Tender Opportunity for OML 130: Egina Field Development EGI/C236 Provision of 3d Nodes Seismic Acquisition at Total Upstream Nigeria Limited (TUPNI)

Total E&P Nigeria Limited

(Operator of the OML 130 asset)

Tender Opportunity for OML 130: Egina Field Development EGI/C236 Provision of 3d Nodes Seismic Acquisition

 

 

1.  Introduction

Total Upstream Nigeria Limited (TUPNI), operator of the OML 130, requires the services of a suitably qualified and experienced company to provide requisite expertise, experienced, internationally skilled manpower and technology to apply to be considered for inclusion in the bidders list for subject tender. The contract that will result from this tender will be for the EGINA 3D NODES Seismic Acquisition covering an area of approximately 170 km2 on OML 130 Deep Offshore Nigeria in water depth ranging from 1400 m to 1700 m.

 

 

2.       Brief description of minimum work scope and specifications

Successful contractor shall provide specialist 3D Nodes seismic survey (baseline for future 4D survey) in free waters associated with the Egina Field Development Project.

 

The acquisition parameters are:

  • Hexagonal Nodes Grid – Split Spread – Roll-on Roll-off method; Nodes surface area of 170 km2; shot surface area of 321 km2 and maximum crossline offset of 5000 m.
  • OBN Nodes grid of 300m  x 346m; 32 Nodes per line; 34 lines per swath
  • Shot grid of 37.5 m x 37.5 m or 30 m x 30 m.
  • Dual source flip-flop; source volume/pressure of at least 4000 cu. in. / 2000 psi; record length of 7 s; bin size of 18.75m x 18.75m or 15mx15m.

 

Tenderer shall provide and operate:

  • Modern nodes and source vessels with 2 ROVs
  • on-board processing solution and experience
  • a detailed description of contractors laying out procedures and experience.

 

3.          Mandatory Requirements

  • 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 (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 the product/ service category and you are registered with the Department of Petroleum Resources (DPR) to carry out business in the Nigerian Oil & Gas Industry, contact the NipeX administration 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 tendering for this opportunity.

 

 

4-   Nigerian Content

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.

 

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 or submit a credible and verifiable plan towards setting-up. International and multinational companies would be required to demonstrate that 50% ownership of the equipment deployed to the work are owned by their Nigerian subsidiaries.

 

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 by Nigerian nationals with evidence of type of employment in-country and identifying the positions manned/occupied by other nationals.

 

 

Submit for the contract, what percentage of the skilled manpower and labour including key personnel that will be positions for Nigerian nationals and the percentage that will be positions for other nationals in order to maximize the utilization of Nigerian resources on the contract in line with Government Policy. Identify the positions that would be occupied by Nigerian nationals and the positions to be occupied by other nationals (include as a table the list of all skilled positions & key personnel and identify their manning nationality).

 

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.

 

Bidders will be required to demonstrate and submit the above as part of their Technical Tender.

 

5.   Closing Date

Only Tenderers who are registered in NJQS Product/category (3.10.01 2D/3D/4D Seismic Data Acquisition Services), as at 6:00pm on July 26th, 2012, being the advert close date, shall be invited to submit Technical tenders.

 

6.   Additional information

  • Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS.
  • This advertisement shall neither be construed as any form of commitment on the part of TUPNI to award any contract to any company and/or associated companies, sub-contractors or agents, nor shall it entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from TUPNI and or any of its Partners by virtue of such companies having been pre-qualified in NJQS.
  • All cost incurred in registering and pre-qualifying for this and other product/service categories in NJQS shall be borne solely by the suppliers.
  • Optional scope to cover Other Deepwater Fields with 3D NODES Seismic Acquisition covering an area of approximately 396 km2 with Shot area 700 km2 as detailed in item 2 above.

 

 

Management

TUPNI / Egina Manager

Total Upstream Nigeria Limited

KNORR Compound, Plot 296 OZUMBA MBADIWE Street, Victoria Island, Lagos, Nigeria

 

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

Invitation to Tender at National Film and Video Censors Board

National Film and Video Censors Board

Invitation to Tender

 

Introduction

The National Film and Video Censors Board an agency of the Federal Ministry of Information saddled with the responsibility of regulating the film and video industry in Nigeria, in pursuant of execution of its 2012 capital budget, hereby invites interested, reputable, competent consultants, firms and companies to participate in this year’s capital budget implementation:

 

Consultancy

1.       NFVCB/CP/2021/001- National Digital Nollywood Project

 

a.       Lot 1: Consultancy service for Comprehensive information and communication       technology infrastructure audit and gap analysis.

 

2.       NFVCB/CP/2021/002- Nigeria in the Movies Project

 

a.       Lot 2A:  Consultancy service for National Media Campaign. Design and execution of media campaign programme for Nigeria in the Movies

b.       Lot 2B: Film and Video industry mapping for efficient service deliver Supply

 

3.       NFVCB/CP/2021/003- Video Labeling Project

 

a.       Lot 3: Supplies of 2 nos kia cerato

 

 

4.       NFVCB/CP/2021/004- Classification Tags

 

a.       Lot 4.  Design and printing of classification tags

 

 

Eligibility for Expression of Interest

Interested and competent companies, firms and consultants who wish to participate are required to submit the following under listed documents in envelop marked “Technical”:

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

2.       Evidence of tax clearance certificate for 2009, 2010 and 2011.

3.       Vat certificate and evidence of remittance to FIRS

4.       Audited account for 2009, 2010 and 2011

5.       Evidence of Pension registration and remittance

6.       Evidence of previous work in similar capacity (attach letter of award and completion certificates)

7.       Company’s profile with list of staff, including curriculum vitae, competence, qualification, not less than three

8.       Sworn affidavit that the information provided is true and that none of the directors is an ex-convict

9.       Evidence that the firm is not bankrupt supported by bank Reference letter

10.     Evidence of payment of appropriate non refundable tender fees

11.     Evidence of annual return to Corporate Affairs Commission 2009, 2010, and 2011

12.     Any information or document that will place the company on a comparative advantage of others

 

 

Collection of Tender Documents:

Tender Document containing details of scope of work for the consultancy service and specifications for the supplies are to be collected from the office of the Secretary. Procurement and Planning Unit on presentation of evidence of payment of non-refundable tender fees of N25, 000.00 only (by bank draft payable to National Film and Video Censors Board.

 

Submission of Expression of Interest:

Submissions in an envelope CLEARLY indicating LOT name and number, Tenderers name and address and marked “Technical Bid” should be submitted to:

 

The Secretary

Procurement & Planning Unit

National Film & Video Censors Board

No 20, Alexandria Crescent, Wuse II, Abuja.

 

Closing Date for Submission

Submission of eligibility expression of interest will be on or before 20th July, 2012.

 

Please note:

 

1.       Financial bid should NOT be submitted with the submission for eligibility otherwise called technical bid,

2.       Only companies that are eligible will be invited to submit financial bid for consideration

3.       All companies, consultant and firm that qualifies for submission of financial bids will be notified through me Procurement Notice Board situated in the premises of the Board on July 24th, 2012 for financial bid submission, and opening of financial bid for Supplies will take place on 26th July, 2012 while the Consultant will be selected based on the BPE’s selection of consultant (complex Lump- Sum)

4.       All submissions should be by hand. Courier delivery will not be considered

5.       Late submission will not be considered

6.       NFVCB is under no obligation whatsoever to select contractors from submissions received if none meets the above eligibility requirement

7.       Failure to comply with the above stated, instruction would automatically disqualify the Tenderer.

8.       This advert shall not be construed as a commitment on the part of NFVCB nor shall it entitle responding companies to seek indemnity from NFVCB by virtue of such companies having responded to the advertisement

9.       The decision of NFVCB procurement and planning committee shall be final

10.     Please visit NFVCB Procurement Notice Board for further information

 

Signed:

Director General,

National Film and Video Censors Board

Plot 20, Alexandria Crescent, Wuse 11,

Abuja

 

Invitation for Pre-Qualification for the Execution of 2012 Capital and Recurrent Projects at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation for Pre-Qualification for the Execution of 2012 Capital and Recurrent Projects

 

1.       Preamble

The Independent National Electoral Commission (INEC) in pursuance of its statutory role invites reputable Companies to indicate interest to pre-qualify for the following projects:

 

i.        Printing of Electoral Forms; Envelopes and Posters.

ii.       Supply of Electoral Stationary; Biros, markers, Liquid Gum

iii.      Production of various Materials for Election: Vest, Rubber Stamps, Mini Briefcase

 

2.       Pre-Qualification Requirements

Prospective Contractors are required to submit the following documents:

i.        Evidence of Registration with Corporate Affairs Commission (CAC);

ii.       Audited Accounts of the Company for the last three (3) years (2009 -2011);

iii.      Tax Clearance for the last three (3) years (2009 – 2011);

iv.      Evidence of Financial capability and banking support;

v.       A detailed Company Profile showing list of professional staff and their experience;

vi.      Evidence of similar projects executed & knowledge of the industry;

vii.     Equipment & Technical capability;

viii.    Evidence of Annual Turnover;

ix.      Evidence of VAT Reg. & past VAT Remittances;

x.       Submission of PENCOM’s Certificate of Compliance, confirming Company’s fulfillment of its statutory obligations to the Employee, with respect to Pensions;

xi.      Telephone (gsm) number(s) of the Contractor/Company’s representatives(s).

 

3.       General Information

(a)     This “Notice of Intent” is not an invitation to bid. Full bidding procedure as contained in the bid documents shall be provided only to successful pre-qualified applicants deemed suitable by the Commission at a prescribed fee.

 

(b)     The closing date for submissions of the pre-qualification documents shall be on Monday, 6th August, 2012 at 10.00 am, while opening of the prequalification documents will be on Monday 6th August, 2012 at 12pm.

 

(c)      Only successful Companies from the pre-qualification exercise will be invited for bidding.

 

Submissions

All submissions should be delivered in One (1) no. neatly bound copy of sealed envelope clearly marked: “PRE-QUALIFICATION FOR PRINTING OF ELECTORAL FORMS; ENVELOPES AND POSTER; SUPPLY OF ELECTORAL STATIONARY; OR PRODUCTION OF VARIOUS MATERIALS FOR ELECTION” as applicable and delivered to the:

 

Secretary,

Independent National Electoral Commission,

Plot 436 Zambezi Crescent, Maitama-Abuja.

 

Abdullahi A. Kaugama

Secretary of the Commission

 

Invitation for Pre- Qualification and Tender for 2012 Capital Projects at Federal Polytechnic Nekede, Owerri

Federal Polytechnic Nekede, Owerri

P.M.B 1036, Owerri, Imo State

 

Invitation for Pre- Qualification and Tender for 2012 Capital Projects

 

Preamble

The Federal Polytechnic Nekede, Owerri wishes to procure specialized equipment for various departments in the institution, from its 2012 capital appropriation.

 

 

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

 

Project Description

(a)     Procurement of Equipment for Mechanical Engineering Department

(b)     Procurement of Equipment for Hotel and Catering Management Department

(c)      Procurement of Equipment for Electrical/Electronics Engineering Department

 

 

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).

(I)      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

 

Invitation for Prequa1ification for 2012 Capital Projects at University of Jos

University of Jos

(Office of the Registrar)

PMB 2084

Jos, Plateau State

 

Invitation for Prequa1ification for 2012 Capital Projects

 

 

The University of Jos intends to execute the under-listed projects:

Project 1 –   Completion of the construction of Faculty of Education Block 19

Project 2 –          Completion of Furnishing and Gas piping of Laboratory to the

Faculty of Education Block 9

Project 3-    Completion of the construction of Lecture Theater Units B1 and C1

Project 4 –   Construction of Perimeter Fence Wall

Project 5 –  furnishing of Lecture Theater Units Bl and Cl

Projects 6 – General Road Rehabilitation at Bauchi Road Senior Staff Quarters Rd 12

Project 7 –  Procurement and installation of Teaching and Research Equipments

 

Mandatory Requirements

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

2.       Company’s tax clearance certificate for the preceding three years i.e 2009-2011

3.       Company’s Audited Accounts for the last three (3) years including annual turnover,

4.       Evidence of payment of ITF employer’s contribution.

 

Other Requirements

(i)                Evidence of financial capability to execute the project, Bank reference and a commitment to provide facility for the executive of the contract if won.

(ii)             List of similar verifiable and successfully completed or on-going projects. Enclose copies of letters of award, interim payment certificates and practical completion certificates in the last (5) years (i.e. 2007 to date only).

(iii)           List of key managerial, technical and administrative staff of company. This should include names, qualifications, curriculum vitae and copies of certificates and professional certificates of registration.

(iv)           Having fulfilled its entire obligation to pay taxes, Company income tax, Education Tax, Pensions and Social Security Contributions as contained in Section 16 Subsection 6 (d) of the Public Procurement Act 2007.

(v)             List of equipment owned or to be leased by the company for the execution of the project showing evidence of ownership.

(vi)           VAT registration with evidence of remittances in the last three (3) years,

(vii)        A sworn affidavit indicating that all documents submitted are genuine, verifiable and that, no officer of the University has a pecuniary interest or is a former, present director or shareholder in the Company.

(viii)      Evidence of community social responsibility (if any). Please come along with original copies of Documents for sighting on the day of opening of pre-qualification documents. All claims are subject to verification. Please note that any false claims shall be ground for disqualification.

 

 

Collection of Pre-Qualification Documents

The pre- qualification documents is to be collected in the office of the Director, Directorate of Physical Facilities, University of Jos, Naraguta Campus (Permanent Site) on payment in the Bursary Department of a non-refundable processing fee of thirty five thousand naira (35,000.00) only.

 

 

Submission of Pre-Qualification Documents

The pre-qualification documents shall be spiral bound, packaged in an envelope and clearly marked pre-qualification for project” project No. Lot No. at the top left hand corner of the envelope.

 

 

The name, address of the company and telephone number should also be clearly written on the reserved side of the envelope.

 

All documents are to be addressed to the Registrar, University of Jos and submitted in the Tender box provided in Room 94 of the Registrar’s office, Administrative Building, University of Jos, Bauchi Road Campus, not later than 10.00am on Thursday, July 19, 2012.

 

 

Opening of Pre-Qualification Documents

The pre-qualification documents will be opened on Thursday, July 19, 2012 at 10.00am in the Senate Chambers, University of Jos, Bauchi Road Campus. Contractors are to attend the meeting for the opening of the pre-qualification documents. The list of successful pre-qualified companies will be displayed on the University notice-boards at the Administrative Building and Directorate of Physical Facilities. Only pre-qualified contractors shall be invited to tender for the projects accordingly.

 

 

Please Note:

(i)                A submission of the pre-qualification documents to the University of Jos is neither a commitment nor an obligation to award contract to any contractor or his or her agent.

(ii)             All claims are subject to verification. Please take note that any false claim shall be a ground for disqualification,

(iii)           The University of Jos reserves the right to reject any or all documents submitted at any time prior to tendering or acceptance.

(iv)           The University of Jos reserves the right to cancel procurement proceedings at any stage in the public interest without incurring any liability to any firm,

 

Signed:

Jilli – Dandam D Esq.

Registrar