Tender for the Facelift in NOTAP Head Office and Lagos Zonal Office and Supply of a Project Vehicle (Jeep) at National Office for Technology Acquisition and Promotion (NOTAP)

National Office for Technology Acquisition and Promotion (NOTAP)

No. 4 Blantyre Street, off Adetokunbo Ademola Crescent, Wuse II, Abuja

 

Tender Notice

Tender for the Facelift in NOTAP Head Office and Lagos Zonal Office and Supply of a Project Vehicle (Jeep)

 

Introduction:

The National Office for Technology Acquisition and Promotion (NOTAP) is a Parastatal of the Federal Ministry of Science and Technology established by law and charged with the main responsibility of regulation and monitoring of technology transfer into Nigeria, and building models for commercialization of viable domestic R&D results.

In line with the Public Procurement Act, 2007. Therefore reputable and interested companies are hereby invited to apply for participation in the Tender process for the execution of the facelift, and Supply of a Project Vehicle (Jeep)

 

Project to be Executed

SLOT          A

Facelift in NOTAP Lagos Zonal Office (LZO), No 19 Kingsway Road, Ikoyi, Lagos

The Scope of Work in Lagos Zonal Office includes:

  • Supply and installation of Office furniture and Equipment
  • Tilling and Ceiling
  • Painting
  • Electrical Repairs
  • Plumping

 

Facelift in NOTAP Head Office:

No 4, Blantyre Street

Wuse II, Abuja

 

The scope of work in the Head Office includes.

  • Supply of Office Furniture and Equipment in some Offices/Rooms in Abuja Office Details of work to be executed in Abuja and Lagos will be specified in Tender Documents

 

SLOT B

Supply of one Project Vehicle, (Jeep).

Note: Tenderers should bid for either SLOT A ‘OR’ SLOT B and not both

 

3.0     Tender Requirements:

Interested Contractors would be required to pay a non-refundable Tender fee of N20, 000:00 (twenty thousand naira only) to NOTAP Cash Office. The details of the job would be obtained on payment of the non-refundable fee. The original receipt must be attached to the Tender Document. The application should be accompanied with the following documents:

 

(i)      Article of Incorporation or Registration of Firm

(ii)     Latest Income Tax Clearance Certificate

(iii)   Latest VAT Registration Certificate

(iv)    Receipt of payment of Non-refundable deposit

(v)     Original Letter naming the person authorized to sign on behalf of the Tenderers

(vi)    Evidences of Registration/Compliance with all relevant Acts as prescribed in the Public Procurement Act and relevant Professional organizations such as Industrial Training Fund Amendment Act 2011 etc.

 

Submission of Tender Documents:

The Tender Documents should be neatly enclosed in a sealed envelope marked “Tender for the Facelift in NOTAP Head Office and Lagos Zonal Office or Supply of A Project Vehicle (JEEP)”, and dropped in a Tender box at the address below on or before 20th August, 2012.

 

Office of the Director General

National Office for Technology Acquisition and Promotion (NOTAP)

4. Blantyre Street

Off Adetokunbo Ademola Crescent

Wuse II, Abuja

 

Opening of Tender Documents:

The Tender Documents will be opened on 20th August, 2012, by 1.30 p.m. in Conference Room of NOTAP Head Office, 4 Blantyre Street, Wuse II, Abuja. Bidders or their representatives are invited to be present in the opening session.

 

Signed

Management

Invitation for Pre-Qualification for the Construction of Township Roads at Jigawa State Ministry of Land, Housing, Urban Development and Regional Planning

Jigawa State Government

Ministry of Land, Housing, Urban Development and Regional Planning

Blocks 54 – 59, Old Secretariat, P.M.B. 7018 Dutse

Rep: MLH/OFF/114/V.I/64

 

Invitation for Pre-Qualification for the Construction of Township Roads

 

The Jigawa State Government intends to undertake the construction of township roads in the state and hereby invites for pre-qualification of reputable Civil Engineering Companies for undertaking the following Township Road Projects:

 

i.          Birninkudu

ii.         Gwaram

iii.        Gwiwa

iv.        Karkarna

v.         Kirikasamma

vi.        Taura

 

Scope of Work

The scope of work for the project shall include but not restricted to the following:-

i)          Site Clearance

Road Works and Pavement

ii)         Culverts, Drains (Both sides and reinforced concrete) and Crossing Slabs where applicable.

iii)        Concrete Asphalt Overlay.

iv)        Any other works related to the project as shall be directed

 

Submission of Pre-Qualification Documents

Interested Companies are requested to submit pre-qualification documents including copies of the under listed to the office of the Director Planning, Research & Statistics, Ministry of Land, Housing, Urban Development and Regional Planning, Dutse- Jigawa State on or before 23rd July, 2012 .

 

i)          Certificate of Incorporation with Corporate Affairs Commission

ii)         Evidence of Registration with Jigawa State Works Registration Board.

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

iv)        Evidence of financial capability and Banking support.

v)         Company’s   profile including names of key professional staff and their resume.

vi)        Evidence of availability of updated construction equipment.

vii)       Evidence of relevant   experience   and   good performance in similar projects. viii)          Annual Turnover.

ix)        VAT Registration   certificate   and   evidence   of remittance.

 

Signed:

Muhammad Nasiru Sani

Permanent Secretary

Ministry of Land Housing, Urban Development and Regional Planning

Dutse – Jigawa State

Tender Opportunity: Provision of 4D Seismic Survey- Monitor 2 4D Ofon Ocean Bottom Cable (OBC) Seismic Survey at TOTAL E&P NIGERIA LIMITED (TEPNG)

Total E&P Nigeria Limited

(Operator of the NNPC/TEPNG Joint Venture)

 

Tender Opportunity: Provision of 4D Seismic Survey- Monitor 2 4D Ofon Ocean Bottom Cable (OBC) Seismic Survey

 

Contract Ref. No: 16235839

 

1.    Introduction

TOTAL E&P NIGERIA LIMITED (TEPNG) invites interested and reputable contractors with suitable equipment and relevant experience to tender for a 4D/2C OBC marine seismic data acquisition survey covering an area of approximately 165 km2 on block OML 102 offshore Nigeria in an average water depth ranging between 25 and 70m/MSL.

 

 

2.    Scope of Work

  • Contractor would be required to acquire 4D/2C OBC seismic data over OFON Field on block OML 102 offshore Nigeria as summarised below:
  • The data to be acquired shall cover a total area of about 165 square kilometres full fold.
  • Average water depth is about 35m (MSL) with surface and subsurface structures located in and around the area to be surveyed.
  • A well equipped modern seismic boat that has performed a 3D/2C OBC project in a similar water depth and environment will be required for this data acquisition.
  • The boat must be equipped with efficient airgun source to give the required output, standard and efficient recording equipment and navigation system.
  • Some amount of processing at least up to seismic / navigation merge will be required to be carried out onboard the vessel.
  • The contractor should have a proven successful track record of 4D/2C OBC acquisition and processing.

 

 

Mandatory Requirements

  1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 3.10.01, 2D/ 3D/ 4D Seismic Data Acquisition Services category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).
  2. 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.
  3. 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.
  4. To initiate the JQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action
  5. To eligible, all tenders must comply with the Nigerian content requirements in the NipeX system.

 

 

4.   Nigerian Content

COMPANY is committed to the development of the Nigerian Oil and gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development. As from the commencement of this 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 (The Board).

 

Tenderer shall comply with all the provisions of the Nigerian Content 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 fulfilment of the Nigerian Content Act, in the submission of their Tender. 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

 

 

 

As part of their submissions, Tenderer shall:

i.        Develop a Nigerian Content Plan (NCR), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board.

ii.       Develop  a  Research  &   Development  Plan  which   shall  explain  the methodology of how it intends to promote education, attachments, training, research and development in Nigeria in relation to the contract,

iii.      Develop a Technology Transfer Plan which shall explain the methodology of how it intends to promote the effective transfer of technologies from alliance partners to Nigerian individuals and companies,

iv.      Develop an employment and training plan which shall explain how first considerations shall be given to employment and training of Nigerians in work programme on the contract, hiring and training needs with a breakdown of the skills needed and anticipated skill shortage in the Nigerian labour force including the training and understudy program for succession planning

v.       submit a plan for how you intend to give first consideration to services provided from within Nigeria with a list of work packages, 3rd Party services and subcontracts that should be reserved for Nigerian indigenous contractors and those for Community Contractors including the list of services that will be provided by companies of Nigerian origin.

vi.      Submit a plan for how you intend to give first consideration to raw materials and manufactured & assembled goods of Nigerian origin which shall include a breakdown of all raw materials to be utilized and identifying those that are found locally, finished products and materials that will be procured from Nigerian Manufacturing & assembly plants, finished goods that order can be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported.

vii.     Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and multinationals in alliance with a local company, submit evidence that the local company is an indigenous company and the binding Agreement of the alliance duly signed Agreement by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance.

viii.    Provide 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, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries.

ix.      Provide a project-specific training, man-hour budget, skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past 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

x.       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.

 

Submit Tenderer’s corporate organization’s overall human resources structure (mgt, supervisors, senior & junior skilled officers, etc) identifying positions manned/occupied

 

 

5.    Closing Date

Only tenderers who are registered with NJQS 3.10.01, 2D/ 3D/ 4D Seismic Data Acquisition Services category as at 25th July, 2012 being the advert close date shall be invited to submit Technical Bids.

 

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.
  • Prospective bidders should comply with SECTION 16 of the Public Procurement Act.

 

Please visit Nigeria Petroleum Exchange (Nipex) public opportunity  portal at www.nipexng.com for a copy of this advert and any other required information

 

Invitation for Pre- Qualification and Tender for TETFUND 2012 Special intervention at Federal Polytechnic Nekede, Owerri

 

Federal Polytechnic Nekede, Owerri

P.M.B 1036, Owerri, Imo State

 

Invitation for Pre- Qualification and Tender for TETFUND 2012 Special intervention

 

Preamble

The Federal Polytechnic Nekede, Owerri wishes to procure specialized equipment for various departments in the institution, from its TETFUND 2012 Special intervention

This notice is to invite for pre-qualification, reputable contractors/suppliers for the execution of the projects.

 

 

Project Description

(1)     Procurement of Equipment for Civil Engineering Department

(2)     Procurement of Equipment for Vocational Centre

(3)     Procurement of Equipment for Mass Communication Department

(4)     Procurement of Equipment for Fishery Department

(5)     Procurement of Equipment Agric Engineering Department

(6)     Procurement of Equipment for Physics/Electronic Department (7) Procurement of Equipment for Microbiology /Biochemistry

 

 

Pre-qualification requirements

(a)     Valid Certificate of Registration/Incorporation

(b)     Current Tax Clearance Certificate

(c)      VAT Registration and Evidence of past VAT remittances

(d)     Company Audited Accounts for 3 (three) years

(e)      Evidence of Financial Capacity and banking support

(f)      Evidence of Similar Project executed

(g)     Evidence of Technical Capacity

(h)     Equipment and Technology Capacity

(i)      Annual turnover

(j)      Evidence of timely completion of similar projects executed.

(k)     A Verifiable Affidavit under the public Procurement Act 2007 sworn to at the Federal High Court indicating that the company is not in receivership; non of its Directors have been convicted for fraud; disclosure of any relationship with the Polytechnic personnel (Performa of this can be obtained at the Public Procurement Unit (PPU) of the Polytechnic).

(l)      Evidence of compliance with section 6 (1)-{3) of the Amended ITF Act 2001.

 

 

A copy can be obtained at the Procurement Unit of the Polytechnic

 

Verification of Claims in Pre-Qualification Documents

Please note that the Federal Polytechnic will on its own, verify the claims made in the pre-qualification documents. Pre-qualification analysis will be based on technical/financial capability of the bid and others as required above.

 

Submission of Pre-Qualification Documents

Pre-qualification documents will be submitted with a non-refundable fee of N5,000.00 (Five Thousand Naira) only in bank draft made payable to the Federal Polytechnic Nekede, Owerri. Only pre-qualified companies will proceed to the bidding process.

 

Pre-qualification documents should be enclosed in a sealed envelop addressed to:

The Director

Physical Planning Unit

Federal Polytechnic Nekede

P.M.B1036

Owerri

 

The description of the project should be boldly written at the right hand top corner of the sealed envelop.

 

The document must be submitted not later than 20th July, 2012 by 12 noon

 

Names of successful pre-qualification companies will be published on the Federal Polytechnic, Nekede Notice Board.

 

Tender documents will be issued to pre-qualified companies on payment of non-refundable fee of N50,000.00 (fifty thousand naira) only for each of the lots in bank draft made payable to the Federal Polytechnic Nekede, Owerri.

 

Completed tender documents must be submitted not later than 20th July, 2012

 

Successful pre-qualified companies were published on the Federal Polytechnic, Nekede, Notice Boards. The documents will be publicly opened on that date at 12.noon prompt in the Polytechnic Council Chambers.

 

I.M Aligbe

Registrar

 

Request for Expressions of Interest at Lagos Metropolitan Area Transport Authority (Lamata)

Lagos State Government

Lagos Metropolitan Area Transport Authority (Lamata)

Lagos Urban Transport Project (LUTP)

 

Consultancy Services on the Pre (Phase 1) and Post Implementation (Phase II) Studies for The Establishment of Transport Planning Units in Lagos Island, Kosofe and Ikorodu LGA’s In Lagos State.

Project ID: PI12956

IDA Credit No. 4767-UNI

Date: July 06, 2012

 

 

Request for Expressions Of Interest

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FYIO) that appeared in dg market publication of July 16, 2010.

 

 

The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

 

Consultancy Services on Pre (Phase I) and Post Implementation (Phase II) Studies for The Establishment of Transport Planning Units in Lagos Island, Kosofe and Ikorodu LGA’s in Lagos State.

 

The purpose of this consultancy is to establish functional Transport Planning Units (TPU’s) in the Lagos Island, Kosofe and Ikorodu local government areas in a participatory manner and on a basis that is consistent with LAMATA aims and objectives (to be guide by the Transport Master Plan) while taking into account existing local government boundaries, the local government roads in the three areas, the prevailing and planned land use and the key traffic systems management issues in all the three areas.

 

The Scope of work shall include amongst other:

i)       Establishment of the ‘traffic’ boundaries for all the three areas, Prepare plans, at appropriate scales, illustrating the ‘traffic’, administrative and road network in both areas. The network plans should clearly identify the functional road hierarchy in both areas and their inter- relationships with the wider road network.

ii)      Undertake an audit of existing traffic units, if any, in the local governments situated in both areas. The audit should consider current functions and resources, including personnel, equipment and identify the critical factors that may have adversely affected the effectiveness of these units.

iii)     Undertake an audit of the current traffic management issues, including parking and enforcement, in both areas and identify the critical traffic issues requiring urgent attention.

iv)     Recommend a suitable organisational chart for both units and establish linkages and reporting lines to other units in the relevant local government areas.

 

LAMATA now invites eligible consulting firms to express interest in providing the above services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). For each project performed the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources. Consultants may associate to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties involved.

 

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, May 2010.

 

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday. Please visit www@lamata-ng.com for more information about the project.

 

Expression of interest must be delivered to the address below on or before Friday July 20th 2012 at 5:00pm.

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor. Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01-2702778-82

Fax: 01-2702783

E-mail: advert@lamata-ng.com: dmobereola@lamata-ng.com