Tender Opportunity: Provision of Catering Services (Lagos and Warri Offices) at Pan Ocean Oil Corporation

Pan Ocean Oil Corporation

(Operator of the Pan Ocean/NNPC Joint Venture)

 

Tender Opportunity: Provision of Catering Services at Lagos and Warri Offices

 

1.       Introduction

Pan Ocean Oil Corporation Nigeria, Operator of NNPC/Pan Ocean Joint Venture in OML-98, located onshore in Edo and Delta states, requires the services of competent and qualified caterers for the provision of Catering Services. The proposed contract will cover a period of two (2) years with option to extend by one (1) year.

 

2.       Scope of Work

The contractors shall be required to provide and serve lunch each day from Monday to Friday in the company’s canteen located at:

 

1.       Lagos – Victoria Island Office

2.       Warri – Ogunu Office

 

3.       Mandatory Requirements

A.      To be eligible for this tender exercise, interested bidders are required to be prequalified in the Catering Services 3.99.03 category in the Nipex Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this NJQS category by the advert close date will receive Invitation to Technical Tender (ITT) for this service

 

B.      To determine if you are prequalified view the product/service category you are listed for: visit 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

 

C.      If you are not listed in this product/service category and 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 necessary update

 

D.      To initiate the JQS pre-qualification process, access www.nipexng.com to download an application form, make necessary payments, and contact the NipeX office for further action

 

E.      To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system

 

Nigerian Content Development Strategy

In consonance with Nigerian Oil & Gas Industry Content Development Act, Pan Ocean Corporation Nigeria is committed to providing opportunities for indigenous Nigerian capacity development and utilization. In pursuant of the aforementioned, the prospective bidders must therefore, comply with the following criteria:

 

  • Demonstrate that the entity is a wholly owned Nigerian company, or in genuine partnership with foreign companies, and that the company is not a commissioned agent.

 

  • Provide a verifiable local involvement plan through employment and sub-contracting plan for Nigerians.

 

  • Submit an organizational structure to substantiate the information and address of location.

 

  • Provide information of in-country facilities.

 

  • Explain further innovative proposals that would enhance and sustain Nigerian Content on this project.

 

  • Provide what other information, innovation or plans you have that will increase Nigerian content development in the contract.

 

  • The successful contractor will be adjudged on its commitment to comply with the Nigerian Local Content requirements within optimal and practical use of Nigerian resources on the project.

 

  • Submit details of the source of food produce, livestocks & and perishable raw materials.

 

  • Provide evidence that the organization is a registered member of the Nigerian hotel and catering institute or similarly affiliated hospitality professional registration body in Nigeria.

 

  • Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, catering outlet, food storage facilities, farms, food processing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up.

 

  • Submit details of the organization’s relationship with farms, local suppliers and service providers (e.g. in the management of the logsitic, source of food produce, personnel).

 

4.   Close Date:

Only Tenderers who are registered with NJQS Product/Category as on 28th June, 2012, being the advert close date shall be invited to submit Technical Bids.

 

5    Additional Information:

A.      Interested contractors must be prequalified for this product/service category in NJQS

 

B.      Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS

 

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

 

D.      This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Pan Ocean and/or its partners by virtue of such companies having been prequalified in NJQS

 

E.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers

 

F.      Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database

 

G.      Pan Ocean shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

 

Please visit the NipeX Portal at www.nipexng.com  for this Advert and other information

Invitation for Pre-qualification to Tender for the Execution of 2012 Capital Projects at Agricultural Research Council of Nigeria

Agricultural Research Council of Nigeria

Agricultural Research House

Plot 223D, Cadastral Zone B6, Mabushi-Abuja

 

Invitation for Pre-qualification to Tender for the Execution of 2012 Capital Projects

In compliance with the requirements of the public procurement Act 2007, the Agricultural Research Council of Nigeria wishes to pre-qualify suitable contractors/consultants for the year 2012 capital projects.

 

Scope

A.      Consultancy (Academic Research and Consultancy)

i.        Competitive Grant for Research and Development of Value Chain.

ii.       Upgrade of Research Infrastructure and Facilities.

 

B.      Works

i.        Renovation of ARCN Headquarters, Agric Research House Phase I, Mabushi-Abuja.

ii.       Completion of Agricultural Research House Phase II.

 

C.      Supply

i.        Supply of Office Furnishings at the ARCN Headquarters Agric Research House Phase I, Mabushi-Abuja.

 

Requirements:

i.        Vail certificate of registration of incorporation issued by the Corporate Affairs Commission (CAC).

ii.       Individual Scientist/Researchers are also eligible to apply for Research Consultancy in line with Section 51 of the PPA 2007.

iii.      All consultants for category A must submit concept note.

iv.      Interested companies should have up to date returns with the CAC and be informed that due diligence could be conducted.

v.       Tax clearance certificate for three years valid up to December, 2012.

vi.      Value Added Tax registration certificate.

vii.     Tax Identification Number from Inland Revenue service.

viii.    Evidence of compliance with the Pension Reform Act.

ix.      Letter of reference from bankers.

x.       Verifiable evidence of audited accounts for the past three (3) years.

xi.      Verifiable evidence of execution of similar projects successfully completed.

xii.     List of verifiable documentary evidences of similar jobs successfully executed within the last three years (complete with award letters, completion certificates)

xiii.    Sworn Affidavit in line with the provisions of part iv section 16, subsection 6 (e & f) of the Public procurement Act 2007.

xiv.    Letter of authority to the Agricultural Research Council of Nigeria to cross-check the company’s account.

 

Submission of Documents:

All sealed prequalification documents should be submitted in hard and soft copy clearly marked pre-qualification to tender, and stating Job Category, addressed to the Executive Secretary Agricultural Research Council of Nigeria Plot 223D, Cadastral Zone B6, Mabushi Abuja. Pre-qualification submission will be closed on 21st June 2012 by 12:00 noon. Opening will be on same day.

 

Disclaimer:

No part of this publication should be misconstrued as having entered into any form of contract agreement with the Agricultural Research Council of Nigeria. Only pre-qualified candidates will be invited for financial Bid

 

Signed

Executive Secretary

Appointment of Agencies for Recruitment of Mobile Money Merchants at MTN Nigeria

Appointment of Agencies for Recruitment of Mobile Money Merchants

 MTN Nigeria in partnership with licensed Mobile Money Operators/Banks is offering Mobile Money services to the public as part of efforts to support the CBN’s goal of promoting cashless financial transactions in Nigeria. We are seeking agencies who will recruit merchants that will use Mobile Money as means of receiving payment for goods and services across Nigeria.

 

We therefore invite interested companies to submit applications to become merchant recruitment agencies for Mobile Money merchants. The selected agencies will be responsible for recruiting and on boarding of merchants in the selected areas of application.

 

Pre-qualifying Requirements

Must be a Limited Company and have the following:

  • Certificate of Incorporation
  • Copies of Memorandum and Articles of Association
  • Demonstrate the ability to recruit and onboard merchants.
  • Show proof of past experience of market activation drives.

 

Areas of Application

Applicants are expected to clearly state their proposed area of coverage in the following format:

(e.g. North East).

 

The coverage areas are as follows:

  • South South
  • South East
  • North East
  • North West
  • North Central
  • South West
  • Lagos

 

Please note that you are also expected to show concrete plans with timelines and resources on how you will carry out merchant recruitment in chosen regions.

 

Next Steps

Visit http://www.mtnonline.com/mobilemoney/merchantagencyform.pdf to download and print out the application form.

 

Complete the Application form, scan and email the completed application form together with supporting documents to MobileMoneyagency@mtnnigeria.net  on or before 15th June 2012 by 6.00pm.

 

In the subject title of your email, please include the choice of region for which you intend to apply.

 

Please understand that ONLY successful applicants will be contacted.

 

Provision of 10k /2000 HP Drilling and Workover Rig Services for Land, Swamp and Shallow Draft Offshore Operations at the Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

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

 

Tender Opportunity: Provision of 10k/2000 HP Drilling and Work-over Rig Services for Land, Swamp and Shallow Draft Offshore Operations

 

Tender Reference no:

NG01012167- Provision of Two (2ea) 10K/2000HP Land Drilling and Work-over rigs

 

NG01013256- Provision of Three (3ea) 10K/2000HP Swamp Drilling and Workover rigs

 

NG01013257- Provision of Two (2ea) 10K/2000HP Shallow Draft Offshore Jack-up Drilling and Workover rigs

 

1.0     Introduction:

Shell Petroleum Development Company (SPDC) hereby announces to interested and pre-qualified companies on upcoming tendering opportunity for the provision of 10k /2000 HP Drilling and Workover Rig Services for Land, Swamp and Shallow Draft Offshore Operations for SPDC. The proposed contracts will commence in Q4 2012 and remain active for a duration of two years with an extension option duration of one year. Please visit the Nigerian Petroleum  Exchange Partol www.nipex.com.ng  for further details.

 

2.0     Scope of Work

The scope of work comprises the provision of drilling and workover rig services nomely, Land Drilling and Workover rigs Services, Swamp Drilling and Workover rigs Services and Shallow Draft Offshore Jack-up Drilling and Workover rigs Services under three different tenders.

 

Tender# 1-NG01012167:        Provision of 10k/2000 HP Drilling and Workover Rig Services for land Operations

Expected start window. Q4/2012

 

The scope of work for tender # 1 comprises the provision of tw0 (2) units of 10K/2000 HP land drilling and workover rigs, support service for drilling & completion operations and well testing. The minimum technical requirements and specifications for the rig is as follows:

 

  • Two 10k 2000HP land drilling/workover rigs
  • Depth rating of 20,000 ft with 5-1/2” drill pipe
  • Drawworks capacity (maximum input power) of 2000 hp (1500 KW)
  • Three mud pumps of 16oo hp each
  • Hookload capacity of 1,300,000 lbs
  • Accommodation for a minimum of 120 people
  • A top drive system (TDS) with the following ratings capacity; 500T, 500ps, WP, minimum continuous output torque of 40,000 ft lbs and preferably AC driven
  • Well control equipment rated to 10,000psi working pressure
  • Rotary soft torque system
  • Auto cotwalk
  • Rotary mouse hole
  • WITS data from rig instrumentation
  • Sewage treatment system (red fox. Capacity 150 people)

 

Tender# 2-NG01013256: Provision of 10k/2000 HP Drilling and Work over Rig Services for Swamp Operations

Expected start window: Q4/2012

The scope of work for tender #2 comprises of the provision of three units of 10k /2000 hp swamp drilling and workover rigs, support services for drilling & completion operations and well testing. The minimum technical requirements and specifications for the rig is as follows:

 

  • Rig(s) must be barge type with approximate dimensions (L=220 (+ /-5) ft and W= 70 (+ /-5) ft  rating of 20,000 ft with 5-1/2” drill pipe
  • Depth rating of 20,000 ft with 5-1/2” drill pipe
  • Drawworks capacity (maximum input power) of 2000 hp (1500 KW)
  • Three mud pumps of 1600 hp each
  • Hookload capacity of 1,300,000 lbs
  • Accommodation for a minimum of 120 people
  • Transil draft of 9ft
  • Min/max operating water depth of 10ft /25ft
  • A top drive system (TDS) with the following ratings capacity; 500T, 500psi WP, minimum continuous output torque of 40,000 ft lbs and preferably AC driven
  • Well control equipment rated to 10,000psi working pressure
  • Rotary soft torque system
  • Auto colwalk
  • Rotary mouse hole
  • WITS data from rig instrumentation
  • Sewage treatment system (Red Fax- Capacity 150 people)

 

Tender# 3-NG01013257: Provision of 10k/2000 HP Drilling and Work over Rig Services for Shallow Draft Offshore Operations

Expected start window: Q1/2013

The scope of work for Tender #3 comprises the provision of two 10k /2000 hp shallow draft offshore lock up drilling and workover rigs, support services for drilling & completion operations and well testing. The minimum technical requirements and specifications for the rig shall be as follows:

 

  • Rig hull dimension of Length “220(+/-5)ft and Width” 200 (+ /-5)ft, Leg 250ft
  • Depth rating of 20,000 ft with 5-1/2” Drill Pipe
  • Drawworks capacity (maximum input power) of 2000 HP (1500 KW)
  • Three mud pumps of 1600 hp each
  • Hookload capacity of 1,300,000 lbs
  • Accommodation for a minimum of 120 people
  • Transil draft of 9ft
  • Min/max operating water depth of 10ft /150ft
  • A top drive system (TDS) with the following ratings capacity, 500T, 500psi WP, minimum continuous output torque of 40,000 ft- lbs and preferably AC driven
  • Well control equipment rated to 10,000psi working pressure
  • Rotary soft torque system
  • Auto colwalk
  • Rotary mouse hole
  • WITS data from rig instrumentation
  • Sewage treatment system (Red Fox- Capacity 150 people)

 

General Specifications, Standards and Requirements (Applicable to all three Tenders)

  • Equipped, managed and operated to SPDC/DPR standards for Health, Safety and Environment, Equipment, for total waste containment to skip and ship drilled cuttings
  • Rig must be capable of handling and total containment of pseudo oil base mud i.e. zero spill facility.
  • Compliance with DPR 1997 zero discharge for hazardous waste as per environmental guidelines and standards and ISO 14001 standards
  • Rig must be CFC-free compliant (CFC and Halons are not acceptable; recommended refrigerants are R134a, R407A and R407C)
  • Contractor must be registered with IADC
  • Rigs older than 10 years must have proof of having undergone recent life enhancement upgrades
  • Critical rig equipment such as the well control equipment, top drive system, mud pumps, drowworks, SCR Units, generators shall be fully OEM compliant with valid certification
  • All key personnel shall be in possession of valid well control certificates and must be able to communicate in English language

 

3.0     Mandatory Requirements

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Drilling Rigs (Semi subrnersibles/Jackups/Others) (3.04.01) (Product/Services) category I NipeX Joint Qualification System (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 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 the product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkon Aboyomi Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

 

4.       To initiate the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

 

5.       To be  eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.0     Nigerian Content Requirements:

Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and also provide the following 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 companies working through Nigerian Subsidiary must demonstrate that a minimum of 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary 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 and CO7
  • 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 work, provide detailed plan for staff training and development on equipment repairs & maintenance 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 years
  • Location of in-country facilities (storage. Workshops, repair & maintenance facilities and testing facilities)
  • Contractor must be willing and able to provide evidence of maximization of mode in Nigeria goods and services.
  • Provide detail on any other Nigerian Content initiative your company is involved in.

 

5.0     Closing Date:

Only tenderers who are registered with JJQS Product/Category Drilling Rigs (Semisubmersibles /Jackups/Others) (3.04.01) as at June  25th, 2012 being the close date shall be invited to submit Technical Bids.

 

6.       Additional Information:

  • All costs incurred preparing and processing NJQS pre-qualification shall be to the Contractors 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 whosoever, 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 at the pre-qualifying companies and not through individuals or agents.

 

Please visit NipeX portal at www.nipexng.com for this advert and other information. Also note that this contract will be progressed through NipeX system.

Request for Expression of Interest: Consultancy Services for HIV Second Generation Surveillance Survey among truckers their apprentices and sex workers visiting the Port of Apapa (Nigeria), Cotonou (Benin), Lome (Togo), Tema (Ghana) and Abidjan (Cote d’lvoire) at Abidjan-Lagos Corridor Organization (ALCO)

Abidjan-Lagos Corridor Organization (ALCO)

Executive Secretariat

 

Abidjan-Lagos Trade and Transport Facilitation Project (ALTTFP)

Grant N° H549-TG

 

Consultancy services for HIV Second Generation Surveillance Survey among truckers their apprentices and sex workers visiting the Port of Apapa (Nigeria), Cotonou (Benin), Lome (Togo), Tema (Ghana) and Abidjan (Cote d’lvoire)

 

Request for Expression of Interest

N° 01/05/2012/OCAL/SE/UPM/BM

Date: 30 May 2012

IDA GRANT No H549-TG of August 06, 2010

 

1.       The Abidjan-Lagos Corridor Organization (ALCO) has received financing from International Development Association (IDA) of six million dollars for the part VIH/SIDA of the Abidjan-Lagos Trade and Transport Facilitation Project (ALTTFP)

 

2.       ALCO intends to apply a portion of the funds to eligible payments under the contract for which this Request for Proposals is issued: Organizing a HIV Second Generation Surveillance Survey among truckers, their apprentices and sex workers visiting the Port of Apapa (Nigeria), Cotonou (Benin), Lome (Togo), Tema (Ghana) and Abidjan (Cote d’lvoire). More details on the services are provided in the Terms of Reference

 

3.       ALCO Secretariat based in Cotonou. Benin Republic invites eligible and interested firms or group of consultants with a proof of experience in HIV Behavior and Biologic Surveillance Survey, to submit an expression of interest for the required services. Applicants must provide information on their ability to provide such services (brochures, description of similar work, key competencies in their teams, etc.).

 

4.       The Consultants will be short listed in accordance with the procedures  defined in the Guidelines: Selection and Appointment of consultants by the May 2004 World Bank Borrowers.

 

5.       The duration of the mission is two months

 

6.       Potential applicants can obtain additional information from the ALCO website stated below.

 

Deadline for submission of applications is Friday, 20th June 2012 by 9.00 am and the envelop must clearly show “Expression of interest for Consultancy services for the “HIV Second Generation Surveillance Survey among truckers, their apprentices and sex workers visiting the Port of Apapa (Nigeria), Cotonou (Benin), Lome (Togo), Tema (Ghana) and Abidjan (Cote d’lvoire)”.

 

The planned commencement of the mission is January 2013

 

Address:

Executive Secretary of Abidjan-Lagos Corridor Organization

Immeuble Alapini Rue 234 Camp Guezo 02 BP 2302 Cotonou

Tel.: (229) 21 31 35 79/ 21 31 35 91 Fax: (229) 21 31 36 52

Email: knj@corridor-sida.org ; kea@corridor-sida.org ; aaf@corridor-sida.org

Website: www.corridor-sida.org