Re – Invitation to Bid: Addendum at Federal Ministry of Communication Technology, Abuja

Federal Ministry of Communication Technology, Abuja

 

Re – Invitation to Bid: Addendum

 

Further to our “Invitation to Bid” for the various jobs advertised as Lots A – G in the Leadership and Guardian Newspapers of Wednesday, September 12, 2012 with additional publication in the Leadership and Guardian Newspapers of September 14, 2012 and the Federal Tenders Journal, Vol. 8 No. 19, Monday September 17 – Sunday September 30, 2012 wherein we published that the closing date of 23rd October and 26th October, 2012 but which were subsequently extended to 1st November, 2012.

 

2.       The Ministry wishes to inform all interested bidders that closing date for the submission of tender has been further extended to 12 noon, 8th November, 2012 while opening of bids will hold at 1:00 pm, 8th November, 2012 at the Conference Room of the Ministry, 3rd Floor, Federal Secretariat, Phase I, Annex III, Abuja.

3.       Any inconvenience caused as a result of the change of date is regretted, please.

 

Signed,

Permanent Secretary

Invitation for Pre-Qualification and Submission of Proposals for the Production of Preliminary Infrastructural Layout Masterplan of the Permanent Site of the University at Federal University Lokoja

Federal University Lokoja

(Office of the Registrar)

 

Invitation for Pre-Qualification and Submission of Proposals for the Production of Preliminary Infrastructural Layout Masterplan of the Permanent Site of the University

 

A.                                            

Introduction and Scope of Work:

 

The Federal University Lokoja intends to implement some technical works of the Master Plan Projects on the Permanent Site of the University with the following scope of work:

  1. Cadastral Survey to determine the longitudinal levels of the perimeter lines of the site.
  2. Geophysical Survey to determine the level and sizes of valuables and the occupations.
  3. Topographical Survey to determine the topography and the natural settings of the site.
  4. Planning and designing of infrastructural facilities, utilities, services and other infrastructural appendages for the setting up of a University of international standard.
  5. Planning and designing of permanent markings for reference against future encroachment.

 

B.

Pre-Qualification Requirements:

Interested and competent consortiums are required to prepare a Brief/Resume to include:

1.       Implementation plan or basic operational stages with the target delivery periods.

2.       Cost implementations for each stage.

3.       Conditions for mobilization of workers/personnel to the site.

4.       Any other information that may guide the Institution for a successful project implementation.

 

C.      Submission of Brief:

Briefs are expected to be submitted between 8:00a.m and 4:00p.m from Monday to Friday in sealed envelopes marked as “Bid Documents for the Master Plan of the Permanent Site of The Federal University Lokoja. addressed to “The Registrar, Federal University Lokoja, P.M.B. 1154, Lokoja, Kogi State and hand-delivered to the office of the Registrar not later than 15th November, 2012.

The Bid Documents will be opened on Thursday 15th November, 2012 at 1:00p.m in the University Conference Room, Adankolo Campus, behind Specialist Hospital, Lokoja.

 

All prospective Contractors and interested members of the public are by this notice invited to witness the opening exercise.

 

SIGNED

HabibaA. Adeiza (Mrs.)

 

Tender Opportunity for USAN Operational Insurance Services – USAN-CT-099 at Total E&P Nigeria Limited

Total E&P Nigeria Limited

Operator of the OML 138 Asset     RC 2979

 

Tender Opportunity for USAN Operational Insurance Services – USAN-CT-099

 

1.       Introduction

Total E&P Nigeria Limited (TEPNG) operator of OML 138 PSC invites interested and reputable indigenous qualified Insurers with a proven track record and suitable and relevant experience in this specific business to tender and apply for consideration to tender for the Provision of an Operational Insurance Package Policy for the USAN Deepwater Operations including the FPSO.

 

2.       Brief Description of the USAN Field Location and Facilities

The USAN oil field lies approximately in the middle of the block OML-138, in water depths ranging from 730-850m. It is located approximately 65 miles/100km south of the Nigerian coastline. The USAN Deepwater Operational Field is a new stand alone development, with subsea wells connected to an FPSO facility.

 

3.       Brief Outline Description of the Scope of Services

This Operational Package Insurance Policy would cover risks of Property Damage (PD), Operators Extra Expense (OEE), Transport, Storage & Utilization (TSU), Third Party Liability (TPL) and Minor Construction Works (MW). The Insurer shall retain a percentage of the risk in Nigeria up to the maximum available retention capacity and re-insure the balance of the capacity with Foreign Underwriters through a competent Foreign Reinsurance Broker in line with the laws of the Federal Republic of Nigeria This Insurer will also handle all claim services, endorsements, policy documentation, etc.

 

The estimated commencement date of services shall be Q4, 2012. Contract duration is estimated at two (2) years firm with a one (1) year option of extension at COMPANY’s sole discretion.

 

4.       Mandatory Requirements

– To be eligible for the intended exercise, interested contractors are required to be pre-qualified in Non-Life Insurance Services Category 3.14.32 in NipeX Joint Qualification System (NJQS) database. All successful pre-qualified Suppliers in these categories will receive invitation to Technical Tender (ITT).

–          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 login 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 the NJQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX Office for further action.

– To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX System

 

5.       Nigerian Content

Pursuant to the newly enacted Nigerian Oil & Gas Industry Content Development Act 2010 by the Federal Government of Nigeria, all interested bidders are expected to demonstrate adherence to the policy and compliance with the provisions of the Insurance Act 2003. Among others, the NOGIC Act 2010 requires a certificate of compliance to be issued by the National Insurance Commission (NAICOM) to bidders as part of Nigerian Content Monitoring Board (NCDMB) technical evaluation requirements for insurance contracts in the Oil and Gas Industry.

 

The NOGIC Act 2010 and Insurance Act 2003 further require that in-country capacity must be exhausted before resort to outside/foreign Reinsurers which National Insurance Commission (NAICOM) must approve before reinsurance is placed abroad. Arising there from, preference shall be given to Nigerian companies and/or Foreign companies based in Nigeria having a Nigerian Affiliate who demonstrates willingness to execute the work / services to the satisfaction of evaluators. Therefore, this Tender Opportunity aims at sensitizing interested bidders on the information / documentation that will be expected of them at the invitation to tender (ITT) stage as follows:

–         Company intends to and will expect bidders to comply with NOGIC Act 2010 (available at www.nnpcgroup.com  and www.nigcontent.com ) and Insurance Act 2003, since they constitute FATAL FLAW in all contract evaluations.

–         Preparation of Nigerian Content Plan that addresses utilization of Nigerian Labour, Services, Materials and Equipment for this service.

–         Provision of current NAICOM registration certificate.

–         Provision of a copy of company’s detailed binding agreement with a competent reinsurance company.

–         Provision of detailed description of all work bidders will accomplish using Nigerian Resources (Labour, Material and Services).

–         Provision of current and in-place organization structure with detailed experience and skills of key management personnel with names. Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians.

–         Detailed past experience / present commitment to staff training and development of its Nigerian personnel. Furnish details of training plans for Nigerians specific to this scope of work.

–         State any further innovative proposals that will enhance the Nigerian Content for the Project.

–         Demonstrate that entity is an indigenous company or indigenous company in genuine alliance with a foreign-owned or multinational company registered in Nigeria.

–         Provision of details of your company ownership and shareholding structure. Submit copies of your CAC forms CAC 10, CAC 2.5, CO2 and CO7

–         Furnish details of training plans for Nigerians specific to this scope of work.

 

6.       Closing Date

Only Tenderers who are registered with NJQS Non-Life Insurance Service Category 3.14.32 as at Monday 19th November, 2012 being the advert close date shall be invited to submit technical bids.

 

7.       Additional Information

–         Interested suppliers must be pre-qualified for these product/service categories in NJQS.

–         Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS.

–         This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of TEPNG to award a contract to any supplier and/or associated companies, subcontractors or agents.

–         This advertisement shall not entitle pre-qualified companies to make any claims whatsoever and/ or seek any indemnity from TEPNG and/ or its partners by virtue of such companies having been pre-qualified in NJQS.

–         All costs incurred in registering and pre-qualifying for this and other products/ services categories in NJQS shall be borne solely by suppliers.

–         Suppliers that are pre-qualified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone numbers) of their company and authorized/ responsible personnel is up to date in their company profile in the NJQS data base.

–         TEPNG shall communicate only with the authorized/responsible personnel of pre-qualified companies and not through unauthorized individuals or agents.

 

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

 

 

Invitation for the Pre-Qualification To tender for the following 2012 project at The Nigerian Postal Service

The Nigerian Postal Service

 

Invitation for the Pre-Qualification To tender for the following 2012 project

 

The Nigerian Postal Service (NIPOST) invites interested and reputable contractors to apply for pre-qualification for the listed project under NIPOST IGR (Internally Generated Revenue).

 

 

1    PHASE 1

Re-Roofing of Burnt General POST Office (GPO) Building, Sokoto, Sokoto State.

 

 

SCOPE OF WORK-PHASE 1

  1. Demolition work, clearing of debris
  2. Structural roof steel.
  3. Aluminum and metal work.
  4. Carpentry work.

 

 

Pre-Qualification Requirements

All interested contractors are invited to submit the following qualification documents.

  1. Evidence of registration with Corporate Affairs Commission (CAC).
  2. Value Added Tax Certificate (VAT),
  3. Evidence of financial capabilities
  4. Details of full Company profile
  5. Evidence of similar verifiable work performed
  6. Three years Tax Clearance Certificate
  7. Evidence of Workers Pension Contribution.

 

 

 

2.       Verification of Claims

It should be noted by all contributors that NIPOST reserves the right to verify all claims submitted in the pre-qualification documents.

 

 

3.       Submission of Pre-Qualification of Documents.

Complete pre-qualification documents are to be submitted in sealed envelopes and marked “NIPOST” and the Project Name – PRE-QUALIFICATION FOR 2012, PHASE 1.

 

All submissions are to be delivered by hand to:

Head of Procurement Department

Room 222,

NIPOST Corporate Headquarters,

Abubakar Argungu House,

Garki-Area 11, Abuja.

 

All requirements must reach the stated above address on or before 16th November, 2012

 

Signed

Management

 

Request for Expression of Interests (EOI) at Federal Polytechnic, Idah

Federal Polytechnic, Idah

P. M. B. 1037, Kogi State

 

Request for Expression of Interests (EOI)

 

  1. A.   Introduction

 

The Federal Polytechnic, Idah, intends to carry out the following projects:

1.       Drafting and Production of Strategic Plan; and

2.       Review of Master plan.

 

Interested and reputable Consultancy firms are therefore invited for expression of interest for the projects.

 

 

B.      Pre-Qualification Requirements

Interested Consultancy firms are expected to meet the following pre-qualification criteria:

(i)                company profile with copies of Article of Association and CAC from C07.

(ii)             evidence of Firm’s registration or accreditation with appropriate professional body;

(iii)           curriculum vitae of individual staff who will be assigned to the required services   including qualification, individual experience in handling assignments and attestation available;

(iv)           financial capacity profile of the firm and evidence of tax clearance certificates for 2009,2010 and 2011;

(v)             Verifiable list of similar jobs executed in the last five years including letters of award, project cost, and contact address of clients;

(vi)           submission of three-year audited accounts for 2009, 2010 and 2011. For the annual audit, firms must have the endorsement of ICAN certified personnel.

(vii)        detail evidence of compliance with Pension Act 2004 including evidence of remittances;

(viii)      evidence of compliance with the provisions of the Industrial Training Fund Amendment Act 2011.

 

 

C. Submission of EOI and Closing Date

The EOI must be submitted in three (3) copies including one original in a sealed enveloped clearly marked “Expression of Interest for Project 1 or 2 as appropriate at the top right hand corner and reach:

 

The Registrar,

Federal Polytechnic, Idah,

P.M.B. 1037,

Kogi State,

 

On or before 12:30p.m on 26th November, 2012

 

Opening of EOI Documents\

All EOI documents will be opened at 12.31 p.m. on 26th November, 2012 at the Council Chamber, the Federal Polytechnic, Idah.

 

Interested consultancy firms are by this advertisement invited to attend the opening ceremony.

 

D.   Further Information

4.1     All CAC, VAT and tax clearance certificates may be referred to the security agencies, Corporate Affairs Commission, Federal Inland Revenue (FIRS) and other relevant bodies for verification.

4.2     Only Pre-qualified consultancy firms will be invited to collect the respective Request for Proposal (RFP) for each project.

4.3     The Polytechnic reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

4.4     Evaluation of the submissions shall be strictly based on the requirements as specified above.

 

 

Interested firms may obtain further information from the address below:

Director of Physical Planning,

Federal Polytechnic, Idah.

GSM Nos: 08094482835, 08122401944.

(SMS only please).

 

Signed:

J. ELAIGWU

Registrar