 330 million towards the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for the Procurement of Operational Tools for FRSC -FRDP/2013/NCB/G/02.

 

3.       The Road Sector Development Team (RSDT) now invites sealed bids from eligible bidders for the Procurement of Operational Tools for the supply of under listed items:

 

 

Lot

 

Description

 

Quantity (Unit)

 

Location

 

Delivery Period

 

Bid Security Nigerian Naira

 

1

 

Breathalysers

 

45

 

FRSC Hqtr, Abuja, Nigeria

 

120 days

 

300,000.00

 

2

 

Mounted Cameras

 

21

 

FRSC Hqtr, Abuja, Nigeria

 

120 days

 

600,000.00

 

3

 

Radar Guns

 

40

 

FRSC Hqtr, Abuja, Nigeria

 

120 days

 

450,000.00

 

4

 

Digital Cameras

 

15

 

FRSC Hqtr, Abuja, Nigeria

 

120 days

 

95,000.00

 

5

 

Video Cameras

 

15

 

FRSC Hqtr, Abuja, Nigeria

 

120 days

 

250,000.00

 

 

 

 

Bidders may bid for any one or more Lots and discount offered for the award of combined lots will be considered in bid evaluation.

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits.

 

5.       Interested eligible bidders may obtain further information and inspect the bidding documents at the Office of the Unit Manager, Road Sector Development Team (RSDT) at the address below on working days from 10:00 am to 5:00pm.

 

6.       Eligibility and Qualifications requirements include:

 

(a)  Eligibility:

i.        Articles of Incorporation or Registration of firm

ii.       Latest Income Tax Clearance certificate

iii.      Latest VAT Registration certificate

 

(b) Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s): The audited accounts for the last three years 2009, 2010 and 2011 shall be submitted to demonstrate the current soundness of the bidder’s financial position.

 

(c)   Experience and Technical Capacity

 

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

(i)                A minimum of five years overall experience in the supply of goods and related services,

(ii)             A minimum of three years of specific experience in the supply of Similar goods and related services

(iii)           The minimum supply value of goods under a single contract in the Last three years in:

Lot 1 – NGN 14M

Lot 2 – NGN 26M

Lot 3 – NGN 20M

Lot 4 – NON 380,000

Lot 5 – NGN 1M

 

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non-refundable fee of =N= 15,000 (Fifteen thousand Naira) only. The method of payment will be by bank draft in favour of “Federal Roads Development Project”. Bidding Documents will be available from April 4th, 2013.

 

8.       Bids must be delivered to the address below on or before 12noon on 6th May, 2013.Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person or on-line at the address below at 12.30pm on May 6th, 2013. All bids must be accompanied by a Bid Security as indicated in the Table in column 5 above and must be addressed to “Federal Roads Development Project”

 

9.       The address referred to above is:

 

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria.

 

Attn: Unit Manager, Engr. Ishaq Mohammed

 

Tel: +234-92910377

 

E-mail: unitmgr.rsdt@yahoo.co.uk

 

Website: www.rsdt.gov.ng

Tender Opportunity at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited

 

RC No. 333615

 

Tender Opportunity

 

TB-3106 Provision of Cleaning & Janitorial Services in Lagos Offices & Residences

 

Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this Tender opportunity for the provision of Cleaning and Janitorial Services at ADDAX’ Lagos office locations & Residences, as detailed in item 2 below. The contract is proposed to commence in Q4, 2013 and continue for a duration of two years with APD(N)L having the option to extend the duration for a further period of one year.

 

 

2.    Scope of Services:

 

This Scope of Services covers the provision of Cleaning and Janitorial Services associated with APDN)L’s offices in Lagos and six (6) residences in Lagos.

 

As a minimum requirement, the selected Contractor shall have the nec­essary experience, capability and shall be fully responsible for the sup­ply and performance of:

 

General house- keeping services and supplies at:

1.       32 Ozumba Mbadiwe Street Victoria Island;

2.       10 Aboyade Cole Street, Victoria Island;

3.       The common areas of residences

 

All other related equipment, tools and experienced personnel necessary to satisfactorily perform the Services.

The selected contractor will be responsible for the mobilization and sub­sequent demobilization of its equipment, tools and personnel.

 

 

3.    Mandatory Requirements:

3.1     To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the 2.12.06 Cleaning / Sanitary Supplies (Product/ Service) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

 

3.1.1. To determine if you arc pro-qualified and view die product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com  and access NJQS with your log in details, click on ‘con­tinue Joint Qualification Scheme tool, click on check my supplier statuses’ and thereafter click on ‘supplier product group’.

 

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

 

3.1.3  To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.2.    In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4    Nigerian Content Requirements:

 

Tenderers arc to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully comply with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and www.nigcontent.com, in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenders shall be expected by the Nigerian Con­tent Development Monitoring Board (NCDMB) to:

 

  • Demonstrate that the entity proposed for execution of the service, 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

 

  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7

 

  • Provide evidence of what percentage of its key management posi­tions is held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian com­panies and personnel that will be involved in executing the work.

 

  • State proponed 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.

 

  • Provide detailed plan far 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 die next five (5) years.

 

  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

 

  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities

 

  • Provides detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.

 

  • Provide details on any other Nigerian Content initiative the company is involved in.

 

  • Provide evidence of Nigerian Content Equipment Certificate (NCEC)

 

 

5.       Closing Date

 

Only Tenderers who are registered with NJQS 2.12.06 Cleaning/ Sanitary Supplies product/service category as at April 30th, 2013 by 4.00pm being the advert closing date shall be invited to submit Technical Bids.

 

6.       Additional Considerations:

 

Please note that all interested Contractors are required to strictly ad­here to following conditions in relation to their response to this Advert:

 

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to partici­pate in this tender opportunity.

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Con­tractor’s own account

 

  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)Land /or any of its partners by vir­tue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:

(i)                Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

(ii)             Following the Technical evaluation process, only technically accept­able and financially qualified contractors will be requested to submit their Commercial Tenders.

(iii)           APD(N)L will communicate only with authorized officers of the quali­fying Contractors at each stage of the tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

 

Please visit the NipeX portal at www.nipexng.com for this Advert and other relevant information.

TENDER OPPORTUNITY: Provision of Cementing Services at The Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

 

Operator of the NNPC Shell HPNL Agip Joint Venture

 

TENDER OPPORTUNITY:   Provision of Cementing Services

 

TENDER REF:   NGOT014049

 

1.0   Introduction

 

SHELL hereby announces to interested and pre-qualified companies an upcoming tendering opportunity for the Provision of Cementing Services for SPDC onshore operations. The proposed contracts will commence m Q4 2013 and remain active for two (2) years duration, followed by a one (1) year extension option.

 

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

 

 

2.0   Scope of Work

 

The scope of work under the tender composes the Provision of Cementing Services activities in SPDC Well Construction operations.

 

Details of the scope include:

To carry out primary and remedial, cementing operation required in the well delivery process. This has been categorized into the following two modules:

 

Module 1: Provision of Cementing Services (Land/ Swamp/Shallow Offshore Operations:

  • Contractor shall supply but not limited to Oil-well Cement and Pumping, and Cementing Additives to rig site for land operations and to Shell logistics bases at Ogunu, Kidney Island or Onne for Swamp/Offshore Operations.
  • Contractor shall provide Cementing Pumping Services at rig site including but not limited to cementing conductors, casing, liners squeeze, plug back jobs and all other related services i.e. preparatory pre-fresh, cleaners, chemical spacers, retarders and accelerators.

 

Module 2 – Supply of Float Material and Tubular Accessories:

Contractor shall supply float material and tubular accessories to SPDC bases, Rig sites for land operations and Shell Logistics bases at Ogunu, Kidney Island or Onne for Swamp/Offshore operations.

 

 

3.0 Mandatory Requirements

 

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Cementing Services (3.O4.04) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender (ITT).

 

2.       To determine if you are pre-qualified and view product/service category you are listed for, open www.mpexng.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 o product/service category you are registered with DPR to do business ,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 pre-qualification 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 o Nigerian subsidiary must demonstrate that o 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 homing 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
  • Provide evidence of Nigerian Content Equipment Certificate (NCEC) from Nigerian Content Development & Monitoring Board (NCDMB) or evidence of the application for the certificates

 

5.0     Closing Date:

 

Only Tenderers who ore registered in the NJQS Cementing Services (PRODUCT CODE 3.04.04) category as at April 25th, 2013 being the advert dose date shall be invited to submit Technical bids

 

 

6.0     Additional Information

 

  • All costs incurred m preparing and processing NJQS pre-qualification shall be to the CONTRACTOR’S accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SPDC to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from SPDC and or any of its partners by virtue of such companies having been prequalified in NJQS
  • SPDC 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. Also note that this contract will be progressed through NipeX system.