Invitation for Pre-qualification to Tender at Fagge Local Government Council, Kano State

Fagge Local Government Council,

Kano State

Vice Adamu Secretariat, Kano

 

Invitation for Pre-qualification to Tender

Fagge Local Government Council is to carry out development projects for socio economic education and other infra structural development in the area.

 

It is therefore Advertising the below mentioned projects for prospective bidders on the following:

1.         Wall fencing to the premises of G.J.S.S Norms Land and Kwakwachi Primary  School

2.         Wall fencing at Kwacchiri Health Centre

3.         Wall fencing at Sabuwar Danrimii Grave yard

4.         Rehabilitation of Wall Fence at Danrimi Grave yard

5          Rehabilitation of Wall fence at Kyrtia (Kwarfn Akuya) Kwachiri  ward

6          Rehabilitation of Wall fence at Yanrake Grave yard (Yammata R/Lemo)

7          Extension & Rehabilitation of Wall fence at Jaba Grave yard

8.         Wall fencing at Kwari market Fagge A

9.         Rehabilitation of Kwachiri Health Center

10.       General renovation of local Govt. Secretariat

11.       Laterite felling at Luxurious motor park New Road S/Gari Kano

 

Qualification

All  interested  bidders  must  submit  the  following   prequalification  criteria

requirements:

a.         Registration with slate’s work Registration Board in relevant category;

b.         Company’s Audited Account for three years ;

c.         Evidence of Tax Clearance for three years;

d.         Evidence of Financial and/or Banking support;

e.         Experience and Technical Qualification of key Personnel;

f.          Record of previous projects executed and evidence of knowledge of the

industry; 20%

g.         Equipment, plants and technology capacity;

h,.        Annual Turnover;

i           Evidence of settlement of PAYE and order withholding taxes;

j.          VAT Registration and evidence of past VAT remittances;

k          Local resources utilization;

l.          Community and social Responsibility support

 

All interested Bidders must submit their applications for pre-qualification to the office of the D.P.M Fagge Local Government at Vice Adamu Secretarial, Kano on or before 25th July, 2012.

 

Alhaji Ali Balarabe Wudil

Director Personnel Management

For: Interim Management Officer

 

Invitation for Technical and Financial Bids for Various Procurements at Federal Polytechnic, Bauchi

The Federal Polytechnic, Bauchi

P.M.B. 0231, Bauchi

 

Invitation for Technical and Financial Bids for Various Procurements

 

The Federal Polytechnic, Bauchi is desirous of engaging the services of competent Companies to undertake the following Projects:

 

S/No Project Description Tender Documents Fees
1. 2012 Capital Protects

Lot A: Procurement of Vehicles (Pick-up van and Toyota Saloon)

Lot B: Famishing of Central Admin. Block (Partitioning)

Lot C: Furnishing of Central Admin. Block (Furniture)

Lot D: Construction of School of Environmental Technology (Phase 2)

Lot E: Construction of Roads and Drainage

Lot F: Procurement of Equipment for Academic Departments

 

 

N15,000:00

N15,000.00

N15,000.00

N75,000.00

N100,000.00

N10,000.00

2. Tertiary Education Trust Fund (TETFUND) Projects

i)  2008 Board of Trustees (BOT) Special Intervention.

Lot G: Procurement of 80KVA Generating Set (Re-advertised Project)

 

ii) 2009/2010 Library Intervention

Lot H: Supply of Equipment

Lot H: Supply of Books

 

 

 

N10,000:00

 

 

N15,000:00

N15,000:00

3 2012 Internally Generated Revenue (IGR) Project

Lot K: Procurement of Am balance

 

 

N15,000:00

 

A.        General Technical Bid (Pre-Qualification) Requirements

1.         Evidence of Incorporation by the Corporate Affairs Commission (CAC)

 

2.         Company Audited Account for the last Three (3) years (2009, 2010 & 2011)

 

3.         Tax Clearance Certificate for the last Three (3) years (2009, 2010 & 2011)

 

4.         Evidence of VAT Registration and VAT remittances

 

5.         Verifiable evidence of previous experience in a relevant job with copies of Awards and Practical Completion Certificates.

 

6.         Financial Capability/ Banking Support, Statement.

 

7.         Evidence of compliance / fulfillment of statutory obligations of Employees of the  Company with respect to Pension.

 

8.         Evidence of Community and Social Responsibility.

 

9.         Evidence of Registration and Remittance of Industrial Training Fund (ITF) contributions by the Company

 

10.       Sworn Affidavit that none of the Partners of the Company has been “convicted in any Country for any Criminal offences relating to fraud or financial impropriety”.

 

11.       Sworn Affidavit indicating whether any Officer of Federal Polytechnic, Bauchi is a former or present Director, shareholder or has any pecuniary interest in the Company.

 

B.        Additional Technical Bid (Pre-Qualification) Requirements for Constructions

1.         Experience/Technical Qualifications of key personnel with copies of their Certificates.

2.         Equipment and Technology Capacity.

 

C.        Financial (Tender) Bid Requirements:

1.         Payment of the prescribed non-refundable Tender Documents Fee as indicated above.

2.         Financial bids must be submitted in separate envelopes and marked as outlined in ‘D’ below.

 

D.        Submission of Documents

The documents are to be submitted to the undersigned in sealed and signed envelopes marked either “Lot A, B, C, D, E, F, G, H, J or Lot K”, followed by the title of the project” at the top right corner of the envelope and to reach him on or before Wednesday 1st August, 2012 by 12:00 noon.

 

The submissions are to be opened at 12:30pm of the same date at the Council Chamber of the Polytechnic and all applicants are invited to attend. Please note that the Financial Bids of Companies that do not satisfy the Technical Bids Requirements would be returned to the affected Companies un­opened.

 

Signed:

L. Ibrahim

Registrar

Advert for Tender Opportunity at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (RC No. 333615)

Advert for Tender Opportunity

TB-3060 Call-Off Contract for Coating of Linepipe and Bends

 

 

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 a call-off contract for coating of line pipe and bends for APD(N)L’s onshore and offshore locations, as detailed in item 2 below. The contract is proposed to commence in Q4 2012 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

This Scope of Services covers the provision of Coating of Line pipe and Bends associated with APD(N)L’s onshore and offshore operations. It is envisioned that more than one contract will be will be awarded for this work.

 

As a minimum requirement, the selected Contractor shall have the necessary facilities, experience and capability and shall be fully responsible for conducting the following work:

  • Pipe and bends will range in size from 4″ to 18″
  • External corrosion protection of the pipeline sections and bends shall be provided by a three-layer polyethylene coating system.
  • A high density layer of concrete shall be added on top of the polyethylene coating where required.
  • Coating contractor shall install free issued sacrificial anodes on specified sections.
  • Installation of anodes shall include fastening of anodes to pipe prior to making up electrical connection of anodes to pipe. Each complete weld shall be tested for electrical continuity and mechanical strength before re-coating.
  • The contractor is responsible for offloading all free-issued material from the trucks, and will provide all craneage, forklifts and any lifting equipment required to do so. The contractor is also responsible for stockpiling free-issued materials prior to coating.
  • He contractor shall provide storage free of charge for a period of sixty days after coating.

 

To qualify, the Contractor should have a track record of providing such services, and possess sufficient plant, equipment and personnel to conduct such work.

 

3.         Tender Mandatory Requirements:

To be eligible for this tender exercise, interested Contractors are required to be pre- qualified in Product Group 30113 Material Technology / Anti-Corrosion / Surface Protection Services contracting category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

 

3.1.1.  To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at 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’.

 

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

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

3.2.     In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4.         Nigerian Content Requirements

Each Contractor will be required 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 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 C02 and C07
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of its 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 offices and workshop.
  • 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).
  • Provide detailed description of the location of in-country facilities (Pipe coating plant, 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 evidence of Nigerian Content Equipment Certificate (NCEC).

 

Closing Date

5.1.      This tender opportunity shall remain open in the NipeX System for fifteen (15) working days and shall on close 7th August, 2012.

5.2.      Only Tenderers who are registered with NJQS under this Product/category as at the advert closing time/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.

 

To enable interested pre-qualified Contractors to use the NipeX System to progress this tender exercise, they should access the NipeX System and include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes.

 

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 claim 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 toSubmit 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 reserves the right to reject the submission(s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to APD(N)L.
  • 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.

Provision of National Corporate VSAT Services at Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

Operator of the NNPC/Shell/TEpn/ Agip Joint Venture

 

Provision of National Corporate VSAT Services in SPDC

 

Tender Ref:  NG01011904

 

Introduction

The Shell Petroleum Development Company of Nigeria Limited (SPDC) in its role as operator of the NN PC/SHELL/ TEPN/AGIP Joint Venture, on behalf of the Joint Venture, hereby invites reputable EPC companies (DPR registered and licensed) with proven experience in Telecommunication Support/Installation and/or Telecommunication Equipment and Systems for the Provision of National Corporate VSAT Services in SPDC.

 

Scope of Work

The scope of work for the proposed contract shall include but not be limited to;

  • The provision on lease of one C-Band based VSAT central hub in Port Harcourt and an optional additional C-band VSAT hub in Lagos
  • The provision on lease of Ku-Band based VSAT central hub in Port Harcourt and an optional additional Ku-band VSAT hub in Lagos
  • The provision on lease of approximately 25 remote VSAT installations of various capacities per VSAT technology.
  • Provision of maintenance for Shell-owned VSAT installations
  • The supply on lease of required bandwidth (C-band and Ku-Band)
  • The supply of required bandwidth for Shell-owned VSAT installations.
  • The supply of VSAT terminals as may be required.
  • The optional VSAT supply of service to two deep drilling stabilized offshore platforms
  • The provision of structural office cabling for data, voice and video in the locations VSAT links are installed as may be required.

 

Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Telecommunication Installation/Support Services (3.11.20) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Tender (ITT).
  • 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
  • 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.
  • 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 tenderers shall be required to comply with the Nigerian Content requirements in the NipeX system.

 

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.
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary.
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms Co2
  • 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 in Nigeria and those 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 centres in Nigeria with physical addresses (not P.O. Box).
  • Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities).
  • 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 the company is involved in.

 

Closing Date

Only tenderers who are registered with NJQS Product/Category Telecommunication Installation/ Support Services (3.11.20) as at 1st August, 2012   being the advert close date shall be invited to submit Technical Bids.

 

Additional Information

  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SPDC 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 SPDC and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • SPDC will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.
  • Also note that this contract will be progressed through NipeX system.

 

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

This advertisement of “Invitation to tender” shall not be construed to be a commitment on the part of NNPC/SPDC to award any form of contract to any company and/or associated companies , subcontractors  or  agents; nor shall it entitle any company submitting documents to claim any indemnity from NNPC/SPDC and/or any of its partners.

Invitation to Pre-Qualify for the Execution of 2012 Capital Projects for INEC Staff Clinic at Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation to Pre-Qualify for the Execution of 2012 Capital Projects for INEC Staff Clinic

 

1.         Introduction

The Independent National Electoral Commission (INEC), in pursuance of its statutory mandate intends to install Laboratory Equipment for its clinics. To this end the Commission invites interested, registered and reputable Nigerian companies/contractors with relevant experience and good track records to pre-qualify for the supply and installation of the under listed projects:

 

S/No Description of Supply
a. Supply and installation of Laboratory equipment at Area 10, Garki Staff Clinic

 

b. Supply and Installation of medical Equipment for Garki and Kubwa

Staff Clinics

 

c. Supply and Installation of Dental Equipment

 

d. Supply and Installation of Eye Clinic Equipment

 

 

2.         Pre-Qualification Requirements:

Interested companies/contractors are required to submit the following documents.

i)          Evidence of registration with Corporate Affairs Commission (CAC);

ii)         Evidence of Technical capacity (equipment)

iii)        Last three (3) years Audited accounts of the Company (2009 2010 and 2011)

iv)        Detailed information on technical personnel and experience of key staff of the company

v)         Financial capability and banking support, including annual turn-over

vi)        Last three (3) year Tax Clearance certificate (2009, 2010 and 2011)

vii)       Evidence of experience with similar jobs executed in the last three (3) years (letters of awards and completion certificates)

viii)      Submission of PENCOM’s certificate of Compliance, confirming Company’s fulfillment of its statutory obligations to the employees, with respect to Pensions.

ix)        Evidence of VAT Registration and past remittances

x)         Telephone (GSM) number(s) of the contractor/company’s representative(s);

 

3.         General Information

i)          Details of the Equipment could also be obtained from Health Services Department of INEC headquarters’ Clinic, Area 10, Garki, Abuja during the period of the advert,

ii)         For clarifications and/or additional information, you may contact “the Health Services Department” INEC Headquarters Clinic, Area 10, Garki, Abuja, between the hours of 10.00 am and 4.00 pm. Monday to Friday during the period of the advert;

iii)        The closing date for submissions of the pre-qualification documents is Tuesday, 14th August, 2012 at 12.00 pm;

iv)        The pre-qualification documents submitted on or before the closing date and time shall be opened at the Commission’s Premises on the same Tuesday, 14th August, 2012 at 2.00p.m;

v)         Only successful Contractors from the pre-qualification exercise will be contacted and invited for the financial bid.

 

4.       Submission of Pre-Qualification Documents

All submissions must be delivered in one (1) no. neatly bound hard copy in a sealed envelope clearly marked: PRE-QUALIFICATION DOCUMENTS FOR THE (indicate the item at the Top Right hand Corner of the envelop) and addressed to:

 

THE SECRETARY OF THE COMMISSION,

 INDEPENDENT NATIONAL ELECTORAL COMMISSION,

PLOT 436 ZAMBEZI CRESCENT,

MAITAMA DISTRICT

P.M.B. 0184 GARKI,
ABUJA.

 

ABDULLAHI A. KAUGAMA

Secretary to the Commission