Invitation for Tender: Sea Bed Survey Services (Geophysical, Bathymetric and Geotechnical) at Moni Pulo Limited (Petroleum Development)

Invitation for Tender: Sea Bed Survey Services (Geophysical, Bathymetric and Geotechnical)

 

 

1.       Introduction

Moni Pulo Limited (Petroleum Development) invites interested and reputable contractors with relevant experience and capabilities to apply to tender for seabed survey services (Geophysical, Bathymetric and Geotechnical) over a shallow marine transition zone near shore terrain Nigeria in the northern area of our OML 114 concession.

 

The objective of the call for tenders is to bid for the seabed survey services of the northern area of OML 114 concession. This includes but is not limited to creating a detailed bathymetric chart of the northern area of OML 114 concession for slope stability assessments, sediment sample locations, vessel navigation and characterize variations in the bottom cover. Also to generate a dense high quality bathymetric dataset and details on the nature and composition of the sea floor features as well as detection of possible hazards.

 

2.       Scope of work

The following services are required using suitable equipment in water depths less than 20m as follows;

  • Drilling site surveys
  • Field development surveys
  • Debris surveys
  • Ad hoc specific survey request
  • Geotechnical services for near shore activities

 

It will be a requirement that all data processing, (including laboratory analysis of geotechnical samples) and interpretation will be completed in Nigeria.

 

Please note that contractors should have capabilities in all the areas of the services needed. The categories are;

  • Geophysical surveys (covering drilling, development and debris surveys)
  • Geotechnical surveys (covering field development surveys)
  • ROV Surveys (for the inspection of seabed features)

 

3.       Tender documents

To qualify for participation in the tender process, interested Companies must demonstrate ownership of requisite equipment (Vessels, surveys equipment etc), facilities in Nigeria and availability of properly trained personnel to provide the required services outlined in the scope of contract and within the required schedule.

 

To qualify for consideration, contractors are required to supply two (2) sets of the following documentation with the specific chapters, separated by dividers, in the same order as set out in (A) – (S) below here below; in addition two (2) electronic copies (CD ROM) of the tender documents shall be furnished:

A)      A separate section summarizing the contents chapter by chapter of the tender document

B)      Evidence of contractor’s registration in Nigeria (certificate of incorporation), Nigerian contractor’s legal status and profile including Nigerian shareholding (evidenced by Form C07) and details of any formal technical support agreements with foreign contractors.

C)      Contractor’s general structure and organization, including the branch dedicated to such activities.

D)      In case of joint venture with other companies, attach copy of the joint venture agreement and details of the interest of each of the joint venture partners and the role of each party shall be clearly indicated.

E)      Details of company’s Health, Safety and Environmental Policy and Programme together with its HSE Management System. HSE considerations on site and throughout the requirement are part of contractor’s responsibility and the contractor must have proven methods of eliminating risks associated with its own scope of services and all interfaces with others. These methods must be clearly indicated.

F)      Safety records detailed for accidents, injuries, damages and summarized near-misses; LTI over the past three (3) years.

G)      Details of contractor’s Community Affairs Policy and Programme and records for the past three (3) years.

H)      Nigerian content

Moni Pulo Limited (Petroleum Development) is committed to maximizing the local content policy of Nigeria. Bidders are to note that evidence of a local content strategy/plan is a compulsory prerequisite.

 

Furthermore, contractors shall be scored on the following information to be provided as part of Nigerian Content Development policy and therefore an unsatisfactory result may result in disqualification:

  • Ownership structure (%Nigerian/Foreign).
  • Percentage of the Company Nigerian workforce that are in management positions.
  • Credible plan and verifiable plan that this scope of work will be performed by indigenous companies or indigenous companies having genuine alliances with multinational companies
  • Proposed utilization of Nigerian resources (manpower services through sub contracting where applicable, equipment and materials, etc.) in order to achieve the Federal Government target of 45% by 2006 and 70% by 2010 in terms of the value of the relevant contract.
  • Evidence of significant growth capacity building (human/infrastructure) in Nigeria existing over the past three (3) years.
  • In case of a joint venture, attach a copy of the joint venture agreement and details of the interest of each of the joint venture partners. The role of each party should be clearly indicated.
  • Location and address of the processing facility and project team (of the contractor) in Nigeria with all the required infrastructure and facilities.
  • Training plan for Nigerians. Furnish verifiable evidence of past two years’ training.
  • Evidence of existing maintenance, storage, repair facilities in country
  • Details of the contractor’s onshore (Nigeria) assets.

 

 

Note: Non compliance with Nigerian Content Directives

I)      Quality Assurance System certified ISO 9000 or equivalent.

J)     Copy of relevant Department of Petroleum Resources (DPR) Certificate of   Registration for year 2012.

K)  Details of relevant verifiable experience of similar services that the contractor has undertaken as main contractor in the last five (5) years, within and outside Nigeria on a Nigerian project.

L)      Details of relevant verifiable experience of similar services that the contractor has undertaken as main contractor in the last two (2) years, in its Nigerian processing center. This is mandatory.

M)     Reference of three major customers that can be contacted for information /reference.

N)      Full and detailed Description of location, capacity, equipment etc

O)      Description and specifications of equipment currently owned by contractor together with proof of ownership and safety standards that will be utilized in the execution of the work. Proof of available office, resources, warehouse equipment, facilities, spares etc to support your operations.

P)      Detailed description of the “best Practices” for carrying out the job

Q)      Resume of key personnel to be involved in the services

R)      Contractor’s audited accounts and tax clearance certificate for the past

three (3) years.

S)      All relevant information concerning contacts, telephone, fax, e-mail address

of the representatives.

 

4.       Submission of tender documents

The tender documents should be separated and sealed into two envelopes

marked “Technical Tender bid for Seabed Survey Services” and Commercial Tender bid for Seabed Survey Services”. Delivery shall either be by hand or by courier service to reach the address given below not later than Friday, March

22nd 2013:

 

General Manager Operations & Engineering,

Moni Pulo Limited (Petroleum Development)

5 Odoni Street, Amadi Flats,

Port Harcourt,

Nigeria.

Invitation for the Employment of Consultants for Supervision at Ministry of Works and Transport

Oyo State Government

 

Ministry of Works and Transport

 

Invitation for the Employment of Consultants for Supervision

 

 

1.0     As a result of increase in volume of construction and also to complement the efforts of the Ministry of Works and Transport, independent consultants are required for the supervision of road and bridge projects in the State.

 

2.0     Civil Engineering Consultancy Firms interested in the engineering supervision of the road and bridge projects are hereby invited to submit technical and financial proposals for the supervision of projects of their interest, which would form the basis for future negotiations, and ultimately, a contract between the firm and the Oyo State Ministry of Works and Transport,

 

3.0     Please note that the Oyo State Ministry of Works and Transport is not bound to select any of the firms submitting proposals, and that quality and experience in the supervision works of similar complexity will be the principal criteria in the selection process. Detailed brochure of firm including similar works carried out and Curriculum Vitae of key personnel should be submitted along with other documents.

 

4.0     Three (3) copies of your completed proposals should be hand-delivered on or before 12 noon on Friday 22nd March, 2013 to;

 

The Permanent Secretary,

(Cabinet and State Security),

Office of the Executive Governor,

Secretariat

Ibadan.

 

Signed

Engr, O. M. OLUSULA

Permanent Secretary

Ministry of works and transport, Oyo State

Invitation for Bid to Tender for Construction and Renovation Works at Oyo College of Cooperatives and Entrepreneurship Studies at Ministry of Trade, Investments and Cooperatives

Oyo State Government

 

Ministry of Trade, Investments and Cooperatives

 

Invitation for Bid to Tender for Construction and Renovation Works at Oyo College of Cooperatives and Entrepreneurship Studies

 

Application is hereby invited from reputable and interested contractors with relevant experience and good track record for Tender on the Construction and Renovation works at Oyo State College of Cooperatives and Entrepreneurship Studies, Ilora, Oyo State.

 

 

1.     Bid Form Requirements:

Experienced and reputable contractors are required to submit the following:

  1. Evidence of Company Registration with Corporate Affairs Commission.
  2. Evidence of Registration of Business Premises with Ministry of Trade, Investments and Cooperatives.
  3. Tax Clearance Certificate for the last Three Years,
  4. Memorandum and Article of Association.
  5. A checklist of similar and other jobs successfully Executed with their

location.

  1. Evidence of Registration with Bureau of Public Procurement Office of Oyo State.

 

 

2.     Collection And Submission Of Bid Form;

Interested bidders are also expected to collect Bid form from the Office of the Director, Finance and Administration, Ministry of Trade, Investments and Cooperatives, Secretariat, Ibadan, Oyo State up on payment of N20,000.00. Duly completed bid forms should be neatly packaged for the review of the State Tender Board Form collected and completed should be delivered not later than 13th  March, 2013 to the Cabinet Office, Office of the Governor, Secretariat, Ibadan

 

3.     Please Note;

    1. The State Government is neither Committed nor obliged to shortlist and award contract to any Contractor or Agent.
    2. The State Government reserves the right to reject any or all Bill packages.
    3. The State Government will only authorize office of the Building Company and not through individual or Agent acting on their behalf.

 

  1. This advertisement for invitation to Tender shall not be considered as neither a  commitment on the part of the State Government nor entitle any contractor to make any claim what so ever and seek any indemnity from the State Government

 

 

4.       Submission of Bid Documents

Tender documents, with accompanying relevant documents which must be signed and duly sealed should be submitted to The Cabinet Office, Room 27, Office of the Executive Governor, Secretariat, Ibadan in wax sealed envelopes and marked on top left corner “Tender Contract Award” on or before 12 noon Mcndavy 25th March, 2013 Bid envelopes will be opened by 1:00pm on the same day at the same address in the presence of bidders of their representatives who choose to attend

 

Signed:

HON. ADEBAYO OLAGBENRO

Honourable Commissioner

Ministry of Trade, Investments and Cooperatives

Secretariat, Ibadan

 

Invitation for Pre-Qualification for the Supply and Installation of Equipment for Information Resource Centres in Niger Delta States at Search for common Ground in Nigeria (SFCG)

Search for Common Ground Nigeria


Invitation for Pre-Qualification for the Supply and Installation of Equipment for Information Resource Centres in Niger Delta States

 

 

With support from the European Union (EU), Search for common Ground in Nigeria (SFCG) is carrying out the Tomorrow is a New Day project in support of the Federal Amnesty programme. The goal of the projects to support long-term sustainability and results of the Amnesty Process and DDR in the  Niger Delta. This action will ultimately support target communities’ healing from the trauma of violence, loss of family members, livelihood and property, it will also strengthen structures of inclusive dialogue and decision-making, and establish mechanisms for conflict prevention, early warming and rapid response that will empower local stakeholders to help sustain peace in the Delta region, Search for Common Ground is seeking reputable companies to supply the following

 

 

  • Production Studio of Equipment and Training Equipment
  • Cybercafe Equipment and Public Address Systems
  • Power Generation Systems
  • General Office Equipment

 

Pre-qualification Requirements

You are requested to submit copies of the following documents as evidence of your eligibility to tender:

1.       A certified true copy of Certificate of Registration, incorporation and valid license issued by Corporate Affairs Commission of Nigeria.

2.       For a Joint venture, a fully signed Memorandum of understanding between the parties.

3.       The company profile including the curriculum vitae and professional certificates of all technicians and studio specialists of the companies that intend to submit pre-qualification document for studio and training equipment and generator equipment respectively.

4.       The office postal address and physical location, functional contact emails and telephone numbers.

5.       List of at least three clients for whom the tenderer has conducted similar works within the last three years with address, company name, contact name and telephone number and email address of contact person(s)

6.       Tax clearance certificates issued by Nigerian Federal Inland Revenue Services/State Inland Revenue Service for the last three years

7.       Verifiable evidence of similar works.

8.       Annual financial statements of the company, audited by a Certified Chattered Accountant from 2009 – 2011 applicable specifically to the companies bidding for studio equipment and training equipment and generator system equipment.

9.       Evidence of VAT Registration

Arrangement of document should follow the order presented above. Each parcel should have a table of content indicating the pages or folio on which these items are to be found. Any submission that does not conform to this form may not be processed further, Vendors are required to fully review all instructions and comply with all requirements as specified in this invitation for pre-qualification. SFCG reserves the right to reject any and all submissions due to incomplete documentation.

 

Collection of Bidding Document

Tenderers who will on the basis of the submitted documentation and assessment by SFCG have pre-qualified will be invited to collect bidding documents from SFCG’s offices (Abuja, Port Harcourt or Jos), or receive these bidding documents via email

 

 

Instructions and Submission Procedure

Pre-qualification documents are to be submitted with the above stated requirements.

Note: Organizations or companies can bid for all supply and submit the bid in 5 hard copies for each accordingly. Each envelope should be wax-sealed and marked with “Name of supply and services bided for” at the top left  corner as follows.

 

Prequalification Documents for the Supply and Installation of Equipment for Information Resources Centre NGR502/SUPPLY addressed with your organization email address and phone number for the purpose of acknowledging the receipt of the bid and envelope to:

The Country Director

Search for Common Ground, Nigeria

No 11 Tombia Street, GRA, Port  Harcourt, Rivers State

Nigeria,

Pre-qualification documents should be submitted not later than 5.00 pm on Friday, 15th of March, 2013, Pre-qualification exercise shall be done on Monday March 18th 2013 at the Search for Common Ground conference hall in Port Harcourt at 10.00 am and successful companies shall be communicated accordingly.

 

Important Notice

  1. The submission of Pre-qualification documents does not in any way compel Search for Common Ground Nigeria to shortlist any of the bidders for tender.
  2. Companies are advised to apply strictly to the area of their expertise and business domain. Failure to comply with this instruction may lead to disqualification.
  3.  SFCG shall not be responsible for payment of any expense incurred by the bidder for the submission of pre-qualification documents
  4. All bidders will be Informed of the success or otherwise of their bids at the end of the pre-qualification exercise. Please note that SFCG reserves the right to select bidders at its discretion and shall NOT enter into correspondence about the autcome of the pre-qualification exercise.
  5. Only companies which have satisfied the Pre-Qualification requirements will be contacted to submit a quotation

 

Signed

CHOM BAGU

Country Director

Request for Proposal for Supply of Clinical Laboratories Items at Family Health International (FHI 360)

Request for Proposal for Supply of Clinical Laboratories Items

 

A. Introduction

Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to finance sectional cross sectional integration of HIV/AIDS and TB services by building Nigerian capacity to deliver sustainable high quality, comprehensive, prevention treatment, care and related services in various states within Nigeria. FHI 360 hereby invites reputable companies with proven experience and expertise in the supply of laboratory items (ancillaries, equipment and consumables) to participate in the prequalification process as described below.

 

B.      Scope of Supply

The Scope of supply involves delivery of various laboratory items (ancillaries, equipment and consumables). Interested companies should write to procurement@sidhas.org for the list of items.

 

C:      Qualification Criteria

The minimum eligibility criteria to participate in the prequalification process shall be as under and should be submitted along the price quotation in a sealed envelope

1.       Evidence of registration with Corporate Affairs Commission and other bodies with copies of form CO2 and CO7

2.      Evidence of payment of tax for the last three years

3.      Detailed company profile with registered address functional contact email, telephone numbers and point of contact for the organization

4.      Verifiable evidence of similar jobs successfully executed in the past for an amount equal to or above 14 million Naira (including copy of Purchase Order/contract and signed delivery note)

5.      Recommendation letter from the Bank stating ability to execute such supply.

6.      Current company’s audited statement of accounts

7       Affiliation with any international organization or original equipment manufacturer.

8.       Provide recommendation letter of supply from past organization for successful completion of supply order.

 

D.      Instructions to Prospective Bidders:

All quotes must be in a sealed envelope and clearly marked in the lower left-hand corner, Laboratory Supplies/01/LAB/2013. All quotes must be received by 5:00 pm on or before 21st March 2013. No faxed or telephone quotes will be accepted. All quotes must be addressee and submitted to:

 

Associate Director, Procurement, Contracts & Grants

FHI 360, Plot 1073 JS Tarka Street Garki

Area 3

Abuja

 

FHI360 designee will answer any questions up to the deadline date of this advert, hence any requests for clarification should be referred to:

 

Senior Procurement Officer, Procurement Unit

FHI360, Plot 1073 JS Tarka Street Garki

Area 3, Abuja

procurement@sidhas.org

Tel: 09-4615555