Provision Of Rig Support Services in OML-123 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

 

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.

 

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-3012 – Casing & Tubular Running Services NJQS Category- Casing/Tubing Running Services (3.04.05) Contractor must be able to provide Casing & Tubular Running Equipment and Services including but not limited to the following:

  • Casing & Tubular running equipment for OD sizes of 20, 13-\!”,  11-3/4“, 9-<! ,” 9-]!”, 7-]!”, 7″,4-1/2-3- 1/2, Λ !”  and 2-∖!”;
  • Tubular running services;
  • Bucking services and pressure testing of bucked sub-assemblies;
  • 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-301 3 – Fishing Services

NJQS Category- Fishing/Wireline Fishing Services (3.04.12)

Contractor must be able to provide Fishing Tools and Services including but not limited to the following:

  • Single trip whipstock system for casing sizes 7″, 7 ]!”, 9 J!”, 13 \!” and 20″ of light and heavy wall thickness;
  • Various types and sizes of mills (starting, window, watermelon, string, section, junk and tapered mills) dressed with tungsten carbide particles;
  • Fishing tools for various drilling tool operations (fishing jars, accelerators, intensifies, bumper subs, overshots, overshots extension, reverse circulating junk baskets, control/packer grapple, string and ditch magnets, taps, washover pipes, abandonment tools etc, for drilling, logging and testing operations;
  • 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- 3014 – Drilling Tools Rental Services

NJQS Category -Other Drilling Services (3.04.99)

Contractor must be able to provide Drilling Tools/Equipment Rentals Services including but not limited to the following:

  • Drilling tools (various sizes of drilling jars, subs, hole openers, under-reamers, accelerators, drill collar, heavy weight drill pipes, drill pipes, pup joints, cross-over, bit subs, non-magnetic drill collar etc);
  • BOP related equipment 5K, 10K and 15K rated (various sizes of Ranges, double studded adaptors, riser spools, BOP flanges, BOP rams & other accessories, IBOP valves, Kelly valves, side entry subs, safety clamps, stabbing guide, mud basket etc);
  • 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-3015 – Drilling, Completion Fluids & Mud Engineering Services NJQS Category- Drilling Fluids/Mud Services (3.04.15)

Contractor must be able to provide Drilling/Completion Fluids/Chemicals and Engineering Services including but not limited to the following:

  • Mud design, formulation and engineering;
  • Materials/chemicals and engineering for water based and synthetic based drilling fluids;
  • Materials/chemicals and engineering services for reservoir drill-in fluids;
  • Materials/chemicals and engineering services for well completion fluids;
  • Base oil;
  • Liquid and bulk storage facilities;
  • All drilling/completion fluids and chemicals must be approved my DPR.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

5)         Addax Tender No. TB-3016- Surface Testing Services

NJQS Category-Well Testing Services (3.04.16)

Contractor must be able to provide Surface Testing Equipment & Services including but not limited to the following;

  • Surface testing equipment and personnel required to handle fiowback of well effluent during Well Testing and cleanup operations on offshore floating drilling facilities. The SOW covers the equipment needed from the rotary table through to the burner booms. The equipment proposal must be able to fulfill the following requirements
  • Safe flow, containment and control of well effluent during all phases of the operation
  • Safe disposal of well effluent according to regulatory environmental requirements
  • Measurement and sampling of well effluent during flow-back operations
  • Measurement and recording of all flow parameters
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

6)         Addax Tender No. TB-3019 – Cement and Cementing Services

NJQS Category – Cementing Services (3.04.04)

Contractor must be able to provide Cement & Cementing Services including but not limited to the following:

  • Offshore skid-mounted diesel driven cement unit, equipped with muffler and spark arrestors, 10,000 psi rated with twin pumps c/w dual stage 8 bbl/min re-circulating Mixer, automatic density control system and digital data acquisition package for pump rate, pressure, fluid density, cumulative volume, fluid density etc
  • Cement design, formulation, laboratory testing and engineering;
  • Cement,  cement chemicals and additives; onshore bulk plant for cement delivery
  • Cementing equipment accessories such as float collar, float shoe, stage collars, centralizers, stop collars, wiper plugs, subsea release plug systems and associated surface cementing head.
  • Squeeze packer, testing/ treatment packers, bridge plugs, cement retainers, storm packers/ valves etc;
  • Pumping and pressure testing services, including low pressure gauge manifold;
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

 

7)         Addax Tender No. TB-3022 – Solid Control Services

NJQS Category-Drilling Fluids/Mud Services(3.04.15)

Contractor must be able to provide Solids Control Equipment & Services including but not limited to but not limited to the following:

  • Solid Control equipment (high and variable speed centrifuge, cuttings Drier/mud recovery system, complete auger system and mono pumps/ diaphragm pump, mud vac, high pressure steam cleaner etc;
  • Specifically for Offshore: Cuttings storage tanks on board rig, cutting transport system including lines and pump to transfer drill cuttings from Jack-up rig to cutting containments (skips) on the supply vessel. Provision of trolleys and aid facilities on the transport vessels to support cuttings transfer.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

 

 

8)         Addax Tender No. TB-3025 – Downhole Testing Services
NJQS Category – Drill Stem Testing Services (3.04.30)

Contractor must be able to provide Downhole Testing Equipment & Services including but not limited to the following;

  • Drill Stem Test (DST) (various sizes of retrievable and permanent downhole testing packers, locators and seal assemblies, safety valves, testing and circulating valves, gauge earners, bottom hole sampler carriers, rupture disk and tubing fill valves, surface test tree manual valves, hydraulic actuator, swivel, check valve, emergency shutdown system, high accuracy and high resolution gauges, surface readout equipment etc).
  • Tubing Conveyed Perforation (TCP) (various sizes/charges/shot per foot tubing conveyed perforation RDX & HMX guns, gun spacer, automatic gun drop sub, mechanic firing head, mechanic and automatic tubing release, automatic time-delay firing head, pressure vent etc.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

 

9)         Addax Tender No. TB-3026 – Coil Tubing and Nitrogen Services

NJQS Category ~ Coiled Tubing Services (3.04.37)

Contractor must be able to provide Coiled Tubing Unit. Equipment & Nitrogen Lift Services including but not limited to the following;

  • Coiled Tubing Unit – coil tubing control cabin with impact resistant windows and contains all necessary controls, communication and calibrated monitoring facilities to ensure a safe and efficient operation;
  • Coil Tubing Lift Frame as per API 8C with power supply and accessories
  • Crossovers to Pressure Control Equipment and tubular
  • Long Bails,
  • Coiled tubing reel capable of operating with pipe diameters between 1/4 and 2∖!” (inclusive) with a drum capacity of up to 15,000ft x 10,000 psi;
  • Coiled tubing injector head, Stuffing Box / Dual Stripper. Dual Shear Seal BOP
  • Power Pack for power supply; ‘
  • Coiled tubing tools such as; Straight bar, Connector, Emergency disconnect, Check valves Jetting nozzles, Fishing equipment and connectors for well intervention tools, jars, motors, impact hammers, accelerators
  • Data acquisition unit;
  • Pumping unit;
  • Nitrogen and Nitrogen quads;
  • Flow back storage tanks;
  • Toolbox with fishing tools and equipment for all coil tubing tools specified,
  • Nitrogen converter capable of delivering nitrogen at 3505sct/min at a pump output pressure of 3000psi etc); and will include: Inlet and exhaust flame traps, over-speed shutdown, High exhaust or wafer temperature shutdown, Anti-static equipment and Inertia or air starter motors.
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

10) Addax Tender No. TB-3027 – Gyro Services

NJQS Category – Cased Hole Logging Services (Gyro, Perforation, PLT, Gauges) (3.04.29)

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

  • Battery operated memory single-shot / multi-shots North Seeking Gyro services deployable by Drop, wireline or slickline
  • Single-shot / multi-shots surface readout North Seeking Gyro
  • Multi-axis Gyro sensor multi-shots continuous North Seeking Gyro
  • North Seeking Gyroscopic probe operational in MWD collar of various major directional drilling contractors
  • GR/CCL subs to run in some applications with North Seeking Gyro tools
  • Mono cable or multi-conductor wireline unit and accessories
  • Gyro While Drilling (GWD) Tools;
  • Wireline pressure control equipment
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

11) Addax Tender No. TB-3031 – Route Survey, Rig Move & Positioning Services NJQS Category- Diving /ROV Operations (3.07.07)

Contractor must be able to provide Rig Move and Positioning Equipment & Services including but not limited to following:

  • Onshore equipment for rig move (Complete long range 700 km differential GPS shore station emitting on 2 HF frequencies located in suitable location near Qua Ibo and Lagos in Nigeria and other neighboring countries etc);
  • Offshore equipment for route survey (Quality Integrated Navigation System to collect bathymetry and side scan sonar data, process data or Starfix system or equivalent navigation software integrated to DGPS system with DGPS correction sources accuracy within +0.3m in x, y, z axis, Navigation Software package with the ability to transform project files between Datum/Projections in Nigeria Mid-Belt & UTM zone 32N grid with minimum three decimal values etc);
  • Offshore equipment for rig positioning (Quality Integrated Navigation System (QINSY) to
  • collect bathymetry, side scan sonar data, sector scan sonar data, process data or Starfix system or equivalent navigation software integrated to DGPS system with DGPS correction sources accuracy within +0.3m in x. y, z axis. Navigation Software package with the ability to transform project files between Datum/Projections in Nigeria Mid-Belt & UTM zone 32N grid with minimum three decimal values);
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

 

12.       Addax Tender No. TB-3033- Conductor Piling  Services

NJQS Category- Conducting piling Services (3.04.03)

Contractor must be able to provide conductor Piling Equipment  and Services including  but  not  limited to the  following

  • D-90 Hammer  and S-150 hammer (or equivalent) complete with emergency shut-off line, cradle, lifting/hammer hanging  slings, shackles with minimum safety factor of 2.0. Equipment to have capability to drive 36”, 30”, 26” and 20” conductors;
  • Conductor piling equipment and services
  • All necessary consumables and spare parts; and
  • All other  related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

13.       Addax  Tender No. TB-3034- Completion Services -Cased Hole

NJQS Category – Well Completion Services (3.04.21)

Contractor must be able to provide Cased Hole Completion Equipment & Services including but not limited to the following;

  • Cased hole upper completion for horizontal wells (3-1/2” 9.3# EUE, 4-1/2″ 12.6# Vam top tubing retrievable subsurface safety valve flapper type, c/w self-equalizing feature, permanent lock open feature, and 2.81″ nipple adapter w/B profile c/w jam nut type connection for  1/4 control line, tubing mounted nipples, flow couplings, gas lift mandrels, gas lift valves, gas lift orifice valve, adjustable swivel sub, sliding sleeve door, tubing fill test vaive, tubing mounted retrievable production packers, hydraulic/electric line set retrievable production packers, locators, seals units and self-indexing guide shoe etc).
  • Bucking services and pressure testing of bucked sub-assemblies.
  • Calibration and setting/loading of gas lift valves.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

 

14)      Addax Tender No. TB-3035 – Completion Services – Stand Alone Screen

NJQS Category – Well Completion Services (3.04.21)

Contractor must be able to provide Stand Alone Screen & Services including but not limited to the following;

  • Various sizes of standard and high premium Stand Alone Screen (SAS) w/varying gauges or mesh sizes with BTC threads
  • Various sizes of controlled delayed swell packers in synthetic oil based mud (Oil and water swellable) with BTC threads.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

 

15)       Addax Tender No. TB-3036-Liner Hanger Services

NJQS Category- Liner Float, Hangers & Running Equipment Services (3.04.19)

Contractor must be able to provide Liner Hanger Equipment & Services including but not limited

  • Liner hanger equipment (hydraulically set rotating & non-rotating liner hanger, tie back equipment, setting plugs, wiper ball, etc) for various casing sizes and weights.
  • Liner top packers for various casing sizes and weights.
  • Tie-back seal assemblies / packers for various casing sizes and weights.
  • Liner hanger running tools and services
  • All necessary Consumables and spare parts; and ,
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

16)      Addax Tender No. TB-3037 – Gravel Packing Services

NJQS Category – Gravel Packing (3.04.33)

Contractor must be able to provide Gravel Pack, Frac Pac, Single Trip Perf Pac Equipment and Services including but not limited to the following;

  • Pumping Equipment (pumping unit, flowlines, valves, hoses, acid mixer, add return tanks, etc);
  • Packing Materials (chemicals, proppant, etc);
  • Downhole Tools to perform standard Gravel Packing.
  • Complete Downhole Tools to perform Frac Packing in various hole sizes;
  • Downhole Tools including DST tools, TCP tools and Guns to perform a Single Trip Perf Packing System in various hole sizes;
  • Selective Horizontal Open Hole Gravel Packing with Inflow Control devices on the screens.
  • Various sizes of premium wire wrap sand screen in various mesh sizes and design profiles suitable for each of the packing methods listed above;
  • Filtration of packing fluid;
  • All necessary Consumables and spare parts;
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services.

 

 

17)      Addax Tender No. TB-3038 – Completion Services – Expandable Sand Screen NJQS Category- Well Completion Services (3.04.21)

Contractor must be able to provide Expandable Sand Screens & Services including but not limited to the following;

  • Various sizes of Expandable Sand Screen (ESS) w/varying gauge or mesh sizes
  • Various sizes Expandable blank pipes
  • Appropriate hangers and packers for various casing sizes.
  • All necessary Consumables and spare parts; 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 require to be prequalified 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 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/Service Requirements” above) as at 12.00 noon on May 22nd , 2012 being the advert closing date shall be invited to submit Technical Bids.

 

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, 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

  • 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  communication through individuals or appointed Agents.

 

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

Supply and Installation of Accounting/Billing Software for Enugu State Water Corporation at Enugu State Water Corporation (ENSWC)

Federal Republic of Nigeria

Enugu State Water Corporation

Specific Procurement Notice

National Competitive Bidding (NCB)

1st National Urban Water Sector Reform Project (CR. 4784 NG-UNI)


Supply and Installation of Accounting/Billing Software for Enugu State Water Corporation

 

(EN- NUWSRP/ NCB/GOODS/01/12)

IDA Credit No. 4784 NG-UNI

 

1.       This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue No. 633 dated 30th June, 2004

2.       The Federal Government of Nigeria (FGN) has received a credit facility of US$801 million from the International Development Association (IDA) towards the cost of the First National Urban Water Sector Reform Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Supply and Installation of Accounting/billing System for Enugu State Water Corporation

3.       The Enugu State Water Corporation (ENSWC) Serves as the implementing agency for the project and now invites sealed bids from eligible Bidders for I Computerization of Accounting/Billing System, including the key information \ technologies, equipment, and related services to be procured (e.g., installation, integration, training, technical support).

 

4.       Bidding will be conducted using the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all Bidders eligible as defined in these Guidelines, that meet the following minimum qualification criteria

a)       During the past four (4) years, the Bidder must have completed two (2) successful contracts involving the development, installation, and provision of technical support for information Systems of similar functional/technical characteristics and of a comparable scale as the subject contract over the last four years. The bidder shall also provide details of works underway or contractually completed;

b)      documents defining the constitution or legal status, place of registration, and principal place of business;

c)       statement of annual average manpower and number of managerial staff for the last three years; ,

d)      company structure and organization including qualifications and experience of key management and technical personnel proposed for the Contract

e)       description of the Quality Management System that covers design, manufacturing, installation and services or presentation of a Quality System Certificate (ISO 9001 or equivalent) issued by a national certification institute;

f)       reports on the financial standing, such as profit and loss statements and auditor’s  reports for the past five years; evidence of adequacy of working capital for this Contract;

g)       information regarding any litigation, current or during the last Five years;

 

Annual turnover and liquidity of at least a 50 Million Naira in, two (2) of the last four  (4) years

 

5.       Interested eligible bidders may obtain further information from Enugu State Water Corporation (PIU) and inspect the bidding documents at the address below from Mondays to Fridays (except public holidays) from 8.30 am to 4.30 pm.

6.       A complete set of bidding documents in English Language may be purchased by interested Bidders on submission of a written application to the address below and upon payment of a non-refundable fee of NGN30,000.00 (Thirty Thousand Naira Only) or in amount in specified convertible currency. The method of payment will be by Bank Draft made in favour of 1st National Urban Water Sector Reform Project. The Bidding Documents will be collected by hand or sent by courier services on request.

 

7.       Bids must be delivered to the address below at or before June 11, 2012 by 12 noon. Bids need to be secured by a bid security, the amount of Bid Security required is NGN 375,000.00 (Three Hundred and Seventy Five Thousand Naira Only) or an equivalent amount in a freely convertible currency)

Late bids will be rejected. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address below at 12.30pm, June 11, 2012

 

8.       The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility to be awarded World Bank-financed contracts.

9.       The Address referred to above is

Mr. O’Brien Ofordu

The Managing Director

Enugu State Water Corporation

3, Constitution Road Enugu, Nigeria

Invitation to Tender for the Construction/Rehabilitation of Roads at Kaduna State Government, Ministry of Works and Transport

Kaduna State Government,

Ministry Of Works and Transport

Sokoto Road, Kaduna.

 

Invitation to Tender for the Construction/Rehabilitation of Roads

 

1.       The Kaduna State Government is desirous to undertake the Construction/Rehabilitation of the following Roads under her Road Development Programme.

 

GROUP A:

i Garun Kurama Kurandai Bandu Kasuwa -21.7km -2 Coats Surface Dressing
ii Maraban Kakeyi FarinKasa San Birni-Richifa -28km -2 Coats Surface Dressing
iii FararGada Yakawada lyatawa -28km -2 Coats Surface Dressing
iv Dogon Dawa SabonLayi Old Birnin Gwari 32km -Asphalt
v Kwassam Kushere Geshere -45km -2 Coats Surface Dressing
vi Kwagiri Kassom Wasa -24km -2 Coats Surface Dressing
vii Kwoi Dura Ankung Taimen Indofa -13.1km -2 Coats Surface Dressing
viii Kagoro Manchok Mabushi -28km -2 Coats Surface Dressing

GROUP B:

 

i Buks Kwarin Ayuba Ang. Yusi Yankarfe-Hanwa -4.9km -Aspahalt
ii Gonin Gora Hayin Katafawa Ung. Bije-Gonin Gora -6.5km -Aspahalt
iii WAEC GGSS Kawo College Rd, Lafiya Rd. -4.1km -Aspahalt
iv Tanko Ayuba Rd. NAFDAC Post Office -5km -Aspahalt
v Kudenda Road Network -9km -Aspahalt
vi Hayin Jirgi Borno Road

 

-6km -2 Coats Surface Dressing
vii Likoro Nagata -6km -2 Coats Surface Dressing
viii Sakaru Bagaldi -9km -2 Coats Surface Dressing
ix. Romi Karatudu -4.5km -Aspahalt

GROUP C:

 

i Garun Kurama Kerau Road -2.5km -2 Coats surface Dressing
ii Shehu ldris Rd. Tudun Jukun Rd. -1.4km -Aspahalt
iii Barnawa Central -2km -Aspahalt
iv Barnawa Phase 1 – 5km -Aspahalt
v Gangara Township Road -3km -2 Coats Surface Dressing
vi Kutemeshi Yankan Dutse -4km -2 Coats Surface Dressing
vii Makera, Yam Market, Afaka Roads – 3km -Aspahalt
viii Rigachikun Township -5km -Aspahalt
ix. Zonkwa Yarbavan -5km -2 Coats Surface Dressing
x GidanMana Township -5km -2 Coats Surface Dressing
xi Kagoma Township -5km -2 Coats Surface Dressing
xii Kauru -5km -2 Coats Surface Dressing
xiii Gantang Bahago -3km -2 Coats Surface Dressing
xiv Katuru Road Off Sardauna Crescent – 350m -Aspahalt
xv BenueRoad -1.2km -Aspahalt

 

 

2.       Tenders are hereby invited from interested reputable contractors who wish to participate in the programme. Tender documents for any of the project are obtainable from:

The Director,

Kaduna State Tenders Board,

Yakubu Gowon Way,

Kaduna.

 

after the payment of non-refundable deposit of N300,000.00 for Group ‘A’, N250,000.00 for Group ‘B’ and N200,000.00 for Group ‘C. Tenderers can submit quotations for more than one (1) project. Issuance of the Tender Documents will commence from date of this publication.

 

3.       Tenderers are mandatorily required to enclose along with their tenders, copies of the under-listed documents:

i.        Certificate of Registration of the Company

ii.       Tender Processing Fees Receipt

iii.      Tenderer’s current Tax Clearance Certificate and VAT Registration Certificate.

iv.      List of Plants/Equipment and Technical Staff available for the project.

v.       Experience of similar projects executed.

vi.      Banker’s Reference.

vii.     Work plan, methodology and logistics.

 

4.       Please note that, the Kaduna State Government is not bound to accept the lowest bidder.

 

5.       Completed Tender Documents are to be signed, sealed and delivered to the address stated at No.2 above and not later than 13th June, 2012.

 

The Group and Name of Project to be clearly indicated at the top left corner of the

envelope.

 

The Tenders received shall be PUBLICLY OPENED in the Board Room of the Tenders’ Board at 12.00 noon on Monday, 11th June, 2012.

Signed:

Hon. Commissioner,

Ministry of Works and Transport,

Kaduna.

Invitation to Tender at Abuja Municipal Area Council

Abuja Municipal Area Council

Abuja, Nigeria

Invitation to Tender

The Abuja Municipal Area Council hereby invites interested contractors and reputable companies to tender for the underlisted projects.

 

Lot No. Project Description No Refundable Registration Fee No Refundable Tender Fee
1 Supply of desks and furniture for LEA Primary Schools N1 0,600 NIL
2 Procurement of Security Gadgets N35.600

 

N 15,000

 

3 Procurement     of     office     stationeries/ equipment and furniture N35,600

 

N15,000

 

4 Wastes evacuation within AM AC N35.600

 

N15,000

 

5 Procurement of operational/projects/utility vehicles N50.600

 

N20.000

 

6 Construction of motor parks, fencing and landscaping with AMAC Villages N50.600 N20.000

 

7 Provision of school uniforms and instructional N50.600

 

N20.000

 

8 Construction and maintenance of blocks of classrooms within AMAC Primary Schools N50.600

 

N20.000

 

9 Renovation    and    fencing    of    Women Development Centres N50.600

 

N20.000

 

10 Procurement of essential drugs sanitary hardwares,   wastes   bins   and   medical materials

 

N50.600

 

N20.000

 

11 Development/construction of comprehensive and mini type II boreholes N50.600

 

N20.000

 

12 Construction of access link roads, drainages and culverts N100.600

 

N30.000

 

13 Landscaping of AMAC Properties N100.600

 

N30.000

 

14 Construction   of  library,   children   home, community hall and viewing centres N100.600

 

N30.000

 

15 Fencing of Health Centres/doctors charfets cemeteries, markets within Area Council N100.600

 

N30.000

 

16 Procurement  of heavy  duty  equipment Grader) with engineering tools

 

N100.600

 

N30.000

 

17 Construction of Asphalt and feeder roads within AMAC Villages

 

N100.600

 

N30.000

 

18 Rural electrification schemes, extension, procurement and installation of transformers at AMAC Villages N100.600

 

N30.000

 

 

 

Requirements

(i)      The company must be duly registered with Corporate Affairs Commission (CAC).

(ii)     The company must be a registered contractor with Abuja Municipal Area Council.

(iii)    The company must have an up to-date Tax Clearance/VAT

Certificate

(iv)    Registration and tender fees are payable at Aso Savings and

Loans, Area 11, Garki Abuja to Abuja Municipal Area Council’s

Account.

(v).    Verifiable evidence of similar jobs successfully executed in the

past.

(vi)    Bank guarantee,

(vii)   Company Profile/list of equipments.

 

 

Submission of Documents

All documents should be submitted in sealed envelopes addressed to the Secretary, Tender Board, AMAC.

 

For further information, contact the Head of Department (Works) AMAC. Tenders last from 2nd Wednesday- 30th May, 2012.

 

Signed:

Management

Invitation for Pre-Qualification at Science and Technical Schools Board, Kano State

Science and Technical  Schools Board, Kano State

Invitation for Pre-Qualification:

Introduction:

The Science and Technical Schools Board, Kano State, hereby invites interested/ competent contactors to apply for the pre-Qualification exercise as a conation to participate in the Bidding of the Board’s 2012 capital projects as contained in the 2012 capital budget of the state. Interested contractors are required to submit all the required information as well as comply with all other requirements for the prequalification of the projects.

 

2. Scope of the Projects:

a.       Construction of new Girls Boarding Science and Technical College (GSTC) Karaye and upgrading of Vocational training centre Dambatta to full Technical College(phase I)

b.       General rehabilitation and repairs of structures in Science, Technical colleges and Vocational Centres across the state,

c.       Conversion of existing Vocational training centers to full pledge Science and

Technical colleges (phase I and II) at Dadin Kowa in Doguwa Local Government and Gani in Sumaila Local Government respectively

d.       Construction of New Science and Technical Colleges in Madobi, Dala, Kiru and Tsangaya respectively.

e.       Procurement of instructional/ Teaching materials for  Science and Technical

colleges across the State.

 

3.       Pre-Qualification Requirements:

Each contractor is expected to submit the following mandatory documents to the Physical Planning Department of the Board;

i.        Evidence of incorporation with corporate affairs commission (CAC)

ii.       Evidence of tax clearance certificate for at least 3 years (2008, 2009 and 2010)

iii.      Academic/Professional Qualifications of key Technical Personnel of the company (membership of professional Bodies within the built environment will be an added advantage)

iv.      Company audited account for 3 years from 2008 to 2010 prepared by a certified chartered accountant duly signed and stamped with ICAN or ANAN seal

v.       Sworn affidavit indicating that, all the documents submitted are genuine and

verifiable.

vi.      Evidence of compliance with Pension Act in accordance with procurement act 6d.

vii.     Evidence of financial capability and Banking Support (Bank Reference Recent Statement of Account)

viii.    Evidence of “Similar Projects” executed over the last three years and evidence of knowledge of the industry and (award letters of project executed, valuation and completion certificates).

ix.      List   of  sources  of  Equipments   and   Technical   capacity   (Evidence  of

Ownership/Lease agreement).

x.       Annual turn-over,

xi.      VAT registration and evidence of VAT remittance.

xii.     List of on-going project, (if any).

 

 

NOTE: Failure to provide any of the above (I – V Items) will automatically disqualify the bidder; and original copies of documents listed above must be produced for sighting after being pre-qualified before collection of Tender Documents.

 

4.       Submission of Completed Pre-Qualification Documents

All pre-qualification documents are to be submitted in sealed envelope and clearly

marked

Pre-qualification to Tender (Name of the Project) and shall be delivered to;

The Secretary,

Due process committee

Science & Technical Schools Board, Kano State.

Not later than 16th May, 2012, The documents will be open at

12:00 noon on the closing dated at the Board’s conference room, No late submission will be entertained after 12:00 noon on the expiration of the above stated date.

 

Please Note;

That the Board reserves the right to verify any claim by the bidders,

That by submission of pre-qualification documents, STSB Kano is neither committed nor obliged to award any contract to any bidder.

That this advertisement or invitation for pre-qualification shall not be considered as a commitment on the part of the Board nor shall entitle any contractor to make claims whatsoever and/seek indemnity from Science & Technical Schools Board, Kano State.

That full Tendering Procedures will be applied only to bidders that have been

Pre-qualified and found capable of executing

 

Signed: Ali Ilu Ahamed

Due Process Committee Secretary

Science & Technical Schools Board, Kano State