Invitation to Pre-Qualification/Tender for Years 2012 Tetf Normal Intervention Project at College Of Education Waka – Biu, Borno State

College Of Education Waka – Biu, Borno State

 

Invitation to Pre-Qualification/Tender for Years 2012 Tetf Normal Intervention Project

 

The College is intend to undertake a Pre-Qualification and Tender exercise for the following projects under the TETFund Year 2012 Normal Intervention Projects, As a result the College wishes to invite reputable contactors to indicate interest to carry out the following projects:-

 

A.      Construction of 500seater Capacity Lecture Auditorium with Furniture.

B.      Construction of 18Nos. Academic Staff Offices,

C.      Construction of 3Nos, Classroom with Furnishing

D.      Procurement and installation of Furniture for Academic and Admin Staff Offices,

E.      Procurement of 1No. 30-Seater Petrol Engine Coaster Bus.

F.      Procurement of 14No. Newclime Drawer Filing Cabinet

 

Pre-qualification Requirement

Interested and competent contractors wishing to carry out any of the above jobs must submit the following documents for verification Mandatory; (without which company will be disqualified)

i.            Evidence of Incorporation of the company with Corporate affairs Commission (CAC)

ii.            Tax Clearance Certificate for the (3) three years (2010, 2011 and 2012)

iii.            Evidence VAT registration

iv.            Company profile with  certificates

v.            Evidence of successful completion of similar projects

vi.            Reference letter from a reputable bank

vii.            Company audited account over the last three years

 

Collection Of documents

 

Tender bids documents could be obtained from Office of the Director of Works on payment of (N30, 000.00 for CONSTRUCTION, 20,000.00 for PROCUREMENT) for tender fees.

 

Submission of Pre-qualification and Tender Documents

Pre-qualification tender documents accompanied by the above listed documents should be forwarded in wax sealed envelope boldly marked PRE-QUALIFICATION DOCUMENTS FOR CONSTRUCTION/PROCUREMENT OF……..AND TENDER FOR CONSTRUCTION /PROCUREMENT OF …….       at the top left corner indicating the projects and addressed to the Povost, College of Education, Waka-Biu P.M.B 1502 Borno State.

 

Closing Date:

All documents should be submitted not later than 18th March, 2013 and the bids will be open on the same day. Technical bids will be opened at 2:00pm on the same date at the College, successful companies will have their financial bids considered thereafter.

 

Note: 

Only pre-qualification bidders will have their financial bids opened full tender procedures will be applied to pre-qualified bids. The College is not bound to accept tender sent by courier or post and that this advertisement shall not be construed to be commitment on the part of College to ward any form of contract to your company and only pre-qualified bids will have their tender bids considered

 

Signed

Provost

 

2012 Tetfund Special Intervention Projects at Kwara State College of Education (Technical), Lafiagi

Kwara State College of Education (Technical), Lafiagi

(Office of the Registrar)

P.M.B. 1530, ILOR1N

2012 Tetfund Special Intervention Projects

  1. Preamble

The Kwara State College of Education (Technical), Lafiagi invites interested and reputable contractors to apply for pre-qualification to tender for the under-listed projects. Under the year 2012 TETfund special intervention projects in the college.

  1. Construction of ICT centre with equipment and furnishings
  2. construction of a fumace centre with equipment and furnishings

 

  1. B.   Requirements

i.            Evidence of Registration/Incorporation with Corporate affairs Commission (CAC)

ii.            Evidence of Tax clearance for the last three years

iii.            Evidence of registration as a contractor with the college

iv.            Evidence of registration as a contractor with Kwara State Ministry of Works

v.            Profile of firm including ownership and management team, list of equipment/materials etc.

vi.            A list of similar contracts carried out by the firm attested to by contractor’s LOPs covering at least 3 years.

 

  1. C.   General Information

Interested bidders are free to seek further information identification from the office of Registrar, Kwara State College of Education (Technical), Lafiagi between 10.001m – 3.00pm during the period of this advertisement.

 

 

 

  1. D.   Pre-requisite for processing of the pre-qualification
    1. Payment of pre-qualification fee: all applicants for pre-qualification exercise shall pay a pre-qualification fee of Twenty Thousand naira only payable through bank draft or certified cheque at the bursary department of the college.
    2. Submission for each of these project should be sealed in an envelop and either hand delivered or by courier to the address below not later than 19th March, 2013

The Registrar

College of Education (Technical), Lafiagi

P.M.B 01, Lafiagi, Kwara State

 

Note:

Notwithstanding the submission made by bidders. The college reserves the right to reject any or all of the pre-Qualification submissions. The College is neither committed nor under any obligation to include any contractor on the list or to award any form of contract to any contractor.

 

 

Signed:

Provost

 

 

 

 

 

 

Expression of Interest at The National Agency for The Control of AIDS (NACA)

The Global Fund

To Fight AIDS. Tuberculosis and Malaria

 

The National Agency for the Control of AIDS (NACA)

 

Expression of Interest

 

A. Preamble

 

The National Agency for The Control of AIDS (NACA) recently signed Round Nine (9) Global Fund Grant on behalf of the Federal Government of Nigeria which HIV/AIDS Treatment, Care and Support in particular and strengthen the health system in Nigeria generally.

 

As part of the grant, NACA as the Principal Recipient (PR) intends to engage the services of consultants who have highly specialized knowledge and extensive experience on the following Assignment

  • Independent External Audit consultancy service

 

 

B.      Assignments Description

Specifically, the objectives of the engagement are, among others.

 

External Audit

  • Establish that proper books/records of the accounts have been maintained and are in agreement with the supporting documents, information and explanations obtained from the implementing agencies i.e. Principal and Sub Recipients.
  • Establish that the expenditure had been incurred in accordance with the grant agreement signed by the implementing agency and in accordance with approved work plans and budgets.
  • Verify that the reported activities were actually implemented and properly represented in the required financial reports/statements by the agencies
  • Verify that all related procurement procedures that enhance transparency including proper record keeping were adhered to accordingly.
  • Verify that proper records/books have consistently been prepared in accordance with the accountability guideline issued by the Financial Management Agency (FMA) and that the reports are in accordance with International Financial Reporting Standards.

 

C.      Guiding Criteria for Selection

The selection of the consultants will be in accordance with the procedures set out in the guideline published by the Donor and Bureau of Public Procurement.

 

D.      Eligibility Criteria & and Expected Contents of Expressions of Interest

Prospective applicants are requested to submit their expressions of interest that demonstrate capacity and capability to undertake this assignment detailing the following information as basis for short- listing or further evaluation in a subsequent process in which technical and financial proposals will be requested and reviewed accordingly. The prospective bidder may be a single entity or consortium but not individual consultants:

  • Evidence of registration with Corporate Affairs Commission(CAC) by inclusion of Certificate of Incorporation and Article of Association
  • Detailed company profile containing experience with minimum five (5) years on the Assignment. These information should include Background with brochures and area of expertise, Description of similar assignments with verifiable letters of contract award and certificate of job completion, spell out professional capacity of staff as well as adequate and appropriate resources to carry out the assignment
  • Evidence of registration as a corporate entity with professional bodies such as, ICAN, OAGF
  • Evidence of Tax payment for the past 3 consecutive years.
  • Evidence of Vat registrations proof of past remittances.
  • Annual turnover and Audited Statement of Account for the past three 3 consecutive years.
  • Evidence of compliance with the provision of the pension Reform Act with the provision of the pension 2004 as contained in Section 16(6d) of the Public Procurement Act 2007.
  • For Joint Ventures(J Vs) include Memorandum of Understanding(indicating the responsibilities and duties of the individual firm constituting the JV).
  • Evidence of recommendation from prospective Consultant’s Bankers indicating the financial capacity and capability to undertake the Assignment it awarded.

 

E.      General Terms and Condition

Expressions of interest must be in English language only and submitted in the Tender Box provided in two (2) copies (one original & copy) in a sealed envelope clearly marked “NACA- Expressions of Interest for External Auditor” with acknowledgment to NACA office at the address below.

 

The agency reserves the right to reject any or all of the Expression of Interest

 

Interested Consultant may obtain further information at the same address from 0900 to 3.30pm local time Mondays to Fridays (except public holidays) EOI must be delivered to the same address on or before 1200 Hours local time on Monday 18th March 2013. The EOI proposal shall be opened the same day by 2.00 pm. at the conference room of NACA.

 

F.      Contract Information

Procurement Unit

National Agency for the Control of AIDS (N ACA) Plot 823 Ralph Shodeinde Street,

Central Business District, Abuja, Nigeria

Tel.:+234(9) 461 -3724 -29; Fax +234(9)461-3700

Email: info@naca.gov.ng

Invitation for Pre-Qualification at Supreme Court of Nigeria, Abuja

 

Supreme Court of Nigeria, Abuja

 

Invitation for Pre-Qualification

 

The Supreme Court of Nigeria wishes to pre-qualify competent contractors/consultant  and other service providers who may wish to tender for the jobs as specified below; and accordingly invites those that are competent, experienced and reputable to apply. These services are required in the Supreme Court Complex and residence of Honourable Justices of the Court in Abuja. The pre-qualification is for the year 2013 projects.

 

1.       Supply of:

a.       Office Furniture and Equipment

b.       Residential Furniture and Equipment

c.       Computer Equipment & Networking

d.       Training Equipment

e.       Communication Equipment

f.       Drugs/Medical Equipment

g.       Uniform and other clothing

h.       Library Equipment/Books & Periodicals

i.        Sport Equipment

j.        Fire fighting Equipment

k.       Security Equipment

I.       Power Generating Plant/Water Supply (Borehole)

m.      Office Material and Suppliers

n.       Road Motor Vehicles

o.       Fuel & Gas

p.      Motor Cycles

 

2.       Rehabilitation of Offices and Quarters

a.       Rehabilitation and redesign of office complex

b.       Rehabilitation of Residential Quarters

c.       Rehabilitation of Guest Houses

d.       Construction of sporting facility

e.       Purchase of Justices Quarters

f.       Rehabilitation of Street Lights

 

3.       Maintenance and other Service

a.       Maintenance of Motor Vehicles

b.       Maintenance of Office furniture & equipment

c.      Maintenance of Building Office

d.       Maintenance of Building residential

e.       Maintenance of Generation & plant

f.       Maintenance of Computer & I.T equipment

g.       Fumigation and facility Management

h.       Printing and non security Documents

i.        Maintenance of Infrastructure (Landscaping, other horticulture & Erosion control

 

4.       Training & Consultancy Service

a.       Local Training

b.       International Training

c.       Information Technology Consulting

d.       Insurance

e.       Security Services

f.       Legal Services

g.       Financial Service

h.      Building & Construction

 

5.       Requirement for Pre-Qualification

Prospective contractors/consultants should posses the following documents:-

a.       Evidence of company registration with the corporate affairs commission

b.       Current Tax Clearance for the last three years

c.       Value Added Tax Certificate

d.       Company profile including details of key personnel; staff strength etc.

e.                 Details of plant and equipment including machineries owned or to be hired

f.        Name(s) and addresses of Bank(s) including letter of reference guarantee from the Bank; evidence of involvement and experience in similar job contract, stating contract sums and showing evidence of award and duration completion.

 

6.       Submission of Pre-Qualification Documents

 

Pre-qualification documents should be enclosed in sealed  envelope marked

“2013 Per-qualification” and must be returned on or before 19th March 2013 and addressed to:-

 

Secretary Tenders1 Board

Supreme Court of Nigeria,

P.M.B. 308,

Abuja,

 

Note:

a.       This is not an invitation to tender for the job

b.       Late submission will be rejected

c.       This advertisement for “Pre-qualification shall not be construed to be a commitment on the part of the Supreme Court of Nigeria, Abuja nor shall it entitled the applicant to make any claims whatever and or seek any indemnity from the Supreme Court of Nigeria, Abuja by virtue of such application having responded to this advertisement.

d.       Request for pre-qualification should be very clear about the areas of proven competence and interest.

e.       After this Pre-qualification exercise, tenders for contracts and jobs will be accepted only from Pre-qualified contractors and the Supreme Court of Nigeria shall not enter into any correspondence with unsuccessful applications.

 

Signed:

Management

Tender Opportunity 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 Intelligent Well Completion Services to Support Deepwater Drilling and Completions Operations

 

Introduction

Star Deep Water Petroleum Limited invites interested and prequalified companies for this tender opportunity for the provision of Intelligent Well Completion (IWC) Services to Support Star Deep Water Petroleum Limited

 

Scope of Work

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

  • Interested Applicants must be able to provide the following as required for Deepwater
  • Intelligent Well Completion Services:
  • All equipment required to store, test and ship all components of the IWC system including certified rigging equipment.
  • Dedicated equipment for the flushing, conditioning and testing of all fluid conduits within the system.
  • Dedicated hydraulic support equipment for the pre-installation evaluation of equipment.
  • All specialized equipment required for the safe rig-up and rig-down of the IWC equipment in a dual operations rig floor environment.
  • Tubing and splice mandrels, inclusive of all hydraulic and electrical splice assemblies, tubing/line disconnect assemblies, feed through packers.
  • Downhole Pressure, temperature and flow meter instrumentation.
  • Choke valves with control line filters and isolation sleeve preps top and bottom, shrouded choke valves with control filters.
  • Unitized IWC control lines – types A& B, production clamp sets.
  • Instrumentation interface cards for Surface Equipment Vendor (SEV) supplied Subsea Electronics Module (SEM). Surface Controlled Internal Test Tree (SCITT) supplied Surface Master Control Station (SMCS).
  • Software to interface with (SEV)- Master Control Station (MCS), and (SCITT)-MCS
  • Intelligent Well Completion – Process Controller (IWC – PC)
  • Wire line running / pulling tools.
  • Hydraulic connectors
  • All downhole completion systems must be capable of sweet and sour corrosion service, and of direct impingement and shear loads caused by solids laden fluids, at rates from 100 to 75k bpd w/o detriment to wellbore integrity.
  • Twenty (20) year or longer Mean Time To Failure (MTTF) completion components, proven via maintenance / redress records, and global run history per subsystem.
  • Proven accelerated life testing of all moving (ICVs, retrieving mechanisms, etc) components.
  • Personnel with Rig experience in IWC involved in not less than 5 IWC jobs successfully performed in DW with sand control.
  • Proven single – service integration and installation of integrated control valves systems with downhole gauge systems with downhole packer systems.
  • Provision of Quality Plan outlining procedures to ensure rigorous adherence to Contractor’s Quality Plan.
  • Provide definition for shop equipment required to makeup and test completion equipment prior to shipment offshore.
  • All software required to operate, calibrate and corroborate data generated by the IWC tools and fed to the surface instrumentation system via the subsea tree control system.
  • All necessary quality assurance and quality control during manufacturing of the system.
  • All necessary documentation in both hard and soft format.
  • All Factory Acceptance Test (FAT) procedures, performance and reporting.
  • All System Integration Test (SIT) procedures, support and reporting.
  • Delivery of all items to a port to be defined in Nigeria, inclusive of shipping taxes, duties and clearing of customs.

 

Mandatory Requirement:

a.       To be eligible for this tender exercise, interested Bidders are required to be pre-qualified in the 3.04.21 (Well Completion Services) 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 “Pre-qualified” for Category in the NJQS 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 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 Requirements

Star Deep Water Petroleum Limited is committed to the development of the Nigerian Oil and Gas Business in Observance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

 

Pursuant to enactment of the NOGICD Act, the minimum Nigerian Content in any project service of 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 provision 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 C AC 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 evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment

 

1.       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.

 

m.      Provide details of equipment ownership.

 

n.       Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender.

 

Close Date:

Only bidders who are registered with NJQS Product /Category 3.04.21 (Well Completion Services) by 4:00pm, March 26th, 2013 being the advert close date shall be invited to submit technical bid.

 

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 and evaluation, only technically and financially qualified bidders will be requested to submit commercial tenders.

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

 

Please visit Nipex portal at www.nipexng.com for this advert and other information

 

Management

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