Invitation of Pre-Qualification of Tender at Kunchi Local Government Kano State

Kunchi Local Government Kano State

 

Invitation of Pre-Qualification of Tender

 

In its effort to improve the living standard of its people, Kunchi Local

Government wishes to undertake the execution of some development projects, therefore all interested contractors are invited for pre-qualification to tender.

 

Scope of Work:

1.       Electrification of SautarKutili Village.

2.       Construction of Wall Fence at Shuwaki Grave Yard.

3.       Construction of Drainage from Yandadi Police outpost to Juma’at Mosque.

4.       Construction of Office Block at Local Government Education Authority.

5.       Construction of Drainage from LayinGaiadima to GidanLiman to LayinUsman Na Kwaita to LayinDankoli at Shuwaki Town,

6.       Construction of Twin 3 bedrooms Shuwaki Health Centre

 

Pre-Qualification Criteria

  • Evidence of incorporation with Corporate Affairs Commission.
  • Registration with State Works Registration Board in relevant categories.
  • Company’s audited account for three (3) years.
  • Evidence of financial capability and Bank support.
  • Experience and Technical qualification to key personnel,
  • Records of previous projects executed and evidence of knowledge of the industry,
  • Equipment, plants and technology capacity.
  • VAT Registration and evidence of past VAT remittance.
  • Local resources utilization.
  • Community and social responsibility support.
  • Any additional information that may enhance the company for the award of contract.

 

 

Submission of Pre-Qualification Documents

Pre-qualification documents should be forwarded to the Office of Director Personnel Management (DPM) Kunchi Local Government in SEALED Envelop Marked Pre-qualification documents on or before 21st December, 2012.

 

Signed:

Director Personnel Management (DPM)

Re: Invitation for Expression of Interest for Pre-Qualification as an Insurer/Broker for Group Life Assurance Covers for Employees of the Federal Government for 2013 at Office of the Head of Civil Service of the Federation

Office of the Head of Civil Service of the Federation

Federal Secretariat Complex, Phase II, Abuja

 

Re: Invitation for Expression of Interest for Pre-Qualification as an Insurer/Broker for Group Life Assurance Covers for Employees of the Federal Government for 2013

 

Addendum

 

Further to our advertisements in “The Punch” and “Daily Trust” newspapers of 4th December, 2012, soliciting for bids from interested Insurance Companies/Brokers for Group Life Assurance Scheme for federal government employees, we wish to state that bidders are also required to produce evidence of compliance with the ITF Amended Act No.19 of 2011, which provides that payment of Training Contributions to ITF be attached.

 

2.       Bidders who have already submitted their bids should provide this additional requirement in a separate envelope, sealed and addressed to:

 

The Secretary, Ministerial Tenders Board,

Office of the Head of the Civil Service of the Federation,

1st Floor, Block A, Room 112,

Federal Secretariat Phase II,

Abuja, FCT.

 

The envelope and sealed document should be submitted to the Bids Opening Committee on or before the extended closing date of 21st December, 2012.

 

Signed

Permanent Secretary (CSO)

For: Head of the Civil Service of the Federation

Tender Opportunity: Provision of 250 Feet Jack Drilling Rig & Ancillary Services to Support Offshore Drilling and Completion Operations at Chevron Nigeria Limited

Chevron Nigeria Limited

A Chevron Company

 

Tender Opportunity: Provision of 250 Feet Jack Drilling Rig & Ancillary Services to Support Offshore Drilling and Completion Operations

 

Introduction:

Nigerian National Petroleum Corporation (NNPC) / Chevron Nigeria Limited (CNL), joint venture, invites interested and pre-qualified companies for the provision of Services listed under Scope of Work and Specifications which will be carried out in respect of NNPC/CNL 2014-2016 Oil and Gas Wells Drilling, Completion and Work over operations in Nigeria. The tender is for Drilling, Completing and Working-over of Vertical, Deviated and Horizontal Exploratory and/or Development Wells. Anticipated commencement date: 1st Quarter 2014 with a Primary Term of two (2) years and a possible Optional Term of one (1) year.

 

2.       Scope of Work and Specifications

The shallow offshore drilling campaign is expected to continue from 1st quarter 2014 for at least two (2) years duration, with 1-year extension option. Interested bidders must be able to provide a 250 feel Jack-up Drilling rig with the following technical requirements and specifications at minimum:

 

  • Minimum Operating Water Depth: 13 feet.
  • Maximum Operating Water Depth: 250 feet
  • Rig Design: Le Tourneau or Friede & Goldman L780 Super Mod II.
  • Variable Deck Load (VDL) Capacity: 3300 Kips
  • Well Depth Rating: 25,000 feet.
  • Draw works Capacity: 2,000 HP
  • Rotary Table: 1,000HP, 37.5″ diameter
  • Derrick Load Capacity: 1,250Kips
  • Hook Load capacity: 1,000Kips (500MT)
  • BOP system:
  • 21-1/4″ 2000 psi Working Pressure (Class IV)
  • 13-5/8″ 10,000psi Working Pressure (Class V)

 

Diverter System:

  • 29.5” 500 psi
  • 21-1/4” 2000 psi
  • Triplex Mud Pumps: Three (3) of 2000 HP each and 7,500 psi Stand Pipe Pressure
  • 3000 bbls Total Mud Pits capacity
  • Top Drive System: Varco TDS4 or equivalent.
  • Rotating Mousehole and/or Offline Activity Center for picking up pipes.
  • Accommodation: 130-man bed space at the minimum
  • Rig must have required capacities for cranes, hoisting, pumping and mud storage, drill string and handling equipment and deck space for storage of parts
  • Compliance with DPR 1997 Zero Discharge for Hazardous Waste as per Environmental Guidelines and Standards and IS014001 Standards.
  • Rigs cooling and similar systems must be Chloroflourocarbon (CFC) free. (CFC and Halons are not acceptable)
  • Contractor’s current IADC registration.

 

In addition to the above requirement, to qualify for consideration for any of the Services, Contractors are required to provide two (2) sets of the following documentation with indicating tabs:

 

3.   Mandatory Tender Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre – qualified in the 3.04.01 (Drilling Rigs) category in NipeX Joint Qualification System (N JOS) database.

2.       All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

3.       Please note that interested bidders including their sub-contractor(s) shall be required to:

 

a.       Meet all JQS mandatory requirements to be listed as “PREQUALIFIED” for  category in the JOS database.

b.       Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”).

 

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.

if you are not listed in a product/service category 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.

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.

 

 

  • Bidders who for the purpose of this bid process enter into a JV, Partnership, Consortiums, etc with another bidder bidding this tender will be disqualified.
  • All costs incurred in preparing and processing NJOS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of CNL 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 CNL and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre­qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

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

 

4.   Nigerian Content Requirements

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your C AC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.
  • Specific to this 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.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities
  • Any bidder that is a multinational company must demonstrate that at least 50% of the Jack-up Rig is owned by its Nigerian Subsidiary
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.
  • Tenderers (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.

 

5.       Close Date

Only tenderers who are registered with NJQS Product/Category 3.04. 01 (Drilling Rigs) by 4:00pm, January 7, 2013 being the advert close date shall be invited to submit technical bid.

 

 

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be prequalified in
  • NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.

 

Management:

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

 

 

Pre-Qualification of Contractors for Rehabilitation of Access Roads and Maintenance of Traces on 330KV Transmission Lines at Transmission Company of Nigeria (TCN)

Transmission Company of Nigeria (TCN)

Public Notice

 

Pre-Qualification of Contractors for Rehabilitation of Access Roads and Maintenance of Traces on 330KV Transmission Lines

 

Introduction:

The Federal Government of Nigeria, through the Transmission Company of Nigeria (TCN), intends to rehabilitate access roads and carry out comprehensive clearing/maintenance of traces on the following 330kV transmission lines:

i.        Benin-Onitsha.

ii.       Onitsha-Alaoji.

iii.      Onitsha-New Haven.

iv.      Benin-Egbin-Ikeja West-Omotsho.

v.       Osogbo-Ikeja West.

vi.      Osogbo-Benin.

vii.     Osogbo – Ayede – Olurunsogo – Ikeja west

viii.    Egbin – Ikeja West-Sakate

ix.      Sapele-Benin

x.       Afam-Aloaji

The purpose of this exercise is to free the transmission lines of all vegetation infringement and also make them accessible to Patrol vehicles. The use of mechanized tools and equipment will be required on the job.

 

Pre-Qualification Pre-Requisite

Interested companies are required to provide the following:

(1)     Copies of Certificates of Incorporation in Nigeria (Forms CO2 and CO7 must be attached) or overseas.

(2)     Company Profile.

(3)    Evidence of successful completion of at least one similar job (e.g., road construction, mechanized Right-of-way clearing/maintenance etc.) in the last five years and/of details of similar on-going projects. Final Taking Over Certificates/Certificates of Performance from clients are required.

(4)    Verifiable evidence of holding of mechanized tools and earth-moving       equipment (bulldozers, graders etc.).

(5)     Joint Venture agreements (for joint ventures) signed by the chief executives of the JVs and duly notarized. The lead partners shall be the more technically experienced members with higher financial standing and, evidence of this must be clearly indicated.

The responsibilities of each partner must be clearly defined in the JV agreements which shall not change during the project execution. Each member company must be severally and jointly liable under the JV agreements.

A firm can be partner in only ONE JV or consortium. Proposals submitted by JVs or consortia with the same firm as partner will be rejected. The lead partner a Joint Venture shall provide The Advanced Payment Guarantee and Performance Bond for the contract.

(6)    Evidence of local content plan (for companies registered outside Nigeria), including evidence of indigenous staff involvement in jobs done in Nigeria and company’s facilities in Nigeria for execution of services.

(7)     Certified audited accounts along with the corresponding 3years Tax Clearance Certificates which shall be verified and the originals sighted on demand.

(8)    Any other relevant information which may assist in enhancing the profiles of the applicants.

 

Important Information

(1)     TCN will verify claims by companies, including office locations and equipment. Applicants should therefore include in their submissions necessary authority and guarantee for such verification.

(2)     Only technically pre-qualified contractors will be invited to submit financial proposals.

(3)     Contractors with litigation history/petitions with PHCN, PMU or NIPP will not be pre-qualified.

(4)     No company or JV can win more than one of the transmission lines jobs.

(5)     The pre-qualification is general and not for any specific line. When pre-qualified, applicants can bid for lines of their choice.

(6)     Failure to provide information or supporting document that is essential for the evaluation of applicant’s qualifications or to provide timely clarification or substantiation of the information supplied may result in disqualification of the applicant.

 

Submission of Proposals:

One original copy plus a soft copy of applicants proposals are to be submitted. The names and mailing addresses of applicant companies must be clearly marked on the envelope bearing the proposals. All information required for the pre-qualification exercise must be provided by applicants in English language Completed pre-qualification documents should be submitted in sealed envelopes clearly marked “PRE-QUALIFICATION FOR TRANSMISSION LINE ACCESS ROADS REHABILITATION AND TRACE MAINTENANCE” and delivered by hand or registered mail, not later than 5.00 P.M. on Tuesday 8th January, 2013 to:

 

The General Manager (Procurement) TCN,

5th Floor, Room 522 or 2nd Floor Room 230,

Power Holding Company of Nigeria Plc,

Corporate Headquarters,

Plot 441 Zambezi Crescent,

Maitama, Abuja.

 

Opening of Proposals

Submitted proposals will be opened at 10.00 a.m., Wednesday 9th January, 2013 in the Conference Room 2nd floor, PHCN Headquarters, Plot 441, Zambezi Crescent, Maitama, Abuja.

 

For further information and/or clarification, please contact the following E-mails:

solaakinniranye@yahoo.com , atonack@yahoo.co.uk , Engrtouwah@yahoo.com .

 

Signed:

Management

Transmission Company of Nigeria.

 

Invitation for Pre-Qualification of Contractors and Tendering for Projects at University of Ilorin, Ilorin, Nigeria

University of Ilorin, Ilorin, Nigeria

P.M.B. 1515, Ilorin

 

Invitation for Pre-Qualification of Contractors and Tendering for Projects

 

A.      Pre-qualification bids are invited from interested and competent Contractors and developers with relevant experience and good track records in respect of the following projects:

1.       Construction of Shops and Toilets on Sabo-Oke Land of the University on       the terms of “Build, Operate and Transfer (BOT)”.

2.       Construction of Building for Department of Materials and Metallurgical Engineering.

3.       University Tower (16 Storey Building)

4.       Rehabilitation of Various Buildings for the Faculty of Veterinary Medicine and

5.       Procurement, installation and commissioning of equipment for the Department of Anatomy (Lot 29).

 

B.      The Pre-qualification document must contain the following:

(i)      Company’s Tax Clearance for the last three (3) years

(ii)     Evidence of Company Registration with Corporate Affairs Commission

(iii)    Evidence of registration with Federal Ministry of Works in Category “D”

(iv)    Verifiable list of similar and other jobs successfully executed with their locations, together with letters of Awards and Certificates of Job Completion.

(v)     Verifiable list of plants/machinery with years of manufacture and locations of the equipment to be used in the project. Please state whether the items of equipment are on lease, hired or owned by the company with evidence of purchase where applicable.

(vi)    List of key staff who will execute the project with their Curricular Vitae and relevant positions.

(vii)   Company’s financial details and audited accounts for the last three years.

(viii)  Value Added Tax Certificate (VAT Certificate).

(ix)    Evidence of remittance of pension contribution of employees to PENCOM in line with section 16, subsection 8 (iv) of the Procurement Act.

(x)     Evidence of compliance with the provisions of the Industrial Training Fund

Amendment Act 2011 in respect of contribution to the fund where applicable.

(xi)    An affidavit disclosing whether or not any officer of the relevant committees of the University of Ilorin or the Bureau of Public Procurement is a former or present director, shareholder or has any pecuniary interest in the bidding company, and confirming that all the information it presented in its bid are true and correct in all particulars.

(xii)   Evidence of financial capability and banking support;

(xiii)  Sworn Affidavit in respect of non-affiliation to any staff of the University and that no director of the company is bankrupt.

(xiv)  Short listed Contractors should note that they would be required to submit bid security in value of 2% of their quoted figure along with their financial bids.

(xv)   Contractors who have not constructed structures of at least 10 floors need not to apply for project 3 above. Those who responded to an earlier advertisement for project 3 are required to re-apply.

 

C.      Tender Procedure

Tenderers are required to pay a sum of Twenty Thousand Naira (N-20,000.00) for each project 1, 2 and 4 and Fifty Thousand Naira (N50,000.00) for projects 3 and 5 in Bank Draft raised in favour of University of Ilorin. The drafts should be paid to the Bursary Department of the University where receipts would be issued. The Bills of Quantities and other Tender documents are obtainable from the Office of the Director of Physical Planning Unit of the University upon the presentation of the evidence of payment.

 

The bids of shortlisted contractors would be opened on a date that would be communicated to them. Bids for those not shortlisted would be returned to them unopened.

 

D.      Submission

All submissions in sealed envelopes should be delivered to the address below not later than 12.00 noon, 31st December 2012. The envelopes should be clearly marked at the top-right-hand corner with the name of the project and on the left hand corner with the name of the Contractor. Pre-qualification submissions will be opened at the Auditorium Basement, University of Ilorin at 2.00p.m. the same day.

 

The Registrar,

University of Ilorin,

P.M.B. 1515, Ilorin.

 

Note:

i.        The University reserves the right to reject any or all the pre-qualification packages.

ii.       Failure to comply with any of the above instructions or provide any of the listed documents may automatically result in disqualification.

 

Signed

Olufolake O. Oyeyemi (Mrs.)

Registrar