Invitation to Tender for the Construction of Tomaka-Onukiri Link Bridge Linking NDDC Sand Filling Areas in Ogu-Bolo, Construction of Mini-Stadium in Alesa Eleme, Rivers State and Electrification of Ibiono Ibom, Eastern and Central Itam in Akwa Ibom State at Niger Delta Development Commission (NDDC)

Niger Delta Development Commission

(NDDC)

167, Aba Road, Port Harcourt, Rivers State

www.nddc.gov.ng

 

Invitation to Tender for the Construction of Tomaka-Onukiri Link Bridge Linking NDDC Sand Filling Areas in Ogu-Bolo, Construction of Mini-Stadium in Alesa Eleme, Rivers State and Electrification of Ibiono Ibom, Eastern and Central Itam in Akwa Ibom State

 

Introduction:

The Niger Delta Development Commission (NDDC) wishes to inform all contractors who responded to our request for Expression of Interest in March, 2012 in the National Dailies are to check for their pre-qualification status at NDDC Official web-site (www.nddc.gov.ng). All Contractors who are pre-qualified for these projects are hereby invited to obtain a complete set of the tender document on the payment of a non-refundable deposit of N50, 000.00 (Fifty thousand naira) only at the address stated below upon presentation of the under listed:

 

Tender Guidelines:

Interested contractor must submit the following documents in a separate envelope:

  • Certificate of Registration of company with CAC.
  • Area of specialization
  • Evidence of experience of similar work
  • Address and telephone number of contact person
  • A Letter of Commitment that the Contractor shall employ, at least, 5 graduates of the host community in the execution of the project.
  • Evidence of Financial Capability and Banking Support in the form of a Certified Bank Statement with six months history excluding the month of collection/submission of tender. Please note that only contractors with Bank Statements of N500million and above within the last six months are eligible to tender.
  • A Letter of Commitment permitting the Commission to verify the Statement of Account from the said Bank.
  • A Letter of Commitment that with or without Mobilization, the Contractor will attend the first milestone before payment.
  • Any other information that would aid in good assessment of the company.
  • All contractors may obtain a complete set of the tender documents, written in English Language, at the address stated below.

 

Other Relevant Information

  • The selection of contractors for the projects will follow the procedures stipulated in the Public Procurement Act 2007.

 

  • Contractors can seek clarification or more information by writing officially to the officer listed below before the expiration of the deadline for the collection of the tender documents.

 

  • Contractors are advised not to try to influence the selection process as this would lead to immediate disqualification of the contractors and such contractors may also be barred from seeking other contract opportunities from the Commission.

 

  • NDDC reserves the right to reject any or all bids and to terminate the entire tendering process at any time without any explanation and without any liability to the Commission.

 

Validity Tendering

Interested contractors are expected to collect the tender documents on or before  Tuesday 27th November 2012  at 4P.M., and return to the address below on or before Friday, 21st December 2012, by 12 Noon.

 

Submission of Bids

Completed tender documents written in English Language should be submitted in sealed envelopes marked with the appropriate job title on the top left corner and addressed to:

 

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

 

Opening of Bid

Bids will be opened at 1 P.M, Friday, December 21, 2012 in the Management Conference Room, 7th Floor, NDDC Head Quarters Building, 167 Aba Road, Port Harcourt

 

Signed:

Management

Invitation for Pre-qualification to Tender for the construction of Feeder road, Drainage, Electrification, Water supply projects and purchase of Toyota Hilux at Ajingi Local Government Council, Kano State

Ajingi Local Government Council,

Kano State

 

Tender Notice

 

Invitation for Pre-qualification to Tender for the construction of Feeder road, Drainage, Electrification, Water supply projects and purchase of Toyota Hilux

 

This invitation for the Expression of interest is for the purpose of pre-qualifications, bidders that would like to express their interest of those project. These are the projects:-

 

A.      Buiding:

1.  Construction of Vocational Training centre at Ajingi

2. Construction of Blocks of class rooms at various location in LG

3. Construction of Health post at Batai, S/G Dosa and Yanwawa

4. Construction of 5 daily Prayer Mosque 2No at each ward

5. Renovation of Local Government Clinics/Health post and Local Government secretariat.

6. Construction of Juma at Mosque at Komayu in Toranke ward

7. Construction of Drainage from village head house to Rafi junction in Kadiri town

8. Completion of LEA new office at Ajingi

9. Construction of Juma at mosque and wall fence at Jiyayyar Wanzamai

10. Construction of wall fence at Zangon Gulya/Larabar Zango Grave yards.

 

B.      Electrification

Electrification of Fagawa, Tillin, Dadin Kowa & Fulatan & Sakalawa village

 

C.      Mechanic   Purchase of Toyota Hillux

 

D.      Roads

1.       Construction of feeder road from Dundun – Maigana – Yanwawa 2. Construction of feeder road from Dundun – Katsinawa -Wurawa  3. Construction of Tarred road from Kunkurawa – Kara – Yankunu  4. Construction of drainage at Zangon Gulya 5. Construction of drainage from M. Ubale to Titi Kadiri Road

6.       Construction of drainage from G/Haru – Gonar M. Bala  7. Maintainers of tarred road from Kwanar Balare – Gurduba  8. Construction of feeder road from Kwanar Balare – Fagawa – Tuilin – Dadin Kowa   9. Maintainers of feeder road from Ajingi -Kadiri village.

 

E.      Water

I.       Water supply plants at Ajingi and Toranke Towns 2. Drilling of hand pup 2no at each ward

 

All prospective constructors must satisfy the following Pre-qualification criteria:

1.       Evidence of incorporation

2.       Company’s audited account for 3 years

3.       Last 3 years Tax Clearance Evidence

4.       Certificate of  VAT registration and remittances

5.       Evidence of financial capability/bank support

6.       List of similar projects executed

7.       Copy of Kano State contractors registration

8.       Evidence that the contractors has the equipment and personnel required to execute the project

9.       Evidence of settlement of PAYE and other withholding taxes

10.     Local resources utilization

11.     Community and social responsibility support

12.     Company profile with clear indication of technical       Qualification/experience of key personnel

13.     Verifiable list of similar projects executed (letter of award in case of ongoing projects and certificate of practical completion in case of completed projects).

14.     Any additional information that may enhance the chances of the contractor.

 

Submission of Documents:

All pre-qualification documents are to be delivered on or before 31st December 2012 to the office of the Head of Personnel Management/ Planning Research and Statistics Departments Ajingi Local Government, and shall be clearly written.

Only contractors who are successful at the pre-qualification shall be requested to tender for the jobs

 

Important Notice:

This advertisement should not be considered as a contract award or any commitment on the part of Ajingi Local Government, nor shall it entitle any contractor and or company to make any claim whatever from Ajingi Local Government by virtue of having responded to this advertisement.

Bids will be open at the office of the secretary tenders board on December 2, 2012.

 

Signed:

The Secretary Residence Due Process Team (RDTP)

Head of Planning Research and Statistics, Ajingi Local Government

On this Day November 16, 2012

08055668484/  08066505985      

 

 

Invitation for Pre-Qualification and Tender at National Orthopaedic Hospital, Igbobi-Lagos

National Orthopaedic Hospital, Igbobi-Lagos

 

Invitation for Pre-Qualification and Tender

 

Applications are invited from reputable companies tender exercise for the supply of the following:

i)                   Toyota Coaster 2.7 Litre Petrol Engine, Thirty-Seater, Air conditioner.

ii)                Arthroscopy set, preferably KARL STORZE

 

 

Requirements

1.       Evidence of registration with Corporate Affairs Commission (CAC)

2.       Tax Clearance for the last three (3) years.

3.       VAT Registration

4.       Evidence of Compliance with Pension Act

5.       Evidence of Compliance with ITF

6.       Evidence of Financial capability to handle the job e.g. Bank Statements.

7.       Evidence of three (3) years Audited Accounts of the company

 

 

Submission/Opening of Bids

  1. Six (6) copies of both Tender and Financial Bids should be addressed to:

 

The Medical Director,

National Orthopaedic Hospital,

Igbobi, Lagos.

 

2.       The Tender and Financial Bids should be submitted separately to the office of Head of Administration upon the payment of N25.000.00 only for processing fee on or before Thursday, 6th December, 2012.

3.       All documents shall be opened in the hospital Pavilion on Friday, 7th December, 2012. Interested Bidders or their representatives are invited.

 

Please note that the hospital reserves the right to reject any or all the documents

 

For further enquiries please contact: 08023016719.

 

Signed

Head of Procurement

For: Medical Director

Invitation to Tender For: Procurement of Training Equipment and Tools for Skills Acquisition Centers in the State at Oyo State Agency for Adult and Non-Formal Education (AANFE)

Government of Oyo State

Oyo State Agency for Adult and Non-Formal Education (AANFE)

Quarter S.102 Agodi GRA, Ibadan.

 

 

1.       Invitation to Tender For:

Procurement of Training Equipment and Tools for Skills Acquisition Centers in the State.

 

2.       Oyo State Agency for Adult and Non-Formal Education (AANFE), Ibadan is inviting Tenders from experienced and qualified Suppliers/Companies to submit bid for: (i)          Procurement of training equipment and tools for Skills Acquisition Centres in the (3) Senatorial Districts of the State

 

3.  Bid Procurements:

Interested Suppliers are to submit the following requirements:

  1. Evidence   of Registration   with   Bureau of Public Procurement, Governor’s Office, Secretariat, Ibadan.
  2. Certificate of Incorporation with the Corporate Affairs Commission.
  3. Current Tax Clearance Certificate (3 Years)
  4. Evidence of Current Registration of Business Premises with Oyo State Government;
  5. The profile of the Company.

 

 

4.       Tender Fee:

Interested bidders are expected to pay a non-refundable fee of Twenty-five thousand Naira (N25,000.00) only in favour of OYO STATE GOVERNMENT ACCOUNT NO,.1351144747314, Wema Bank, Agodi, Secretariat, Ibadan. (Code No. 404/039).

 

 

5.       Method of Application:

Tender document are obtainable from the Director of Women Literacy and Skills Acquisition, (AANFE), QUARTERS. 102. AGODI GRA, IBADAN.

 

The completed bid application must be submitted in sealed brown envelopes clearly marked OYO/AANFE/SKILLS ACQUISITION EQUIP/2012 on or bwfore 6th December, 2012 from 8.00 a.m to 4.00 p.m. Daily to:

 

The Secretary,

Board Tenders’ Committee

AANFE,

Ibadan.

 

 

Note;

  1. Only shortlisted Suppliers/Companies will be contacted and LATE APPLICATION SHALL NOT BE CONSIDERED.
  2. Govt. is not bound to accept lowest tender
  3. The tender opening date is 7th December, 2012

 

SGD???

H.L.T. KOLAPO

Executive Secretary

(OYO AANFF.)

Tender Opportunity: Provision of Solids Control Services to Support Deepwater Drilling and Completions Operations 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 Solids Control Services to Support Deepwater Drilling and Completions Operations

 

Introduction:

Star Deep Water Petroleum Limited, invites interested and qualified companies in tendering for provision of Services listed under scope of Work/Service

Requirements’ which will be carried out in respect of its 2014 – 2017 Oil and Gas Wells Drilling, Completions and Workovers  for Deepwater Operations in Nigeria.

Availability to commence provision of Services is required for an anticipated Commencement Date: Second (2nd) Quarter 2014. With a Primary Term of two (2) Years with a possible Optional Term of one (I) Year.

 

 

Scope of Work/Service Requirement

DWD-2011-CW913171 Solids Control services (Deepwater)

 

Interested Applicants must be able to provide the following as required for Deepwater Solids Control Services.

  • Provision of Solids control equipment (mentioned below) Fully trained and qualified personnel for operating mentioned equipment at rig site and / or at marine base and / or at the thermal desorption plant as required.
  • Provision of software, computers, laboratory equipment, reporting templates, retort kits, weight scales and other essential equipment for assessing solids control equipment efficiency and determining oil on cuttings values needed for reporting to the Nigerian Government, Require fully trained Personnel to make use of this equipment for analysis to the Company’s policies and standards.
  • Ability to carry spare parts at their bases in Port Harcourt and/or Escravos to support operations for 6 months of drilling activities for each type of equipment i.e.: centrifuges, pumps, dryers, augers, auger drives and electrical control spares for each type of equipment,
  • Solids control equipment includes, but not limited to:
  • Cuttings Dryers, High Volume / (21 inch) Big Bowl Centrifuges, conveyance equipment, (mechanical and pneumatic conveyance) cuttings collection on rig site and run through the cuttings dryer unit and discharge. Centrifuge system(s): Fully variable speed centrifuges capable of processing 200 gallons per minute of 10 ppg mud. These centrifuges must achieve a D 90 cut point of less than 3 microns.
  • Cuttings Dryer Units: Capable of processing up to 30 tons per hour and reducing oil on cuttings to less than 5% measured by weight (wet). The contractor may need to supply 2 of these units per drilling rig and be flexible for additional options or demands.

 

Mandatory Requirement:

To be eligible for this tender exercise, interested Bidders are required to be pre qualified in Category 30426- (Cutting Injections/Cuttings Disposal Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre qualified suppliers In (his category by the bid close date will receive Invitation to Technical fender (ITT). Note, interested Bidders including their sub-contractor(s) shall be required to;

a.       Meet all JQS mandatory requirements to be listed as “PRE-QUALIFIED” for a Category in the NJQS 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-quaiif1ed 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 noted above, 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.
  • 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

Demonstrate that the entity is a Nigerian Indigenous Company, or Nigerian Indigenous 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; submit clear

Photocopies of your CAC Forms CAC 2, C AC 7.

Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians; 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; 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 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.

Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

Provide details of equipment ownership.

Location of in-country facilities (equipment, storage, workshops, repair and maintenance facilities and. testing facilities.

Bidder 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.

Tenderer (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 tenders who are registered with NJQs Product Category 30426 (Cutting Injections/Cutting Disposal Services) by 4:00pm 13th December, 2012 being the advert close date shall be invited to submit technical bids.

 

 

 

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 (TIT) and any further progression of this tender shall be

via NipeX.

Bidders who, for the purpose of this bid process enter into a JV, partnership, consortium, etc with another bidder bidding on this project will be disqualified.

All costs incurred in preparing and processing NJQS prequalification shall be to the applicant’s account.

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

SDWPL 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