Tender Opportunity for Provision of Remotely Operated Vehicle (ROV) Services (Usan-CT-114) For USAN Deepwater Development Project at Total, E & P Nigeria Limited

Total, E & P Nigeria Limited

Operator of the OML 138 Asset RC 2979

 

Tender Opportunity for Provision of Remotely Operated Vehicle (ROV) Services (Usan-CT-114) For USAN Deepwater Development Project

 

1.       Introduction

TOTAL E&P Nigeria Limited (TEPNG) invites interested and reputable contractors with suitable equipment and relevant experience to tender for the technical bidding phase for the provision of Remotely Operated Vehicle Services for the OML 138 USAN Deepwater Development Project.

 

2.   Scope of Work

The scope of work shall include the provision of Two (2) ROV systems, associated equipment, tools, accessories and personnel required for the operation of Remotely Operated Vehicle on Deepwater Drilling rigs (and/or any other potential unit) operating on OML138 deep offshore Nigeria, for USAN   development   or  any   other  additional   Permit  Area   in   which COMPANY has the right to conduct petroleum operations within Nigeria.

 

The contract duration shall be for two (2) firm years plus one (1) year extension option.

 

3.   Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Diving / ROV operations (3.07.07) (Product/Services) category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in this category 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 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 the NipeX office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.
  • 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.
  • To be eligible, all tenders must comply with the requirements of the Nigerian Oil and Gas Industry Content Development Act, 2010. Non compliance shall result in disqualification from bidding for this opportunity.

 

 

 

4.   Closing Date

Only Tenderers who are registered with NJQS Product/category Diving / ROV operations (3.07.07) as at October 30, 2012 being the advert close date shall be invited to submit Technical Bids.

5.   Nigerian Content

Company is committed to the development of the Nigerian Oil and Gas business consistent with the Nigerian Oil and gas Industry Content Development Act 2010

(NOGICD Act or the Act) on Nigerian Content. It is important that applicants familiarize themselves and comply with the provisions of the Nigerian Oil & Gas

Industry Content Development Act otherwise referred to as The NOGICD Act in their Expressions of Interest, Pre-qualification, Tender Offer and in execution of contract(s) that may result from this advert. As from the commencement of The Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set in the Schedule of The Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB or The Board).

 

 

Tenderers shall comply with all the provisions of the NOGICD Act that relate to this contract but in particular comply with the minimum Nigerian Content % for the scopes which are covered in the Schedule of The Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in complying the NOGICD Act. Tenderers in their responses shall confirm and describe in full the work to be completed in-country and using resources of Nigerian origin in fulfilment of the provisions of the NOGICD Act and shall execute all Work detailed in their submissions in line with The Act. Deviations from the Nigerian Content requirements and the Nigerian Content Plan by the Operator are not acceptable and may be treated as a fatal flaw.

 

The Work items and their associated costs will be clearly identified and described in the Commercial stage both within the pricing schedule and as a narrative outlining Nigerian Content commitments. Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian Government shall result to disqualification from bidding this contract.

 

Tenderers are to note that they will be requested during the technical tender to give full details of their relevant strategy to ensure that they fully comply with the Nigerian Oil and Gas Industry Content Act 2010 available at www.nnpcgroup.com  and www.nigcontent.com as non-compliance will constitute a FATAL FLAW in all Contract evaluations.

 

In line with the above, contractors are required to ensure that information on the following is included in their technical submission, to show their level of compliance with the provisions of the NOGICD Act (2010):

  1. Verifiable evidence of compliance with Nigerian Content requirements on past projects/contracts for a period of 3 years.
  2. Evidence that entity is a Nigerian company, supported by certified true copies of CAC forms 10, 02 & 07 including company memorandum & article of association.
  3. For indigenous companies with foreign-owned companies and multinationals as their sub-contractors/technical partners, a Binding Agreement of the alliance duly signed by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance will be required.
  4. Bidding Multinational companies will be required to ensure that 50% of the equipment to be deployed for the service are owned by their Nigerian subsidiaries.
  5. Project-specific training plan, man-hour budget, skill development and technology transfer proposal for Nigerian personnel or indigenous business including evidence of past Nigeria Content performance on training and development for Nigerians nationals & indigenous business. Plan for sponsorship of Nigerians to acquire competence and/or certification. Further development of local employees as professionals. Proposed training plan for Nigerians on the project including a brief training outline for OEM products, engineering, software & hardware, project management, procurement,   construction,   installation,   start-up   &   commissioning, maintenance, testing and operations.
  6. Overall list of consumables, goods, products & chemicals, tools and equipment to be procured & used in the execution of this contract and identify in tabular form those that are of Nigerian origin and the proposed suppliers.
  7. Detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up.
  8. Provide details of the percentage of your key management positions held by Nigerians and what percentage of total work force is Nigerian .
  9. Evidence of compliance with Nigerian Cabotage Act.
  10. Describe the amount of work to be performed by Contractor in Nigeria and proposed utilization of Nigerian resources (manpower services through subcontracting where applicable, equipment and materials, etc.) in order to achieve the minimum requirement specified in the schedule to the NOGICD Act 2010 (70% Man-hours; Diving/ROV/Submersible Operations).

 

 

Note that non-compliance with Nigerian Content Act shall result in disqualification from bidding on this project.

 

6.       Additional information

Interested suppliers must be pre-qualified for this product/service category 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 authorised/responsible personnel is up to date in their company profile in the NJQS data base.
  • TEPNG shall communicate only with the authorised/responsible personnel of pre-qualified companies and not through unauthorised individuals or agents.

Procurement Notice at Federal Ministry of Environment Headquarters, Abuja

Federal Ministry of Environment Headquarters, Mabushi, Abuja

 

Procurement Notice

 

1.       Introduction:

The Federal Ministry of Environment intends to finance the following works, goods and consultancy described below under the 2012 Capital Budget. This Procurement Notice is further to the Invitation to Tender and Expression of Interest earlier published on 18th June 2012 in the Guardian and Punch newspapers.

2.       Scope:

The Scope of the contracts varies for the various lots and is as follows:

 

S/N Lot Number Project Description
Works- Invitation to Tender: FMENVT/2012/ITT-III

 

1 ITT-I-W- CC-2 Installation of Bio-Gas System at the Keffi Prison, Nasarawa State

 

2 ITT-I-W- CC-3

 

Development of a Skill Acquisition Centre with Solar Powered Grinding Machines in Baruten Community of Kwara State

 

3 ITT-I-W- CC-4 Development of a Skill Acquisition Centre with Solar Powered Grinding Machines in Kaiama Community of Kwara State

 

4 ITT-I-W- CC-5

 

Development of a Renewable Energy Village in Kaduna

 

5 ITT-I-W- CC-6

 

Development of a Solar Drying Center in Bwari Abuja

 

GOODS:
1 ITT-I-G-CC-1 Procurement of Clean Cook Stoves

 

Consultancies

 

Request for Expression of Interest: Consultancy Services FMENVT/2012/EOI-II

 

          1 EOI-I-CC-1 Consultancy for Developing a National Greenhouse Gas Inventory System

 

2 EOI-I-CC-2 Consultancy for Developing a National Action Plan For Implementing Clean Development Mechanism (CDM) Projects in Nigeria

 

3 EOI-I-CC-3 Consultancy for Developing a Pilot Adaptation Project tor Fishing Farmers on a Small Scale to adapt to the Impact of Climate Change

 

4 EOI-I-CC-4

 

Consultancy for Impact, Adaptation and Vulnerability to Impacts of Climate Change in North Eastern Nigeria

 

5 EOI-I-CC-5

 

Consultancy for the Development of our Industrial Environment Specifically for the Value Chains for Renewable Energy

 

 

3.       Tender Requirements:

Remain as stipulated in the earlier advertisement stated above.

 

4.       Submission and Deadline:

The Submission is to consist of one original and two duplicate copies in the envelope marked “Confidential” on the Top left corner and written ITT or EOI (Specify LOT) at the centre.

The submission is to be addressed to and submitted at:

 

The Secretary,

Ministerial Tenders Board, Room B30I, Third Floor,

Federal Ministry of Environment,

Abuja.

Telephone: 0809412628

E-mail: mtbfmenvt_abuja@yahoo.com

 

Deadline for submission is on 24th October, 2012 (late bids/EOI will be rejected) while the bids will be opened by 12.00 noon same day at:

 

Auditorium, Ground Floor,

Green Building,

Federal Ministry of Environment

Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja.

 

(Signed)

Permanent Secretary

Expression of Interest at Federal Roads Maintenance Agency (FERMA), Headquarters

 

 

Federal Roads Maintenance Agency (FERMA), Headquarters

Plot 163, Aminu Kano Crescent, Wuse II – Abuja

 

Operate and Manage Lease M1000 (80TPH)

Parker Asphalt Plant at Ikot Ekpene

                                              

Expression of Interest

 

Introduction:

The Federal Roads Maintenance Agency (FERMA) is desirous of engaging a Lease Manager to Manage and operate her mobile Asphalt Plant at Ikot Ekpene under a Lease Scheme.

 

Consequently, local Civil Engineering Contractors and Entrepreneurs in the Road Construction industry are hereby invited to submit Expression of Interest (Eol) for pre-qualification to operate the Plant.

 

Conditions to Tender

Interested entrepreneurs in Road Construction Industry and other Companies are to submit their pre-qualification documents which should include the following requirements:

  1. Evidence of registration with CAC
  2. Tax Clearance certificate for the last 3 years
  3. Registration with PENCOM
  4. VAT registration and evidence of past VAT remittance
  5. Audited annual financial report of the company for the last three years
  6. Comprehensive   Company   profile   to   include Memorandum of Association and business plan.
  7. Previous experience in the management of similar plants or ownership of plants, to include, capital flow of asphalt production.
  8. Evidence   of   ownership   of/verifiable      access   to   a quarry/crushing plant and ownership of at least 2nos. dumpers, wagon-drill, compressors, jack hammers and generators (180-250KVA)
  9. Verifiable source of regular supply of bitumen
  10. A sworn affidavit indicating that all document submitted are genuine and verifiable.
  11. A sworn affidavit that none of the Directors have been convicted   of   any   criminal   offence   in   any country including financial impropriety.
  12. Other information to help facilitate the evaluation of your submission.
  13. Operational projection for the production of Asphalt for the new plant.

 

Submission/Opening of Pre-Qualification Documents:

The completed pre-qualification documents must be submitted in sealed envelope, sealed and clearly marked on the top left hand corner “CONFIDENTIAL” and top right hand corner “EXPRESSION OF INTEREST FOR THE OPERATE AND MANAGE LEASE OF ONE UNIT BRAND ML 000 PARKER MOBILE ASPHALT PLANT” clearly marked  “Original” at the bottom right hand corner and addressed to:

 

The Managing Director,

Federal Roads Maintenance Agency,

Plot 163, Aminu Kano Crescent,

Wuse II, Abuja.

 

Attention: Gm (Procurement)

The pre-qualification Documents must be delivered by hand not later than 12 noon of 25th September, 2012 to the Office of the Assistant General Manager (Procurement), FERMA Headquarters Annex Abuja, No. 7 Eldoret Close, Off Aminu Kano Crescent; Wuse II, Abuja.), Ground Floor, Room GF 003.

 

All submissions will be publicly opened immediately at the close of bid submission at the Agency’s Conference Room, Plot 163, Aminu Kano Crescent, Wuse II, Abuja.

The Representatives of Companies that submitted pre-qualification documents, Representatives of Professional Bodies and the Civil Societies are invited to witness the opening.

Only successfully screened, pre-qualified firms, found suitable to provide the service will be invited to tender.

 

Please note that:

  1. Contractors who have worked for the history of abandonment, termination need not apply.
  2. No prospective firm is to write the Company name on any of the envelopes.
  3. Only correctly addressed bids will be received.
  4. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.
  5. All costs  incurred by any Company in respect of this advertisement are at her own expense and the Agency shall not entertain any claim whatsoever in this regard.
  6. The Agency reserves the right to verify any claim made by any of the prospective Lease Managers.
  7. The Agency reserves the right to terminate the Expression of Interest at any stage prior to signing of the contract agreement.
  8. Late submission of pre-qualification documents will be rejected.
  9. The Agency is not bound to engage any prospective Lease Manager and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning any reasons thereof.

 

Non Adherence to Any of the Instructions Above Attracts Automatic Disqualification.

 

Signed

Management

Invitation to Tender at Federal Roads Maintenance Agency (FERMA).

Federal Roads Maintenance Agency (FERMA).

Headquarters     

163, Aminu Kano Crescent, Wuse II – Abuja

 

Invitation to Tender

Upgrading of Management Information System (MIS) Infrastructure

 

Introduction

The Federal Roads Maintenance Agency (FERMA) is desirous of upgrading her Management Information System (MIS) infrastructure for the sole purpose of facilitating Road Maintenance activities across the country from the 2012 Appropriation.

In the light of the above, the Agency invites suitably qualified contracting firms to tender for the Procurement of the under listed goods and services in the Lots listed below.

 

Package No. LOT NO PROJECT TITLE
2 MIS – 1 Upgrading of the Agency’s GIS/Road Map Software
2 MIS-2 Establishment of a Mini Data Center
2 MIS-3  Procurement and installation of HP servers, laptops, HP scanners and software.
2 MIS-4 Vehicle Mounted Road Surveillance System

 

Conditions to Tender:

Interested contracting firms are to meet the following minimum requirements:

a.       Evidence   of incorporation   with   the   Corporate   Affairs Commission;

b.       Evidence of VAT Registration and Remittances;

c.       Evidence of valid Tax Clearance Certificates for the last three (3) years;

d.       Evidence of participation in the contributory pension scheme for bidders having staff strength of five and above;

e.       A Comprehensive Company profile to contain:

i.        Copy of Memorandum and Article of Association;

ii.       Audited Account of the Company for the last three (3) years duly endorsed by a firm of Chartered Accountants and banker’s reference;

iii.      List and verifiable documentary evidence of similar jobs successfully executed/on-going within the last three (3) years;

iv.      List of evidence of accreditation/professional registration (if required for practice) for the job;

v.       List of Key Staff including professionals (if any) to be attached to the work, including photocopies of relevant professional certificates where applicable

f        Certificate of partnership with Original Equipment Manufacturer (OEM) for Lots MIS 3 & MIS 4.

g.       A sworn affidavit indicating that all document submitted are genuine and verifiable.

h.       A sworn affidavit that none of the directors have been convicted of any criminal offence in any country including financial impropriety.

 

Collection of tender Documents

Interested Bidders are to make payment of a non refundable sum of Twenty Five Thousand Naira (N25,000.00 ) only in bank draft per bid in favour of Federal Roads Maintenance Agency payable at Abuja and which must have been converted to a receipt at Revenue Office, Accounts Department, Ground Floor of the FERMA Headquarters.

Bidders are to collect Bidding documents after showing original and Photostat copies of payment receipt between the hours of 10.00am and 4.00pm Mondays to Friday on or before 12noon 11th October, 2012 from

 

The Assistant General Manager (Procurement)

Federal Roads Maintenance Agency (PERMA)

Headquarters Annex Abuja;

No. 7 Eldoret Close, Off Aminu Kano Crescent.

Wuse II-Abuja.

Ground Floor, Room GF003

 

Submission/Opening of Tender Documents:

Interested firms are to submit their bids per Lot in one envelope, sealed and clearly marked on the top left hand corner “CONFIDENTIAL” and top   right   hand   corner   “TENDER   FOR   (indicate Lot/Project Title.)_______” clearly marked “Original” at the bottom right hand corner and addressed to:

The Managing Director,

Federal Roads Maintenance Agency,

Plot 163, Aminu Kano Crescent,

Wuse II, Abuja.

 

ATTENTION: GM (PROCUREMENT)

Tender documents are to be delivered by hand not later than 12noon on 11th  October, 2012 to the Office of the Assistant General Manager (Procurement), FERMA Headquarters Annex Abuja, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja. Ground Floor, Room GF 003. (Include 1 copy clearly marked “Copy” at the bottom right hand corner).

 

All Bids will be publicly opened immediately at the close of bid submission at the Rockview Royale Hotel, Adetokunbo Ademola Crescent, Wuse II, Abuja.

 

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the opening.

Please note that:

 

  1. The works do not attract bid security
  2. The works may not attract advance payment.
  3. Works attract a minimum guarantee period of six (6) months.
  4. Contractors who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not apply.
  5. No Bidder is to write the Company name on any of the envelopes.
  6. Only correctly addressed bids will be received.
  7. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.
  8. All  costs   incurred  by   any  Company   in  respect  of this advertisement are at her own expense and the Agency shall not entertain any claim whatsoever in this regard.
  9. The Agency reserves the right to verify any claim made by any of the Bidders.
  10. Late Bid submissions will be rejected. xi. The Agency is not bound to patronize any bidder and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning any reasons thereof.

 

Non Adherence To Any Of The Instructions Above Attracts Automatic Disqualification.

 

Signed Management

Invitation to Tender at Federal Government College, Ohafia

Federal Government College, Ohafia

P.M.B. 2005, OHAFIA

Invitation to Tender

 

The Federal Government College (FGC) Ohafia hereby invites interested and reputable companies to tender for the under-listed capital projects of the College.

 

Description of Work

Construction of 1No Borehole with reticulation and overhead tank, 2 Nos. blocks of 6 classrooms and 1 No New Hostel Block.

 

Requirement/Qualification for Tendering:

In compliance with the Public Procurement Act 2007, prospective bidders MUST submit with their tenders the following documents:

i)                   Certificate of Incorporation/Registration with Corporate Affairs Commission (CAC)

ii)                Tax Clearance Certificate for the past three (3) years – 2009, 2010 and 2011.

iii)              Evidence of VAT Registration Certificate with TIN No. and evidence of remittance to Federal Inland Revenue Service: 2009, 2010 x 2011.

iv)              Company Audited Accounts for the past three years – 2009, 2010 & 2011.

v)                Verifiable list of similar jobs successfully carried out

vi)              Evidence of financial capability to execute the project (Bank Statements) and Bank Support.

vii)           Company Profile and technical qualifications of key personnel with experience of similar jobs.

viii)         Evidence of remittance of staff pension contributions to the appropriate Pension Custodian/Administrator.

ix)              List of items of equipment possessed by the company,

x)                Evidence of Certificate of Compliance from National Pension Commission indicating the fulfillment of employers obligation  to their employees

 

Please note that non-compliance with the above requirements may

 

Collection of Tender Documents;

Interested companies are to collect contract documents (Bills of Quantities) at the Principal’s Office on payment of a non-refundable fee of Ten Thousand Naira

(N10, 000.00) only to Federal Government College, Ohafia, between the hours of 9.00am and 4.00pm Mondays to Fridays.

 

 

Submissions of Tenders:

All tender documents should be in sealed envelope and marked with appropriate title and addressed to:

The Principal,

Federal Government College, Ohafia.

 

Closing Date:

Submission of bids closes at 12 noon on 31st October, 2012. Bid will be opened on 1st November, 2012 at 12 noon, in the presence of all bidders and the general public at the college library.

 

Signed:

Principal

FGC, Ohafia