Notice to Tender for 2013 Capital Projects at National Orientation Agency, Abuja

National Orientation Agency, Abuja

Block B, Old Federal Secretariat, Garki. Abuja.

Notice to Tender for 2013 Capital Projects

In accordance with the requirements of the Public Procurement Act, 2007, National Orientation Agency Headquarters intends to carry out Procurement of goods and services. Interested bidders/contractors are hereby invited to participate in the tendering process:

A.         Procurement of Goods                                                     

Lot 1:          Supply of Office Furniture and Fittings. (Locally produced Furniture is preferred.)

Lot 2:          Supply of Computers: Desktops and Laptops.

Lot 3:          Supply of Computer Printers.

B.   Procurement of Consultancy Services

Lot 4:          Expression of Interest from experienced and capable Consultants for the construction of Headquarters Office, Abuja. The Consultants/ Consortium shall be responsible for Architectural, Structural and Engineering designs and Preparation of Bill of Quantities.

 

Tender Requirements:

1.       Certified true copy of Certificate of Incorporation.

2.       Certified true copy of Tax Clearance Certificate for the last three (3) years

3.       Evidence of VAT remittance.

4.       Pension compliance Certificate issued by PENCOM.

5.       Evidence of registration and compliance with the amended Industrial Training Fund (ITF) Act.

6.       Sworn Affidavits from High Court stating:

(i)      That none of the Directors of the Company is an ex-convict in any country or have been involved in any fraudulent or corrupt practices or that the

Company is bankrupt or going into receivership,

(ii)     Whether or not any Officer of the relevant Committees of the Agency is a former or present Director or has pecuniary interest in the Company.

7.       Audited Statement of Account of the Company for the past three (3) years.

8.       Company profile with CV and photocopy of certificates of key personnel.

9.       Evidence of experience in similar jobs within the last three (3) years for goods and five (5) years for Consortium/Consultancy services with letters of Award and evidence of completion.

10.     Original letter of attestation of good financial standing from a reputable bank to be addressed to the Director General.

11.     Evidence of firm’s registration with Professional bodies.

12.     Document must be duly signed.

13.     Evidence of furniture produced and factory (Inspection may be carried out)

 

Method of Submission:

 

  1. All documents should be submitted in a sealed envelope and addressed to The Director General. Attention: Deputy Director, Procurement, National Orientation Agency Headquarters, Old Federal Secretariat, Area 1, Garki, Abuja.

ii.     The envelope should be clearly marked with the project Lot and title at the right hand corner of the envelope (e.g. Lot 1, “Supply of Office Furniture.”) with the company name clearly written at the back of the envelope.

iii.    The sealed envelope should be dropped into the tamper-proof Tender Box located in Room 332 and thereafter obtain acknowledgement receipt for the submission.

iv.    Only successful Companies will be invited to pick the financial Tender Document after paying non-refundable Tender fee of N20,000.00 (Twenty thousand naira) only.

 

Closing:

Collection and submission of documents shall close at 12 noon on Tuesday, 29th August, 2013. Late submission shall not be accepted please.

 

Opening of Bids:

All documents shall be opened for examination at 1.00p.m. on Tuesday, 29th August, 2013 at the Conference Hall, National Orientation Agency, Block B, Old Federal Secretariat, Garki, Abuja.

 

For Consultants/Consortium services, only shortlisted Consultants/ Consortium will be invited to submit their proposal.

 

All Bidders, Civil Societies organizations and professional bodies are invited to witness the exercise.

 

Additional Information:

  1. The Agency may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false;
  2. Bidders/Contractors who have worked for the Agency and have history of poor performance, abandonment termination and/or prolonged contract period need not apply.
  3. The advertisement should not be construed as a commitment on the part of the Agency to award contract to any contractor.
  4. This advertisement shall not entitle short-listed Contractors, consultants/ Consortium to make any claims whatsoever, and/or seek indemnity from the Agency by virtue of such Consultant/Consortium having been shortlisted.
  5. The Agency reserves the right to reject any and/or all prequalified contractors/consultants at its sole discretion and at no cost whatsoever to the Agency.
  6. All costs incurred in responding to this advertisement shall be borne solely by the Contractor/Consultants.
  7. Non compliance to the instructions above will lead to disqualification.

 

Signed

Mike Omeri, fnipr Director General

Invitation for Bids at ECOWAS Commission

National Competitive Bidding for the Cleaning Services in the ECOWAS Commission Headquarters Building and Annex Offices in Abuja

Invitation for Bids

1.       The ECOWAS Commission, within the framework of the execution of its 2013 budget intends to carry out the Cleaning Services in the ECOWAS Commission Headquarters Building and Annex Offices in Abuja.

2.       The ECOWAS Commission now invites sealed bids from eligible bidders for the implementation in one (1) lot of the above subject for ECOWAS Commission as follow.

  • Cleaning Services in the ECOWAS Commission Headquarters Building and Annex Offices in Abuja

3.       Interested eligible bidders may obtain further information from and inspect the Bidding Documents at the office of ECOWAS Commission, Directorate of General Administration, Plot 101, Yakubu Gowon Crescent, Asokoro District, PMB 401, Abuja, Nigeria, procurement@ecowas.int

4.       A complete set of Bidding Documents may be collected by interested bidders on the Submission of a written application, addressed to the Directorate of General administration and upon payment of a non-refundable fee of:

 

  • Twenty Thousand Naira only (N20.000)

5.       Bids should be delivered in a sealed envelopes and deposited in the ECOWAS Tender Box located in the Office of the Executive Assistant of the Commissioner, Administration & Finance, 5th Floor ECOWAS Commission, 101 Yakubu Gowon Crescent, Asokoro District, PMB 401, Abuja , Nigeria and clearly marked “Tender for the Cleaning Services in the ECOWAS Commission Headquarters Annex Offices in Abuja. Do Not Open, Except in Presence of the Tender Committee” on or before 11.00 am on Thursday 29th August, 2013, and must be accompanied by a bid guarantee (bank guarantee or insurance bond) of:

 

  • Three Hundred and Fifty Thousand Naira only (N350,000.00)

6.       Bids will be opened in the presence of bidders/representatives who choose to    attend, on Thursday 29th August, 2013 at 11.30 am, ECOWAS Commission, Plot 101, Yakubu Gowon Crescent, Asokoro District, Room 523, 5th floor.

Ag. Director General Administration

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 II (LUTPII)

Alternatives Analysis Study of Interventions to Address Congestion along Muhammed Murtala Way Kano

IDA Credit No. 4767-UNI

Date: July 30, 2013

Request for Expressions of Interest

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY 10) that appeared in dg market publication of July 16, 2010.

The Lagos and Kano State Governments through the Federal Republic of Nigeria have received a grant from the Global Environment Facility (GEF) towards the cost of Lagos Urban Transport Project (LUTP II) and development of public transport delivery capacity in Kano. LAMATA intends to apply part of the grant to cover eligible payments under the contract for the following consultancy services:

Alternatives Analysis Study of Interventions to Address Congestion along

Muhammed Murtala Way Kano

The purpose of the consultancy is to analyze alternative means of providing mobility along and decongesting Murtala Mohammed Way through Katsina Road in a scientific way, to recommend to KSG an effective means of providing mobility along this corridor while minimizing congestion, in the most cost-effective and environmentally sustainable manner, to determine the preliminary costs of the recommended alternative based on a concept plan, and to identify potential roles for the private sector in that alternative.

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. The information to be provided by interested Consultant are consultant’s profile / brochures, certificate of registration, description of similar assignments, availability of appropriate skills among staff, availability of essential technology 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.

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants (under IBRD Loan and IDA Credits & Grants) by World Bank Borrowers January 2011, setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Bank policy requires that consultants provide professional, objective, and impartial advice and at all times hold the client’s interests paramount, without any consideration for future work, and that in providing advice they avoid conflicts with other assignments and their own corporate interests.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties.

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, January 2011.

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 both in hard copy and soft copy in CD format to the address below by August 14, 2013 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 ; adabiri@lamata-ng.com

 

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 II (LUTP II)

 

Prefeasibility Study and Conceptual Design of Transport Hub/ Terminals, Bus stops, Pedestrian Facilities, Traffic Management Measures, Depots and Parking Facilities in Kano

IDA Credit No. 4767-UNI

Date: July 30th, 2013

Request for Expressions of Interest

This request for expressions of interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY 10) that appeared in dg market publication of July 16, 2010.

The Lagos and Kano State Governments through the Federal Republic of Nigeria have received a grant from the Global Environment Facility (GEF) towards the cost of Lagos Urban Transport Project (LUTP II) and development of public transport delivery capacity in Kano. LAMATA intends to apply part of the grant to cover eligible payments under the contract for the following consultancy services:

Prefeasibility Study and Conceptual Design of Transport Hub/Terminals, Bus stops, Pedestrian Facilities, Traffic Management Measures, Depots and Parking Facilities in Kano

The purpose of the consultancy is to propose a comprehensive transport hubs and terminals program for Kano City, identifying what the key transport terminals should be, including location options, and key features of their design, such as size, capacity, necessary design features, required ancillary facilities, and characteristics of their interface with the surrounding street and transport network. This transport infrastructure program would be designed with modularity, so that Kano State could package some or all of it for eventual investment either directly by the State itself or through donor assistance.

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, The information to be provided by interested Consultant are consultant’s profile/brochures, certificate of registration, description of similar assignments, availability of appropriate skills among staff, availability of essential technology 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.

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants (under IBRD Loan and IDA Credits & Grants) by World Bank Borrowers January 2011, setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Bank policy requires that consultants provide professional, objective, and impartial advice and at all times hold the client’s interests paramount, without any consideration for future work, and that in providing advice they avoid conflicts with other assignments and their own corporate interests.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Where firms are associating, the submission must include verifiable evidence of association from all the parties.

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers, January 2011.

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 both in hard copy and soft copy in CD format lo the address below by August 14, 2013 at 5:00pm.

The Managing Director

Lagos Metropolitan Area Transport Authority (LAM ATA)

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 ; adabiri@lamata-ng.com

 

Tender Opportunity Supply of Automotive Gas Oil (AGO) for PSC Operations on Call-Out Basis at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company Operator of the Agbami Unit (OML 127/128)

 

Tender Opportunity Supply of Automotive Gas Oil (AGO) for PSC Operations on Call-Out Basis

 

1.       Introduction

Star Deep Water Petroleum Limited invites interested and prequalified companies with relevant experience to tender for the supply AGO on a call-off contract to support oilfield operations at Onne Port. The proposed call-off contract will be for duration of two years each with an option to renew for additional one year. Anticipated commencement date is November 2013.

2.       Scope of Work/Service Requirements

The supply of the AGO shall consist of the services listed below:

A.      Delivery of AGO to CNL vessels at the Onne Port Jetties

B.      Access to AGO storage tanks at the Onne Port

C.      Provision of Naval clearance for CNL vessels

D.      Anticipated average Order quantity: up to 2 million litres for 2 weeks

E.      Anticipated Average Frequency of order: 2 weeks duration every 4 months

F.      Certificate of product quality and laboratory analysis from qualified 3rd party

 

3.       Mandatory Tender Requirements:

A.      To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 2.07.02 (Petroleum Product (Gas, Oils, Fuels)) category in NipeX Joint Qualification System (NJQS) database All successfully pre-qualified suppliers in this category by the bid close date will receive invitation to Technical Tender (ITT).

B.      Please note that interested bidders including their sub-contractor(s) shall be required to:

I.       Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database.

II.      Meet all Nigerian Content requirements stated in this advert in their         responses to the Invitation to Technical Tender.

C.      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.

D.      f you are not listed in this product/service category, and you are     registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Abayomi drive, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

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

Nigerian Content

Star Deep Water Petroleum Limited is committed to the development of the Nigerian Oil and Gas business in observance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

Pursuant to enactment of the NOGICD 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 target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

Contractors shall comply with the provisions of the NOGICD Act and all applicable regulations. Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage

The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

A.      Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered Company 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.

B.      Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7

C.      Provide evidence of the percentage of 1) key management positions that are held by Nigerians and 2) total work force that are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

D.      Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide details of Nigerian Content contact or manager.

E.      State proposed total scope of work to be performed 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.

F.      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.

G.      Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

H.      Location of in-country facilities, (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities).

I.       Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

J.       Provide details on any other Nigerian Content initiative your company is involved in.

K.      Provide evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment

L.      Provide human capacity building development plan including budget which must be minimum 10% of project man-hours or cost. Training will be targeted at developing capacity other man bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

M.     Provide details of equipment ownership.

N.      Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender

 

5.       Close Date:

Only bidders who are registered with NJQS Product/Category 2.07.02 (Petroleum Product (Gas, Oils, Fuels) by 4:00 pm., on 16th August 2013 being the advert close date shall be invited to submit technical bid.

 

Please note the following:

1.       Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.

2.       The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.

3.       Bidders who, for the purpose of this bid process enter into a JV, partnership, consortium, etc with another bidder bidding on this project will be disqualified.

4.       All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

5.       This advertisement shall neither be construed as any form of commitment on the part of Star Deep Water Petroleum Limited to award any contract to any company and or associated companies, sub­contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Star Deep Water Petroleum Limited and or any of its partners by virtue of such companies having been prequalified in NJQS.

6.       The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

7.       Star Deep Water Petroleum Limited will communicate only with authorized officers of the pre-qualifying companies and not through individuals or Agents.

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

Star Deep Water (a Chevron Corporation affiliate) is the operator of the Agbami Field Other participants are Famfa Oil Limited, Nigerian National Petroleum Corporation (NNPC), Texaco Nigeria Outer Shell Inc. (a Chevron Corporation affiliate) Statoil Nigeria Limited, and Petroleum Brasileiro Nigeria Limited.

2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos