Scope of Work and Services Requirements at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum development (Nigeria) Limited (RC No 333615)

Advert for Tender Opportunity Provision of Rig Support Services in OML-123

A.      Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below, at APD(N)L’s OML-123 [Offshore] facilities. The contracts are proposed to commence in Q1, 2013 and continue for a duration of two (2) years with APD(N)L having the sole option to extend the duration for a further period of one (1) year.

 

B.    Scope of Services Requirements:

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of Equipment and Services suitable for use in an offshore operation as listed in the table below;

 

1)      Addax Tender No. TB-3020 – MWD/LWD/DD Services

NJQS Category – MWD/LWD Services (3.04.08) & Directional Drilling Services (3.04.31)

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of MWD/LWD/DD tools and services including but not limited to the following;

  • Directional Drilling Services and Measurement While Drilling Tools (rotary steerable tools – push and point the bit technology, adjustable mud motors, geosteering tools, etc in various sizes;

 

  • Logging While Drilling Tools (formation and annular pressure while drilling tools, minimum 8 curves multi-depth and multi-frequencies resistivity, azimuthal resistivity, neutron, azimuthal density, sonic, density caliper, ultra sonic azimuthal caliper, etc in various sizes);

 

Note: All nuclear sources should be retrievable type or a non-hazardous non-retrievable type;

  • Geosteering Services;
  • Real-Time Drilling Operations Monitoring and transmission services including satellite internet connectivity provisions;
  • Tools and all required accessories to support 3rd party Gyro While Drilling (GWD) services;
  • Geomechanical modeling services:
  • Well Planning services;
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

2)      Addax Tender No TB-3021-Mud Logging Services

NJQS Category –Mud Logging Services (3.04.07)

 

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of, including but not limited to, the following:

  • Mud logging unit;
  • Basic mud logging equipment/tools;
  • Advanced mud logging equipment/tools;
  • Tools to predict formation pore pressure during drilling operation using data from all available rig resources.
  • Early Kick detection tools / appliances / softwares capabilities
  • Tools/sensor capabilities for High pressure and high temperature environment
  • Visual warning light and audible alarm to indicate well flow (drilling, tripping and connections) or other suitable alarm indicator system in driller’s dog house.
  • Monitor screen in Company Man’s office on the rig.
  • Tools to monitor connection flowback and analysis to differentiate between well ballooning or/and well flow when pumps are turned off.
  • Differential flow monitoring to identify both well outflow and losses to the wellbore.
  • Formation logging;
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

3)      Addax Tender No. TB-3023 -Wireline Services

NJQS Category-Wireline (Electric) Services (3.04.24)

Contractor must be able to provide Wireline Logging Equipment and Services including but not limited to the following:

  • Wireline logging unit and tools including VSP, Oil Based Mud Borehole Imager, resistivity, neutron density, sonic, Formation pressures, Downhole Fluid Identification and Sampling, etc;
  • Open and Cased hole Wireline Logging services;
  • Associated Data processing services
  • Real-Time Logging Operations Monitoring and transmission services including satellite internet connectivity
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

4)      Addax Tender No. TB-3024 – Slickline Services

NJQS Category-Wireline Services (3.04.24)

Contractor must be able to provide Slickline Tools/Equipment & Services including but not limited to the following;

Slickline tools/equipment (double drum slick-line unit c/w power pack, hydraulic BOP’s & pressure control equipment, rope sockets, pulling / running tools, gauge cutters, blind boxes etc).

All necessary Consumables and spare parts; and

All other related equipment, tools and experienced personnel necessary to satisfactory perform the above services.

 

C. Mandatory Requirements:

3.1.    To be eligible for any of the tender exercise, interested contractors are required to be pre-qualified in the Product/Services category (as mentioned against each tender under item B “Scope of Work/Service Requirements” above) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

 

3.2.    To determine if you are pre-qualified and view the product/services category you are listed for Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click on ‘check my supplier status and thereafter click on supplier product group’.

 

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

 

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

 

3.5.    To be eligible, all tenderers shall be required to comply with the Nigerian Center requirements in the NipeX system.

 

D.      Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas industry Content Act, 2010 as provided at www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

 

  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7.

 

  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.

 

  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.

 

  • Provide detailed plan for staff training and development on engineering,   project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

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

 

  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities)

 

  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.

 

  • Provide details on any other Nigerian Content initiative the company is involved in.

 

  • Provide MOA with Oil & Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project.

 

  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

E.     Closing Date

Only tenderers who are registered with the required NJQS Product/Category (as mentioned against each tender under item B “Scope of Work/Services Requirements” above) as at 1200 noon on 22nd May 2012 being the advert closing date shall be invited to submit Technical Bids.

 

F.      General Conditions

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

 

  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub­contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders,

(ii)     Following the Technical evaluation process, only technically acceptable and

financially qualified contractors will be requested to submit their Commercial Tenders.

 

  • APD(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

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

 

Execution of Project at Addax Petroleum Development (Nigeria) Limited

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

Advert for Tender Opportunity Provision of Rig Support Services in OML-123

A.      Introduction

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below, at APD(N)L’s OML-123 (Offshore) facilities. The contracts are proposed to commence in Q1, 2013 and continue for a duration of two (2) years with APD(N)L having the sole option to extend the duration for a further Period of one (1) year.

 

B.      Scope of Services Requirements:

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of Equipment and Services suitable for use in an offshore operation as listed in the table below;

 

1)      Addax Tender No. TB-3028 – Surface Wellhead Equipment and X-mas Trees Supply/Services NJQS Category-Wellhead Equipment, Xmas Trees & Accessories (1.01.09)

Contractor must be able to provide Surface Wellhead Equipment & X-mas Trees Services including but not limited to the following;

  • Complete Single Bore Compact wellhead system with profiles for 9-5/8” 47 ppf and 7” 29 ppf casing strings.
  • Complete Single Bore Compact wellhead system with profiles for 13-3/8” 68 ppf and 9-5/8” 47 ppf casing strings.
  • Complete Dual Bore wellhead system with profiles for 36”, 13-3/8” 68 ppf and 9-5/8” 47 ppf casing strings.
  • Complete Stack-up wellhead system with profiles for 9-5/8” 47 ppf and 7” 29 ppf casing strings.
  • Complete Stack-up wellhead system with profiles for 13-3/8” 68 ppf and 9-5/8” 47 ppf casing strings.
  • Complete Stack-up wellhead system with profiles for 20” 94ppf, 13-3/8” 68 ppf and 9-5/8” 47 ppf casing strings.
  • Complete Block Type Single String Xmas Tree assembly.
  • Complete Stack-up Type Single String Xmas Tree assembly.
  • Complete Block Type Dual Strings Xmas Tree assembly.
  • Complete Stack-up Type Dual Strings Xmas Tree assembly.
  • Running fools to effectively deploy wellheads, function and pressure test same (including wear bushings to enable drilling operations through the wellheads).
  • Surface wellhead should be capable to accept another contractor’s Xmas tree and other ancillary tools as may he required without any technical issue.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

2)      Addax Tender No. TB-3029 – Fabrication Services

NJQS Category – Machining Services (In situ & General Machining) (3.05.23)

Contractor must be able to provide Fabrication Services including but not limited to the following:

  • Provision of base shop facilities, complete with fabrication machines and other equipment in the machine shop as required to execute the jobs under these CONTRACTUAL terms;
  • Capability to provide sub arc welding of float equipment;
  • Capability to provide are welding of pad and lifting eyes;
  • Capability to fabricate bit breaker, support gussets and abandonment caps;
  • Capability to cut and weld conductors and wellhead;
  • Provision of experienced factory certified welders trained to conduct welding and are-cutting/flame cutting operations and inspectors trained to conduct inspection in their respective category;
  • Provision of a QAQC department with trained personnel operating independently, responsible for ensuring all items fabricated by Contractor are manufactured to industry-accepted standards;
  • Provision of all consumables and spare parts for equipment on a consignment basis.
  • Facilities shall be required to be API Licensed, API-5CT, API-6A, API-7, and ISO-9000, ISO-900 1, and/or ISO-9002 equivalent;
  • All other cutting and welding jobs as specified; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

3)      Addax Tender No, TB-3030 – Machining Services

NJQS Category – Machining Services (In situ & General Machining) (3.05.23)

Contractor must be able to provide Machining Services including but not limited to the following;

  • Provision of base shop facilities, complete with CNC/general purpose lathes, vertical/horizontal boring machines and other equipment in the machine shop as required to execute the jobs under these CONTRACTUAL terms;
  • Capability to re-cut API and propriety casing and tubing connections;
  • Capability to manufacture various size API flanges up to and including 15,000-psi working pressure;
  • Capability to pre-drill / slot casings, liners, and tubing.
  • Provision of experienced factory certified technicians trained to operate lathes, boring machines and all other equipment in the machine shop, welders trained to conduct welding and are-cutting/flame cutting operations and inspectors trained to conduct inspection in their respective category;
  • Provision of a QAQC department with trained personnel operating independent to machine shop services, responsible for ensuring all items manufactured by Contractor are manufactured to industry-accepted standards;
  • Provision of all consumables and spare parts for equipment on a consignment basis.
  • Machine shop shall be required to be API Licensed, API-5CT, API-6A, API-7, and ISO-9000, ISO-9001, and/or ISO-9002 equivalent;
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

4)      Addax Tender No. TB-3032 – Welding Habitat Services

NJQS Category – Welding & Jointing Services (3.05.17)

Contractor must be able to provide Welding Habitat and Welding Services including but not limited to the following;

  • Provision of Welding Habitat, suitable for welding operations in Zone 1 hazardous areas. Including but not limited to welding on oil well Conductor pipes and casing strings;
  • Provision of Pre-welding / Post-welding heat treatment equipment and materials;
  • Provision of welders trained to conduct welding and are-cutting/flame cutting operations and inspectors trained to conduct inspection in their respective category;
  • Provision of all consumables and spare parts for equipment on a consignment basis; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

C.      Mandatory Requirements:

3.1.    To be eligible for any of the tender exercise, interested contractors are required to be pre-qualified in the Product/Services category (as mentioned against each tender under item B “Scope of Work/Service Requirements” above) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

 

3.2.    To determine if you are pre-qualified and view the product/services category you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click on check my supplier status and thereafter click on supplier product group.

 

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

 

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

 

3.5.    To be eligible, all tenderers shall be required to comply with the Nigerian Content requirements in the NipeX system.

 

D.      Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set­up in Nigeria.

 

  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7.

 

  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.

 

  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.

 

  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

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

 

  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities)

 

  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.

 

  • Provide details on any other Nigerian Content initiative the company is involved in.

 

  • Provide MOA with Oil & Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project.

 

  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

E.      Closing Date

Only tenderers who are registered with the required NJQS Product/Category (as mentioned against each tender under item B “Scope of Work/Service Requirements” above) as at 22nd May 2012 by 12.00 noon being the advert closing date shall be invited to submit Technical Bids.

 

F.      General Conditions:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

 

  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

 

(ii)     Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

 

  • APD(N)L will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

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

 

Pre-Qualification Notice for Renovation of TOFA House Central Area, Abuja

Kano State Pension Fund Trustees

No.9, Sokoto Road, Kano, Kano State

 

Pre-Qualification Notice  for Renovation of TOFA House Central Area, Abuja

 

0.1 Introduction

The above Trust Fund now owners of former Tofa House, situated at plot 770 along Third Avenue off Herbert Macaulay Way near Federal Ministry of Transport. Wishes to invite interested contractors with excellent past record of finishes to submit prequalification document for the complete renovation (internally and externally) of the building located in Central Area Abuja.

 

0.2       Objective

The objective is to imbibe the new culture of sustainability so as to make the building more “green” to attract higher rent from quality tenants.

 

 

03.       Scope of Works

The scope involves aluminum  external cladding  using perforated panel horizontal curtain walling to replace windows, aluminum composite panels, complete re-tiling of

the interior, replacement of plumbing & electrical fitting, piping and wiring, external works, borehole and water treatment £ .storage, painting & redecoration (internally and externally) and re felting on decked surfaces,

 

0.4       Prequalification Requirements,

Submissions should Include the:

a.         Registration with Corporate Affairs Commission (CAC)

b.         Tax clearance for the last  3 years.

c.         Audited account for the last 3  years

d.         Technical personnel

e.         Previous experience in similar jobs,

f.          Project handled within the last 5 years

g.         Plants & equipments relevant for this kind of work

 

05.       Submission Requirements

a.         Submitted documents should be arranged in the order listed above in 04 (a-g).

b.         All submitted packages should be sealed and properly marked  on the addressee side of the envelope “Pre-Qualification for TOFA House Abuja

c.         Submission should be addressed to

 

“Executive Secretary

Kano State Pension Fund Trustees.

No 9, Sokoto Road,

Kano Nigeria’

 

d.         Submission should reach the fund on or before Wednesday 16th May, 2012

 

06.         Exception Notice:

The Fund is not bound to accept any submission and is not responsible for any cost incurred in making the submissions.

 

Executive Secretary

Abduibhi D, Shu’aibu

Invitation for Pre-Qualification of Companies for 2012 Capital Projects at Federal Medical Centre Gusau, Zamfara State

Federal Medical Centre

P.M.B. 1008, Sokoto Bye-Pass Road, Gusau, Zamfara State

 

Invitation for Pre-Qualification of Companies for 2012 Capital Projects

 

A.        Introduction

The Federal Medical Centre, Gusau hereby invites interested and reputable contractors, companies/firms with relevant  experience and good track records to apply for first step to the selection of suitable contractor:

 

Lots Description

Lot  1  Equipping of Male and Female Surgical Wards

Lot 2   Equipping of Radiology Department

 

B.        Pre-Qualification Requirements

Interested bidders are to submit the following: –

1.         Company Profile with names and qualification  (s) of key Personnel.

2.         Certificate   of   Registration   with   the   Corporate   Affairs Commission.

3.         Evidence of 3 years Tax Clearance

4.         Evidence of Compliance with Industrial Training Fund Act CAP 19, LFN 2004 with respect to payment of statutory training contribution to the Fund by employers engaged in industry or commerce with 5 or more employees in their establishment

5.         Evidence of having fulfilled all obligations in relation to Pension and Social Security contributions in accordance with the provision of Pension Act 2004 and Section 16 (6) – (d) of the Procurement Act 2007.

6.         Evidence of Financial Capability to handle the job

7.         Evidence of VAT Registration, Remittance and Tax Identification Number (TIN)

8.         Verifiable Details of Similar contract previously executed in the last 5 (Five) years including Letters of Awards, Agreement and Completion Certificate where applicable.

9.         Name(s) and address(es) of Bankers

10.       Evidence of authorization from Federal Government approved Medical Equipment Manufacturer.

11.       Company’s 3 years Audited Account.

 

C         Submission of Pre-Qualification Documents

All pre-qualification applications must be submitted in properly sealed envelopes marked “Pre-qualification for Contract, 2012” on the upper right corner of the envelope indicating the LOT(s) and addressed to; The Medical Director, Federal Medical Centre, P.M.B 1008, Sokoto Bye Pass Road, Gusau, Zamfara State.

 

The closing date for the submission of the Pre-qualification documents is on or before 31st May, 2012 TENDER DOCUMENTS Only pre-qualified companies will be notified and be given tender documents thereafter to bid for the projects.

 

D.        Enquiries

Further enquiries or clarifications about this advertisement can be made from the office of the Head of Planning Division of the Centre.

 

Signed

Management

Federal Medical Centre, Gusau

 

Invitation to Tender for the Implementation of 2012 Capital Projects at the Nigerian Defence Academy Kaduna

Nigerian Defence Academy Kaduna

Invitation to Tender for the Implementation of 2012 Capital Projects

1.         The Nigerian Defence Academy (NDA) is desirous of implementing her 2012 Capital Projects, in line with the Federal Government Public Procurement Act 2007, interested and reputable contractors- and suppliers with relevant experience and evidence of performance are invited to tender for various works and goods of the under listed projects.

a.         Lot 1   Procurement of Medical Equipment and Consumables;

b.         Lot 2. Purchase of library Books and Equipment;

c.         Lot 3.  Procurement of Equipment for Headquarters, Offices, Battalion Lines and Staff Quarters;

d.         Lot 4,  Procurement of Training Vehicles; e. lots.  Procurement of Admin Vehicles;

f.          Lot  6.  Renovation of Staff Quarters, Sport Complex and Medical Centre,

 

 

Pre-Qualification/Tender Requirements

2.         The Pre-qualification/Tender requirements are;

a.         Evidence of Registration with Corporate Affairs Commission (CAC)

b.         Current Tax Clearance Certificate;

c.         Value Added Tax (VAT) registration Certificate;

d.         Company’s audited financial account and funding information over the past.

3 years endorsed by a firm of chartered accountants;

e.         Evidence of financial capability from reputable Bank(s);

f.          Company’s profile, organogram and resume of key technical staff  including individual attestation of availability. Copies of professional certificates to be sealed and endorsed;

g.         Evidence of compliance with the Pension Reform Act 2004 (as amended);

h.         Verifiable evidence of similar projects previously undertaken including letters of awards and completion certificates within the pass three (3) years;

i.          Refundable Bid Security of 2% bid sum in Bank Guarantee valid for the  contract period must accompany bid documents of Fifty Million Naira (N50,000,000.00) and above;

j.          Description and list of equipment owned by contractor/supplier (where

applicable);

k.         Evidence of compliance with the amended Industrial Training Fund Act 2011;

i.          Affidavit disclosing whether or not any officer of NDA or BPP is a former or

present director, shareholder or has any pecuniary interest in the bidder and confirm that ail information presented in its bid are true and correct in all particular;

m.        Any additional information that will enhance the potential of the contractor/supplier,

 

 

Collection/Submission of  Pre-Qualification and Tender Documents

3.         Bidding documents may be collected by interested bidders from the Directorate of Logistics NDA Headquarters between 9.00am and 1.00pm (Mondays Fridays) except public holidays on the submission of a written application,

4.         Submission of bids should be in 2 separate envelops, sealed and clearly marked as TECHNICAL and FINANCIAL indicating the Lot(s). This is to be deposited on or before 12,00 noon, Thursday 31 May 2012 (Pre-Qualification) in the Tenders Box located in the Directorate of logistics NDA Headquarters Permanent site, Airport Road, Mando, Kaduna.

 

Public Opening of Bids

5.         The Nigerian Defence Academy Procurement Planning Committee will analyze and pre-qualify all the technical bids and thereafter, successful contractors or their representatives shortlisted from the technical Bid Evaluation shall be invited to witness the public opening of the financial Bids by 12,00 noon Thursday 14 June 2012 at the Air force Wing Auditorium NDA Permanent site, Kaduna.

 

Notes

6.         The general public is invited to note that, procurements below the National Competitive Bidding threshold would be carried out during the course of the year,

7.         Nothing in this advertisement shall be construed as a commitment on the part of the Academy to award any or all the above lasted Projects.

 

Signed:

Director of Logistics (DOL)

For Commandant

Nigerian Defence Academy