Invitation for Tender at Michael Otedola College of Primary Education

Michael Otedola College of Primary Education

(Formerly Lagos State College Of Primary Education)

Noforija P.M.B. 1028 Lagos State (Establish 1994).

 

 

Michael Otedola College of Primary Education Noforija Epe, Lagos State,

Invites Qualified Contractors to Tender for Our 2012 TETFUND Special intervention Prefect in respect in respect of:

 

Construction of the School of Vocational Education

 

Interest Contractors are to submit the following Documents:-

1.       Certificate of Company’s Corporation with the Corporate Affairs Commission;

2.       Evidence of registration as Contractor (Certificate of Incorporation) with Lagos   State Government;

3.       Evidence of registration with Michael Otedola College of Primary Education;

4.       Evidence of Company’s Financial Standing;

5.       Current Tax Clearance Certificate for the last three (3) years;

6.       Evidence of Execution and completion of similar job in the last three (3) years;

7.       Evidence of VAT registration;

8.       Evidence of three (3) years tax clearance certificate of two (2) Directors obtain from Lagos State Government; and

9.       Any other relevant information.

 

Please note that:

1.       Pre-qualification fee for this project is Two Hundred and Fifty Thousand Naira (N250,000.00) only. The amount should be paid into MOCPED Revenue Account No. 1011584530 at Zenith Bank.

2.       MOCPED reserves the right to reject any or all expression of interest and to terminate the selection process at any time without any liability whatsoever;

3.       All documents shall be in ten (10) copies spiral bounded and enclosed in sealed envelope address to:

The Registrar,

Michael Otedola College of Primary Education

P.M.B 1028, Noforija, Epe.

4.       Submission should be made on or before 26th March, 2013

 

Signed;

BOLA Y. SHITTU

REGISTRAR

Tender Opportunity at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited

Addax Petroleum

 

Tender Opportunity

Provision of Rig Support Services in OML-124

 

1.         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 the following services as detailed in item 2 below, at APD(N)L’s OML-124 (Onshore) facilities. The contracts are proposed to commence in Q3, 2013 and continue for a duration of two (2) years with APD(N)L having the sole option to extend the duration for a further period of one (1) year.

 

 

2.       Scope of Services Requirements:

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of Equipment and Services suitable for use in an offshore operation as listed in the table below;

 

Tender No. NJQS Category Scope of work Description
TB-3067

Casing & Tubular

Running Services

3.04.05
  • Contractor must be able to provide Casing & Tubular Running Equipment and Services including but not limited to the following:
  • Casing & Tubular running equipment for OD sizes of 36”, 30”, 20”, 13-3/8”, 11-3/4, 9-5/8”, 7-5/8”, 7”,4-1/2”, 3-1/2, 2-7/8” and 2-3/8”;
  • Tubular running services
  • Bucking services and pressure testing of bucked sub-assemblies
    • All necessary Consumables and spare parts; and
    • All other related equipment tools and experienced personnel necessary to satisfactory perform the above services
TB-3085

Fishing Services

3.04.12
  • Contractor must be able to provide Fishing Tools and Services including but not limited to the following
  • Single trip whipstock system for casing sizes 7″, 75/8″, 9 5/8″, 13 3/8″and 20″of light and heavy wall thickness;
  • Various types and sizes of mills (starting, window, watermelon, string, section, junk and tapered mills) dressed with tungsten carbide particles;
  • Fishing tools for various drilling tool operations (fishing jars, accelerators, intensifiers, bumper subs, overshots overshots extension, reverse circulating junk baskets, control/packet grapple, string and ditch magnets, taps, washover pipes, abandonment tools etc, for drilling logging and testing operations;
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactory perform the above services

 

TB-3086

Drilling Tools

Rental Services

3.04.99

&

1.0L13

  • Contractor must be able to provide Drilling Tools/Equipment Rentals Services including but not limited to the following:
  • Drilling tools (various sizes of drilling jars, subs, hole openers, under-reamers,  accelerators, drill collar, heavy weight drill pipes, drill pipes, pup joints cross-over, bit subs, non-magnetic drill collar etc);
  • BOP related equipment 5K, 10K and 15K rated (various sizes of flanges, double studded adaptor, riser spools, BOP flanges, BOP rams & other acces­sories, IBOP valves, Kelly valves, side entry subs, safety damps, stabbing guide, mud basket etc);
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

TB-3081

Drilling Completion Fluids & Mud Engineering Services

3.04.15
  • Contractor must be able to provide Drilling/Completion Fluids/Chemicals and Engineering Services including but not limited to the  following
  • Mud design, formulation and engineering:
  • Materials/chemicals and engineering for water based and synthetic based drilling fluids
  • Materials/chemicals and engineering services for reservoir drill-in fluids,
  • Materials/chemicals and engineering services for well completion fluids;
  • Base oil;
  • Liquid and bulk .storage facilities;
  • All drilling/completion fluids and chemicals must be approved my DPR.
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel to satisfactory perform the above services.

 

TB-3066

Surface Testing Services

3.04.16
  • Contractor must be able to provide Surface Testing Equipment & Services including but not limited to the following;
  • Surface testing equipment and personnel required to handle flowback of well effluent during Well Testing and cleanup operations. The SOW covers  the equipment needed from  the rotary table through to the burner booms. The equipment proposal  must be able to fulfill  the following requirements
  • Safe flow, containment and control of well effluent during all phases of the operation
  • Safe disposal of well effluent according to regulatory environmental requirements
  • Measurement and sampling of well effluent during flow-back operations
  • Measurement and recording of all flow parameters
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

TB-3065

Cement and Cementing Services

3.04.04
  • Contractor must be able to provide Cement & Cementing Services including but not limited to the following:
  • Onshore truck-mounted diesel driven cement unit, equipped with  muffler and spark arrestors, 10,000 psi rated with twin pumps c/w dual stage 8bbi/ min re-circulating Mixer, automatic density control system and digital data acquisition package for pump rate, pressure, fluid density, cumulative volume, fluid density e.t.c
  • Cement design, formulation, laboratory testing and engineering:
  • Cement, cement chemicals and additives; onshore  bulk plant for cement delivery
  • Cementing equipment accessories such as float collar, float shoe, stage collars, centralizers, stop collars wiper plugs, subsea release plug systems and associated surface cementing head.
  • Squeeze packer, testing/ treatment packers, bridge plugs, cement retainers, storm packers/ valves etc;
  • Pumping and pressure testing services, including low pressure gauge manifold;
  • All necessary consumable and spare parts; and
    • All other related equipment tools and experienced personnel necessary to satisfactorily perform the above services
TB-3083

MWD/LWD/DD Services

3.04.08

&

3.04.31

  • Contractor shall have the necessary experience capability and shall be fully responsible for the provision of MWD/LWD/DD tools and services including but not limited to the following
  • Directional Drilling Services and Measurement While Drilling Tools (rotary steerable tools-push and point the bit technology, adjustable mud motors geosteering tools, etc in various sizes;
  • Logging While Drilling Tools (formation and annular pressure while drilling tools, minimum 8 curves multi-depth and multi-frequencies resistivity, azimuthal resistivity, neutron, azimuthal density, sonic, density caliper, ultra sonic azimuthal caliper, etc in various sizes);
  • Note: All nuclear sources should be retrievable type or a non-hazardous non-retrievable type,
  • Geosteering Services;
  • Real-Time Drilling operations Monitoring and transmission services including satellite internet connectivity provisions;
  • Tools and all required accessories to support 3rd party Gyro While Drilling (GWD) services;
  • Geomechanical modeling services
  • Well planning services;
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

TB-3078

Mud Logging Services

 

3.04.07

 

Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of, including but not limited to, the following;

  • Mud logging unit;
  • Basic mud logging equipment/tools;
  • Advanced mud logging equipment/tools;
  • Tools to prediction-nation pore pressure during drilling operation using data from all available rig resources.
  • Early Kick detection tools / appliances / softwares capabilities
  • Tools/sensor capabilities for High pressure and high temperature environment
  • Visual warning light and audible alarm to indicate well flow (drilling,   tripping and connections) or other suitable alarm indicator system in driller’s dog house.
  • Monitor screen in Company Man’s office on the rig.
  • Tools to monitor connection flow back and analysis to differentiate between well ballooning or/and well flow when pumps are turned off.
  • Differential flow monitoring to identify both well outflow and losses to the wellbore.
  • Formation logging;
  • All necessary Consumables and spare parts; and
  • All other ablated equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

TB-3070

Solid Control Services

 

3.04.15

 

Contractor must be able to provide Solids Control Equipment & Services including but not limited to the following:

  • Solids Control equipment (high and variable speed centrifuge, cuttings Drier/mud recovery system, complete auger system and mono pumps diaphragm pump, mud vac, high pressure steam cleaner etc);
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

TB-3082

Wireless Services

3.04.24

 

Contractors must be able to provide Wire-line Logging Equipment and Services including but not limited to the following:

  • Wire-line logging unit and tools including VSC, Oil Based Mud Borehole Imager, resistivity, neutron density; sonic, Formation pressure. Down hole Fluid Identification and Sampling, etc;
  • Open and Cased hole Wire-line Logging services;
  • Associated Data processing servives
  • Real-Time Logging Operations Monitoring and transmission services including satellite internet connectivity
  • All necessary Consumable and spare parts; and
  • All other related equipment, tools and experienced necessary to satisfactorily perform the above services

 

TB-3087

Slick line Services

3.04.24 Contractor must be able to provide Slick-line Tools/Equipment & Services including but not limited to the following;

  • Slick-line tools/equipment (double drum slick-line unit c/w power pack, hydraulic BOP’s & pressure control equipment, rope socket pulling/running tools, gauge cutters, blind boxes etc).
  • All necessary Consumable and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

TB-3080

Down hole

Testing Services

3.04.30

 

Contractor must be able to provide Down hole

Testing Equipment & Services including but not limited to the following;

  • Drill Stem Test (DST) (various size of retrievable and permanent down-hole testing packers, locators and seal assembles, safely valve, testing and circulating valve, guage carriers, bottom hole sampler carrier, rupture disk and tubing fill valves, surface test tree manual valves, hydraulic actuator, swivel, check valve, emergency shutdown system, high accuracy and high resolution gauges, surface readout equipment etc).
  • Tubing Conveyed Perforation (TCP) (various sizes/charges/shot per foot tubing conveyed perforation RDX & HMX guns, gun spacer, automatic gun drop sub, mechanic firing head, mechanic and automatic tubing release, automatic time-delay firing head, pressure vent etc.)
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

TB-3075

Coil Tubing and Nitrogen Services

 

3.04.37

 

Contractor must be able to provide Coil Tubing Unit, Equipment & Nitrogen Services including but not limited to the following;

  • Truck mounted coiled tubing unit – coil tubing control cabin with impact resistant windows and contains all necessary controls, communication and calibrated monitoring facilities to ensure a safe and efficient operation;
  • Coil Tubing Lift Frame as per API 8C with power supply and accessories.
  • Crossovers to Pressure Control Equipment and tubulars.
  • Long Bails.
  • Coiled tubing reel capable of operating with pipe diameters between 11/4’’ and 23/8” (inclusive) with a drum capacity of up to 15, 000ft x 10, 000 psi;
  • Coiled tubing injector head, Stuffing Box/ Dual Stripper, Dual Shear Seal BOP;
  • Power Pack for power supply;
  • Coiled tubing tools such as; Straight bar, Connector, Emergency disconnect, Check valves, Jetting nozzles, Fishing equipment and Connectors for well intervention tools jars, motors, impact hammers, accelerators.
  • Data acquisition unit;
  • Pumping unit;
  • Nitrogen and Nitrogen quads;
  • How back storage tanks;
  • Toolbox with fishing tools and equipment for all coil tubing tools specified.
  • Nitrogen converter capable of: delivering nitrogen at 350sct/min at a pump output pressure of 3000psi etc); and will include; Inlet and exhaust flame traps, over-speed shutdown, High exhaust or water temperature shutdown, Anti-static equipment and Inertia or air starter motors.

 

  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

TB-3072

Gyro Services

3.04.29 Contractor must be able to provide Gyro Tools/Equipment and Services including but not limited to the following;

 

  • Battery operated memory single-shot / multi-shots North Seeking Gyro services deployable by Drop, wire-line or slick-line
  • Single-shot / multi-shots surface readout North Seeking Gyro
  • Multi-axis Gyro sensor multi-shots continuous North Seeking Gyro
  • North Seeking Gyroscopic probe operational in MWD collar of various major directional drilling contractors
  • GR/CCL subs to run in some applications with North Seeking Gyro tools
  • Mono cable or multi-conductor wire-line unit and accessories
  • Gyro While Drilling (GWD) Tools;
  • Wire-line pressure control equipment
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

TB-3069 Surface Well-head Equipment & X-mas Trees Supply/Services 1.01.09 Contractor must be able to provide Surface Wellhead Equipment & X-mas Trees Services including but not limited to the following;

  • Complete Single Bore Compact wellhead system with profiles for 9-5/8” 47 ppf and 7”29 ppf casing strings
  • Complete Single Bore Compact wellhead system with profiles for 13-3/8” 68 ppf and 9-5/8” 47 ppf casing strings
  • Complete Dual Bore Compact wellhead system with profiles 36”, 13-3/8” 68 ppt and 9-5/8” 47 ppf casing strings.
  • Complete Stack up wellhead system with profiles for 9-5/8“47 ppf and 7″29 ppf casing strings.
  • Complete Stack-up wellhead system with profiles for 13-3/8“68 ppf and 9-5/8 47 ppf casing strings.
  • Complete Stack-up wellhead system with profiles for 20″94ppf, 13-3/8“68 ppf and 9-5/8” 47 ppf casing strings.
  • Block Type Single String Xmas Tree assembly with Actuator and Choke box for 7″, 5″, 4-1/2”, 3-1/2” and 2-7/8” tubing strings.
  • Stack-up Type Single String Xmas Tree assembly with Actuator and Choke box for 7″, 5″, 4-1/2“, 3-1/2“and 2-7/8” tubing strings
  • Block Type Dual Strings Xmas Tree assembly with Actuators and Choke boxes for 3-l/2“and 2-7/8“tubing strings.
  • Stack-up Type Dual Strings Xmas Tree assembly with Actuators and Choke boxes for 3-1/2” and 2-7/8” tubing strings.
  • Running tools to effectively deploy wellheads, function and pressure test same (including wear bushings to enable drilling operations through the wellheads).
  • Surface wellhead should be capable to accept another contractor’s Xmas tree and other ancillary tools as may be required without any technical issue.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

 

TB-3068

Welding Habitat Services

3.05.17
  • Contractor must be able to provide Welding Habitat and Welding Services including but not limited to the following:
  • Provision of Welding Habitat, suitable for welding operations in Zone 1 hazardous areas. including but not limited to welding on oil well Conductor pipes and casing strings;
  • Provision of Pre-welding/Post-welding heat treatment  equipment and materials;
  • Provision of, welders trained to conduct welding and are-cutting/flame cutting operations and inspectors trained to conduct inspection in their respective category;
  • Provision of all consumable and spare parts for equipment on a consignment basis; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

B-3076

Completion

Services – Cased

Hole and Liner Hanger

3.04.21
  • Contractor must be able to provide Cased Hole Completion Equipment Liner Hanger & Services including but not limited to the following
  • cased hole upper completion for horizontal well (3-12”9.3# EUF, 4-1/2” 12.6# Vam top tubing retrievable subsurface safety valve flapper type, c/w self-equalizing feature, permanent lock open feature, and 2.81” nipple adapter w/B profile c/w jam nut type connection for ¼” control line, tubing mounted nipples, flow couplings, gas lift mandrels, hydraulic/electric line set retrievable production packers, locators, seals units and self-indexing guide shoe etc). for various casing sizes and weights.
  • Liner top packers for various casing sizes and weights.
  • Tie – back seal assemblies/packers for various casing sizes and weights
  • Liner hanger running tools and services
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

TB-3077

Completion Services – Stand Alone and Expandable Sand Screen

3.04.21
  • Contractor must be able to provide Stand Alone and Expandable Sand Screen & Services including but not limited to the following
  • Various sizes of standard and high premium Stand Alone Screen (SAS) w/varying gauges or mesh sizes with BTC threads.
  • Various sizes of controlled delayed swell packers in synthetic oil based mud (Oil and water swellable) with BTC threads.
  • Various sizes of Expandable Sand Screen (ESS) w/varying gauge or mesh sizes
  • various sizes Expandable blank pipes
  • Appropriate hangers and packers for various casing sizes.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services
TB-3071

Gravel Packing Services

3.04.33
  • Contractor must be able to provide Gravel Pack, Frace Pac, Single Trip Perf Pac Equipment and Services including but not limited  to the following:
  • Pumping Equipment (pumping unit, flowlines, valves, hoses, acid mixer, acid retum tanks, etc);
  • Packing Materials (chemicals, proppant, etc);
  • Downhole Tools to perform standard Gravel Packing.
  • Complete Downhole Tools to perform Frac Packing in various hole sizes
  • Downhole Tools including DST tools, TCP tools and Guns to perform a Single Trip perf Packing System in various hole sizes
  • Selective Horizontal Open Hole Gravel Packing with Inflow  Control devices on the screens.
  • Various sizes of premium wire wrap sand screen in various mesh sizes and design profiles suitable for each  of the packing methods listed above
  • Filtration of packing fluid;
  • All necessary Consumables and spare parts; and
  • All other related equipment, tool and experienced personnel necessary to satisfactorily perform the above services.
TB-3092

Coring Services

3.04.11
  • Contractor must be able to provide Core Acquisition Equipment and Preservation Services including but not limited to the following
  • Coring Equipment & Tools (12 ¼”,8 ½” and 6” coring system/tools for consolidated and unconsolidated formation);
  • Coring services (consolidated and unconsolidated formations);
  • Core preservation services;
  • All necessary Consumables and spare parts; and
  • All other related equipment, tool and experienced personnel necessary to satisfactorily perform the above services.

 

 

 

3.       Mandatory Requirements:

 

3.1.    To be eligible for any of the tender exercise, interested contractors are required to be pre-qualified in the Product/Services category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

 

3.2.    To determine if you are pre-qualified and view the product/services 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 on ‘check my supplier status and thereafter click on supplier product group,.

 

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

 

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

 

3.5.    To be eligible, all tenderers shall be required to comply with the Nigerian Content requirements in the NipeX system.

 

 

4.       Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully com­pany 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, Tenderers 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 plan 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 are 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.

 

  • 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.

 

  • Provide details plan for staff training and development on engineering, project management and procurement (including 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 business and Nigerians over the 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)

 

  • Provide 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 MOA with Oil & Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project.

 

  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

 

5.       Closing Date

Only tenderers who are registered with the required NJQS Product/Category as at 12noon on February 28th, 2013 being me advert closing date shall be invited to submit Technical Bids.

 

 

6.       General Conditions

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)L and/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.

 

  • 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.

 

 

Invitation to Tender at Michael Otedola College of Primary Education

Michael Otedola College of Primary Education

(Formerly Lagos State College of Primary Education) Noforija, P.M.B. 1028, Lagos State (Established 1994)

 

Michael Otedola College of Primary Education Noforija Epe, Lagos State, invites Qualified Contractors to Tender for Our 2012 TETFUND Special Intervention Project in respect in respect of:

 

 

Construction of the School of Vocational Education

 

Interest Contractors are to submit the following Documents:-

 

1.       Certificate of Company’s Corporation with the Corporate Affairs Commission;

2.       Evidence of registration as Contractor (Certificate of Incorporation) with Lagos   State Government;

3.       Evidence of registration with Michael Otedola College of Primary Education;

4.       Evidence of Company’s Financial Standing;

5.       Current Tax Clearance Certificate for the last three (3) years;

6.       Evidence of Execution and completion of similar job in the last three (3) years;

7.       Evidence of VAT registration;

8.       Evidence of three (3) years tax clearance certificate of two (2) Directors obtain from Lagos State Government; and

9.       Any other relevant information.

 

 

Please note that:

1.       Pre-qualification fee for this project is Two Hundred and Fifty Thousand Naira (N250, 000.00) only. The amount should be paid into MOCPED Revenue Account No. 1011584530 at Zenith Bank.

 

2.       MOCPED reserves the right to reject any or all expression of interest and to terminate the selection process at any time without any liability whatsoever;

 

3.       All documents shall be in ten (10) copies spiral bounded and enclosed in sealed envelope address to:

 

The Registrar,

Michael Otedola College of Primary Education

P.M.B 1028, Noforija, Epe.

 

4.       Submission should be made not later than 26th March, 2013.

 

Signed:

BOLA Y. SHITTU

Registrar

Invitation for Tender at Civil Society for HIV / AIDs in Nigeria (CiSHAN)

9

CiSHAN

Invitation for Tender

External Financial Audit

 

Introduction

Civil Society for HIV / AIDs in Nigeria (CiSHAN) is the umbrella national network of about 3.000 indigenous non-governmental, non-profit making organizations spread across the 36 states of Nigeria and the FCT working on different aspects of HIV and AIDS interventions at zonal states, local government and communities in Nigeria. CiSHAN is primarily focused on the prevention and control of the HIV and AIDS pandemic. Its membership includes support groups of PLWA, CBOs. NGOs, FBOs, Trade Unions and Traditional Institutions. CiSHAN exists to coordinate, facilitate and advocate to ensuring the needs and issues of CSOs working on HIV and AIDS are addressed. CiSHAN also provide a coordinated and coherent input into the National Response to HIV and AIDS epidemic. Recently, due to the poor accessibility of funds by members, the network has added to its mandate leveraging of funds.

 

In this capacity, CiSHAN coordinates, facilitates, advocates and ensures the needs and issues of CSOs working on HIV/AIDS prevention, treatment, care and support services in Nigeria are at the front burner of national and international discourse. In 2010, Civil Society for HIV and AIDS in Nigeria (CiSHAN) signed a program grant agreement as Principal Recipient (PR) for a single stream of funding with Global Fund (GF) Nigeria. The broad goal of this project is to scale up gender-sensitive HIV and AIDS prevention, treatment, and care and support intervention for adult and children in Nigeria, The project agreement focused on 3 specific (Service Delivery Areas) SDAs. These are Out of School Youth prevention (OSY), Home Based Care (HBC) and Orphan and Vulnerable Children (OVC).

 

Objective of the Audit

A financial Audit of funds provided by Global Fund (GF) to be performed in accordance with generally accepted auditing standards and in accordance with either ISA or International Organizations of Supreme Auditing Institutions (INTOSAI) and the GF “Guidelines for Financial Audits Contracted by Foreign Recipients (Guidelines). The audit will cover the period from January 01, 2011 through December 31, 2011 and January 2012 through March 2012. The audit will also cover commodities procured directly by GF if any and delivered to CiSHAN within the period covered by these audits.

 

Term and Condition

Interested      firms      should      contact      Femi      Shekoni      via      email femi.shekoni@cishannigeria.org   and   copy   ojochide.shaibu@cishannigeria for detail terms/conditions,  scope of work and  any other enquiry related to this invitation  to tender

 

Submission

Tenders should be addressed to the ‘Executive Director’ and submitted at CiSHAN National office, located at CSO House, K Close, Opposite First Avenue, Corner Shop Gwarimpa Estate, Abuja The tender must be submitted in sealed envelopes not later  than 4pm Friday 15th February 2013. Submissions may be delivered by hand or courier provided they are in sealed envelopes. No phone call is allowed and failure to adhere to this instruction will lead to automatic disqualification.

 

Faxed Copies Will Not Be Accepted.

The Civil Society for HIV and AIDs in Nigeria Tender Committee shall open tenders soon afterward and make notification within one week. CiSHAN will not accept responsibility for the cost of submission.

 

Further information:

Procurement Officer,

Ojochide Shuaibu,

CiSHAN

 

Tender Opportunity at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited

 

Tender Opportunity

Tb-3093: Supply of Production & Water Injection Chemicals for Addax Fields

 

1.     Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this advertisement opportunity for the Supply of production and Water Injection Chemicals for Addax OML 123,124 and 126 Fields, as detailed in item 2 below. The contract is proposed to commence on 1st June 2013 and continue for duration of three (3) years with ADDAX having the sole option to extend the duration for a further period or one (1) year.

 

2.    Scope of Services:

This Scope of Services covers the provision of quality chemicals for production operations such as: normal and reversed demulsifier, Water Clarifier, Biocide, Scale Inhibitor, Encapsulated scale inhibitor, Paraffin Inhibitor, Antifoam, Corrosion Inhibitor (for both sea water and produced fluid treatment), Wax solvents, Oxygen Scavenger, Calcium Nitrate, Polyelectolyte, Methanol, Rig wash, Xylene, Hydrogen Scavenge, Surfactant Cal acid, Isopropyl alcohol, xanthan gum, HEC pill, Cleaning Compound, salts etc

 

As a minimum requirement, the selected Contractors shall have the necessary experience, equipment and capability to provide timely, quality chemical supplies,

 

3.     Mandatory Requirements:

3.1.         To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Other Chemicals/Oils&Paints2. (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).

 

3.2     To determine if you are pre-qualified and view the product/ service category you am listed for: Open www.nipexng.com  and access MJQS with your log in details, click on continue Joint Qualification Scheme tools, click check my supplier status and then click supplier product group.

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

 

3.4    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.

 

35.     To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.     Nigerian Content Requirements:

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer 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 pint 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 evince 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 are held by Nigerians and what percentage of die 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 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 ices and workshop.
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including  all software to be used, n umber 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.
  • 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
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide evidence of Nigeria Content Equipment Certificate.
  • Provide details on any other Nigerian Content initiative the company is involved in.
  • Provide evidence of Nigerian Content Equipment certificate (NCBC)

 

5.       Closing Date

Only tenderers who are registered with NJQS Product/ Category Other Chemicals/Oils & Paints 2.07.99 as at 28th February, 2013 being the advert close date shall be invited to submit Technical Bids,

 

 

  1. 5.     Additional Information
  • Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert.
  • All costs incurred  in preparing and processing NJQS prequalification and responding to this Tender Opportunity shall be to the Contractor’s own account.
  • This Advert shall neither be a construed  as any  form of commitment   on   the   part   of  AFD(N)L   to   award   any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle prequalified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been prequalified 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
  • Pre-qualified contractors in the relevant Services category in NJQS will be requested to submit their Technical Tenders.
  • Following the Technical evaluation process, only technically acceptable + and financially qualified contractor will be requested to submit their Commercial Tenders
  • APD(N)L will communicate only with authorised 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.