Invitation for Pre-Qualification Exercise at University Of Lagos Nigeria

University Of Lagos Nigeria

 

Invitation for Pre-Qualification Exercise

 

Preamble

This is to invite interested and reputable contractors to indicate interest in the Pre-qualification exercise for the under-listed project.

 

Project Contact Number Non-Refundable Pre-Qualification Fee

 

Construction of a Mini Workshop for Induction Furnance UL/CP/12/13

 

20,000

 

 

Pre-Qualification Requirements:

1A     Compulsory and Mandatory Requirements

  1. Evidence of registration with the Corporate affairs Commission (CAC) Company Audited Account for the last three years duly stamped Evidence of Tax Clearance Certificate for the last three (3) years Evidence of Value Added Tax (VAT) registration Evidence of registration  with  National  Pension  Commission,  in compliance with the provisions of section 16 (6) (d) of the Public Procurement Act 2007 as related to Pensions Evidence of compliance with the statutory provision of section 6 (1)-(3) of the Industrial Training Fund Amendment Act, 2011. Evidence of payment of the Non-refundable Pre-qualification Fees at the UNILAG Cash Office with a Bank Certified Cheque

iv.      Evidence of Value Added Tax (VAT) registration

v.       Evidence of registration with National Pension Commission, in compliance with the provisions of section 16 (6) (d) of the Public

Procurement Act 2007 as related to Pensions

vi.      Evidence of compliance with the statutory provision of section 6 (1)-(3) of the Industrial Training Fund Amendment Act, 2011.

vii.     Evidence of payment of the Non-refundable Pre-qualification Fees at the UNILAG Cash Office with a Bank Certified Cheque

 

Please note that failure to provide any of 1A (i) (vii) above will automatically disqualify the Bidder.

 

1B.    Other Requirements:

  1. List and source of equipment to be used for the project,
  2. Indication of Technical and Administrative Staff strength, with academic/ professional qualifications and years of experience of key personnel available for the project
  3. Bank reference from a reputable Bank
  4. Verifiable evidence of similar jobs successfully executed or being executed in Nigeria over the last five years stating, type, cost and evidence of award and completion
  5. Evidence of Social Responsibility in terms of Endowment, Sports or ETF contribution.

 

Collection of Documents

Pre-qualification forms shall be made available to interested companies on presentation of the receipt issued at the Cash Office of the University in respect of the Pre-qualification exercise, from the office of:

 

The Director

Works and Physical Planning Department

Commercial Road (Near AP Petrol Station)

University of Lagos schedule

Akoka Yaba

Lagos.

 

Submission of Documents

The Pre-qualification documents, neatly arranged, spiral bind and sealed in an envelope should be identified with the project contract number at the top left hand corner of the envelope and marked as “PRE-QUALIFICATION DOCUMENTS FOR …. (Please state the specific project)” and be submitted to:

 

The Registrar

Fifth Floor, Senate House

C/o Council Affairs Office

University of Lagos

Akoka Yaba

Lagos

 

Not, later than 12:00 noon on April 8th, 2013. Bids are to be opened in the presence of the prospective Contractors on April 8, 2013 at the University Council Chamber at 2:00pm. Attendance at this opening event is important.

 

Bidders that have responded to earlier adverts for this project need not re-apply.

 

Participation in the Pre-qualification exercise and any related process neither creates any commitment nor establishes any legal relationship with the University of Lagos. It is a precondition for further consideration of bid in line with Due Process.

 

Oluwarotimi O. A. Shodimu, Esq. FNIM

Registrar & Secretary to Council

 

 

Invitation for Pre-Qualification Exercise at University Of Lagos Nigeria

University Of Lagos Nigeria

 

Invitation for Pre-Qualification Exercise

 

Preamble

This is to invite interested and reputable contractors to indicate interest in the Pre-qualification exercise for the under-listed project.

 

Project Contact Number Non-Refundable Pre-Qualification Fee

 

Construction of Nursery School Building at the Staff School

 

UL/CP/12/12

 

20,000

 

 

Pre-Qualification Requirements:

1A     Compulsory and Mandatory Requirements

  1. Evidence of registration with the Corporate affairs Commission (CAC) Company Audited Account for the last three years duly stamped Evidence of Tax Clearance Certificate for the last three (3) years Evidence of Value Added Tax (VAT) registration Evidence of registration  with  National  Pension  Commission,  in compliance with the provisions of section 16 (6) (d) of the Public Procurement Act 2007 as related to Pensions Evidence of compliance with the statutory provision of section 6 (1)-(3) of the Industrial Training Fund Amendment Act, 2011. Evidence of payment of the Non-refundable Pre-qualification Fees at the UNILAG Cash Office with a Bank Certified Cheque

iv.      Evidence of Value Added Tax (VAT) registration

v.       Evidence of registration with National Pension Commission, in compliance with the provisions of section 16 (6) (d) of the Public

Procurement Act 2007 as related to Pensions

vi.      Evidence of compliance with the statutory provision of section 6 (1)-(3) of the Industrial Training Fund Amendment Act, 2011.

vii.     Evidence of payment of the Non-refundable Pre-qualification Fees at the UNILAG Cash Office with a Bank Certified Cheque

 

Please note that failure to provide any of 1A (i) (vii) above will automatically disqualify the Bidder.

 

1B.    Other Requirements:

  1. List and source of equipment to be used for the project,
  2. Indication of Technical and Administrative Staff strength, with academic/ professional qualifications and years of experience of key personnel available for the project
  3. Bank reference from a reputable Bank
  4. Verifiable evidence of similar jobs successfully executed or being executed in Nigeria over the last five years stating, type, cost and evidence of award and completion
  5. Evidence of Social Responsibility in terms of Endowment, Sports or ETF contribution.

 

Collection of Documents

Pre-qualification forms shall be made available to interested companies on presentation of the receipt issued at the Cash Office of the University in respect of the Pre-qualification exercise, from the office of:

 

The Director

Works and Physical Planning Department

Commercial Road (Near AP Petrol Station)

University of Lagos schedule

Akoka Yaba

Lagos.

 

Submission of Documents

The Pre-qualification documents, neatly arranged, spiral bind and sealed in an envelope should be identified with the project contract number at the top left hand corner of the envelope and marked as “PRE-QUALIFICATION DOCUMENTS FOR …. (Please state the specific project)” and be submitted to:

 

The Registrar

Fifth Floor, Senate House

C/o Council Affairs Office

University of Lagos

Akoka Yaba

Lagos

 

Not, later than 12:00 noon on April 8th, 2013. Bids are to be opened in the presence of the prospective Contractors on April 8, 2013 at the University Council Chamber at 2:00pm. Attendance at this opening event is important.

 

Bidders that have responded to earlier adverts for this project need not re-apply.

 

Participation in the Pre-qualification exercise and any related process neither creates any commitment nor establishes any legal relationship with the University of Lagos. It is a precondition for further consideration of bid in line with Due Process.

 

Oluwarotimi O. A. Shodimu, Esq. FNIM

Registrar & Secretary to Council

 

Tender Opportunity at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company

 

Tender Opportunity

 

Provision of Remote Operating Vehicle (ROV) and Services to Support Deepwater Drilling and Completion Operations

 

 

Introduction:

Star Deep Water Petroleum Limited invites interested and prequalified companies for this tender opportunity for the Provision of Remote Operating Vehicle (ROV) Equipment and Services to Support 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 equipment and personnel for operation of 1 (one) work class ROV System. A complete ROV system is required for performing safe and competent operations. The work to be carried out will typically involve
  • Assistance with standard deepwater subsea drilling operations and installation of well equipment during drilling operations including:
    • Ø Visual observation.
    • Ø Monitoring of currents.
    • Ø Grinding and cutting operations of rope, nylon slings and wire rope.
    • Ø BOP/LMRP intervention activities- high flow hot stab operations to match rig’s BOP receptacles with pump flow rate greater than or equal to 10 gallons per minute.
    • Ø Transponder installation and recovery.
    • Ø Jetting operation with seawater.
    • Ø Cleaning ring gasket surfaces (Wellhead cleaning tool to be quoted as optional equipment by ROV CONTRACTOR if required by COMPANY/CONTRACTOR).
    • Ø AX/VX or other seal installation and/or replacement.
    • Ø Pumping of corrosion inhibitors (under wellhead TA cap) and pumping glycol and methanol into BOP connectors.
    • Ø Digital still photography (Digital Stills Camera to be quoted as optional equipment by ROV CONTRACTOR if required by COMPANY CONTRACTOR)
    • Ø Debris recovery
    • Ø Determine position of subsea equipment and position markers to allow setting wellheads within required position tolerance.
  • Assistance with installation, inspection, repair and maintenance of subsea facilities, including:
  • Ø Observation and guidance of tree, TRRT. BOP and jumper during installation and retrieval operations
  • Ø Observation of tree, TRRT, BOP and jumper connector lock/unlock positions
  • Ø Observation and recording of valve functions during tree testing with IWOCS and from production controls
  • Ø Installation and retrieval of transponders
  • Ø Ambient water jetting operations for cleaning
  • Ø Wellhead, BOP and vertical connector gasket replacement
  • Ø Sonar for Subsea obstruction detection and well as shallow gas monitoring during the top hole operations.
  • Ø Connect/disconnect buoyancy modules
  • Ø Verify orientation and inclination of installed equipment
  • Ø Connect/disconnect and parking of IWOCS electrical and hydraulic flying leads
  • Ø Lock/unlock tree connector using hostab Pressure testing of tree gasket using hostab
  • Ø Injection of chemicals using s hostab
  • Ø Installation and removal of debris caps on wellhead, tree REH and vertical connection hubs
  • Installation and removal of pressure retaining caps on vertical connection hubs
  • Ø Function of low torque tree valves using a manipulator
  • Ø Ability to deploy rotary and linear override ROV tools for tree valve intervention using a manipulator arm
  • Ø Ability to carry under-slung chemical injection/pressure test skids
  • Ø Assist with installation and retrieval of choke inserts and SCMs
  • Ø Ability to measure and record electrical potential between components of the subsea system after installation
  • Ø General inspection and maintenance operations, Video recording and still photography
  • Ø All equipment, operations and procedures shall, where required, comply with current national legislation, guidelines and regulations.

 

Mandatory Tender Requirements:

  1. To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 3.04.99 (Other Drilling 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).
  2. Please note that interested bidders including their sub-contractor(s) shall be required to:
    1. Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database.
    2. Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

 

 

  1. 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.

 

  1. 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.

 

  1. To initiate and complete the JQS prequalification process, access www.nipexng.com to on-load the application form, make necessary payments and contact NipeX office for further action.

 

 

Nigerian Content

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 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 evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment

 

L.      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 bibber’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 N JQS Product/Category 3.04.99 (Other Drilling Services) by 4pm, March 14th, 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 N JQS 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 financially qualified contractors will be requested to submit commercial tenders.

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

 

 

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

 

Management

Star Deep Petroleum Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos.

 

Invitation for Pre-Qualification to Tender at Nnamdi Azikiwe University, Awka

Nnamdi Azikiwe University, Awka

Office of the Registrar

 

Invitation for Pre-Qualification to Tender

 

Nnamdi Azikiwe University hereby invites bids for Pre-qualification from suitably qualified, competent, reputable and interested contractors for the following projects:

 

(1)     Supply and Installation of ICT Equipment and Accessories to the University Library under the Tertiary Education Trust Fund 2011 Special intervention.

 

(2)               Construction and Completion of the Alumni Building.

 

Pre-Qualification Requirements:

Prospective Tenderers are required to submit their pre-qualification bids containing the under-listed documents/information in clearly marked and wax sealed envelopes to the office of the Registrar, Nnamdi Azikiwe University, Awka on or before 12.00 noon on 11th March, 2013, the day of the close of submission of bids.

 

(a)     Evidence of payment of Education Tax (for Limited Liability Companies only)

 

(b)     Evidence of payment of non refundable deposit of N15, 000.00 (Fifteen thousand Naira only)

 

(c)     Certificate of registration/incorporation

 

(d)               Current three ears tax clearance certificate

 

(e)       VAT registration certificate

 

(f)                List of plant and equipment owned by the company and verifiable addresses of their locations.

 

(g)     Details of verifiable experience of similar projects/evidence of timeous completion of projects of similar nature and magnitude.

 

(h)     Resume of key professional staff to be involved in the work and evidence of registration with the relevant professional bodies.

(i)                Current financial status of the company.

 

(j)      Evidence of remittance of pension contribution fund for staff of the company from reputable Pension Funds Administrators (PFA) as provided in section 16 sub section 6(d) of the Public Procurement Act 2007.

 

Submission of Bids:

 

Please note that only Contractors that are found suitable and have been pre-qualified to tender for the project will be given the tender documents and invited for the competitive bidding for the award of the contract for the project.

 

Closing date for the submission of the pre-qualification bids is 11th March, 2013 and the public opening follows immediately thereafter in the Council Chambers of the University on Monday 11th March 2013 by 1.00pm. The representatives of the bidders and the general public are encouraged to attend to witness the exercise.

 

Note:

Please note that this pre-qualification is NOT an invitation to the financial tender as only those who are successful during the pre-qualification will be invited to the financial tender.

 

Signed:

Barr. C.C. Okeke

Registrar

 

Invitation to Tender for Procurement of Goods/Rehabilitation and Completion of Construction Works in Respect of 2013 Regular Capital Budget at Usmanu Danfodiyo University Teaching Hospital, Sokoto

Usmanu Danfodiyo University Teaching Hospital, Sokoto

 

Private Mail Bag 2370, Sokoto.

 

Invitation to Tender for Procurement of Goods/Rehabilitation and Completion of Construction Works in Respect of 2013 Regular Capital Budget:

 

The Management of Usmanu Danfodiyo University Teaching Hospital, Sokoto is desirous of procurement of items of Furniture and Fittings. 2000KVA Gen. Set and 2MVA Transformer, Medical Equipment and Instruments. Completion of Rehabilitation of Medical Gas Pipeline. Hospital Road Network, Argungu Rural Health Centre Road Network, Institute of Child Health (UDUTH) and Rehabilitation of Main Clinic and Staff Quarters at Rural Health Centre. Argungu. In addition, the Management also requires to complete the Upgrading of Hospital Telecommunication Network and Remodelling of the Minor Theatres.

 

Project Description:

The projects which are for Procurement, Completion of Construction Works and Rehabilitation Works are of different Lots and are as follows:

 

Lot1: Procurement of Furniture and Fittings for Donated Medical Library.

  • Office Tables & Chairs
  • 11/2 HP Split A/Cs
  • Scanners
  • Desktop Computers (Complete Systems)
  • Office Fridges
  • Printers
  • Photocopiers

 

 

Lot 2: Completion of Upgrading of Hospital Telecommunication Network to cover Donated Medical Library and other Service Areas of the Hospital

 

  • Excavation.
  • Underground Cabling (Housing Estate)
  • Distribution frame with chrome magazines
  • Line protector
  • Library Surveillance System

 

 

Lot 3: Procurement of 2000KVA Gen, Set and 2MVA Transformer (1 No each) to serve Newly Constructed Students’ Hostel, Multipurpose Centre and Critical Areas of the Hospital.

 

Gen. Set

  • 2000KVA
  • 12V Charge alternator
  • Dry type filter
  • Micro processor control panel
  • Alternator power – 20wer – 2080 KVA
  • 12V battery rack & cable
  • Model-MRS 2000-1
  • Standby power-2200 KVA
  • Alternator – Stanford make – P1734F
  • Stamford alternator
  • Skid and vibration Isolators
  • Main line circuit breaker
  • Key starter panel
  • 4pole MCB
  • 8hr Operation base tank
  • Prime Power 2000 KVA
  • Engine-4016TAG2
  • Engine Main power- 2208 KVA

 

 

TRANSFORMER:

  • 2MVAABB
  • 630 mm2 x 70mm 2 cables
  • -4 000 A charge over
  • -4000A Gear switch
  • -4000A circuit breaker

 

Lot 4

Completion of the Rehabilitation of Medical Gas Pipeline.

  • Replacement of entire Medical Gas Supply lines to critical areas
  • Replacement of On-line Valves

 

 

LOT 5: Procurement of Medical Equipment and Dressing Instruments for Completed Amenity Ward and Brachytheraphy Block.

  • Portable X-Ray Machines
  • Ultra-Sound Machine
  • Electrocardiograph (ECG) Machine y     
  • Endoscope Machine
  • Echo Machine

Lot 6: Completion of Construction of Brachytheraphy Block.

  • Completion of Block works
  • Mechanical and Electrical Fittings
  • Finishing

 

 

Lot 7: Completion of Construction of Perimeter Wall at Argungu Rural Health Centre

  • Excavation
  • Blinding & foundation strip
  • Block work
  • Copping
  • Security fence wire
  • Rendering
  • Painting

 

Lot 8: Completion of Rehabilitation of Hospital Road Network.

  • Patching of potholes
  • Clearing of existing surface
  • Scarifying
  • 75mm Asphalting
  • Drain channels
  • Road marking

 

Lot 9: Completion of Rehabilitation of Argungu Rural Health Centre Road Network.

  • Clear top soil
  • Laterite
  • and compacting
  • Road dressing / surfacing with 12mm aggregates
  • Concrete kerbs with backing
  • Drains

 

LOT 10: Remodelling of Minor Theatres to serve as Brachytheraphy Machine Dome.

  • Dismantling of existing structures
  • Block work partitioning
  • External walls-doors & windows
  • Installation of equipment
  • Painting and decoration

 

 

Lot 11: Rehabilitation of Main Clinic and Staff Quarters at Rural Health Centre, Argungu.

  • Re-roofing
  • Mending of roof leakages & curling Repairs
  • Repair of floors
  • Mending of cracks
  • Remedial work on roof gutters
  • Plumbing works
  • Electrical works
  • Painting and decoration

 

Lot 12: Completion of Rehabilitation of Institute of Child Health.

  • Demolitions
  • Retiling
  • Plumbing Repairs/Works
  • Electrical Repairs/Works
  • Water Reticulation
  • Borehole repairs
  • Partitioning
  • Windows & doors repairs
  • Painting and decorating

 

003: Tender Qualification:

The following are the qualifications of would be Contractors.

(a)     Registration with Corporate Affairs Commission.

(b)     Company Profile reflecting executive capacity, plant and equipment owned and personnel.

(c)      Must show evidence of previous experience in construction and supply.

(d)    Must present the last Three (3) Years Tax Clearance Certificates.

(e)      Company’s VAT Registration Certificate.

(f)      Payment of non-refundable Tender Bid Fee of N25.000.00 for each Lot tendered for. (g)          Submission of 2% Bid Security (for Lot 3 & 5) only.

(h)     Evidence of Certificate of Compliance issued by National Pension Commission, in compliance with the provision of Section 16 (b) (d) of the Public Procurement Act (2007) as amended

(i)      Evidence of Compliance with Industrial Training Fund (ITF) Act Section 6 (i – iii) asamended.

 

004: Submission:

  1. Interested Contractors/Supplies should contact the Office of the Assistant Director, Procurement Planning in the Administrative Block of the Hospital for payment of Tender Bid Fee and Assistant Director Works and Services for collection of necessary documents
  2. Tender Bid submission addressed to the Chief Medical Director, UDUTH, Sokoto should be sealed and clearly marked “T.B” and delivered/slotted into the Tender Box, in the Administration Block Entrance Lobby.
  3. The submission for Tender Bid must be made on or before 8th April, 2013.

 

Signed:

Assistant Director (Procurement Planning)

For: Chief Medical Director