Tender Opportunity: TB-3047 Construction all Risk Insurance at Addax Petroleum Development (Nigeria) Limited and Addax Exploration (Nigeria) Limited

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

Addax Petroleum Exploration (Nigeria) Limited (RC No RC 333613)

Tender Opportunity: TB-3047 Construction all Risk Insurance

1. Introduction:

Addax Petroleum Development (Nigeria) Limited and Addax Exploration (Nigeria) Limited (hereinafter together referred to as  “Addax” ) are seeking interested and pre-qualified Nigerian registered Insurance companies having ‘world class’ experience in the provision of Insurance Services for major Oil and Gas companies. The contract duration is two (2) years with an option to extend for a further period of one (1) year.

 

2.       Scope of Services:

The scope of service will cover physical loss and/or damage to property and General Third Party liability risks.

 

The insurer shall retain a maximum percentage of the risk in Nigeria and re-insure the remainder of the risk with leading international underwriters. The insurer will liaise with the appointed re-insurance Broker for the purpose of re-insurance with foreign Underwriters with minimum rating of A by S & P The Insurer will also handle policy documentation, claims services, renewals, endorsement etc.

 

3.       Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the Other Insurance Services (3.14.39) (Product/Service) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive invitations 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 then click on ‘supplier product group’.

 

3.3    If you are not listed in a product/service category 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, you may access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

 

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

 

4.       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 comply with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgro.up.com and www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer 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 shareholding structure. With photocopies of its CAC Forms CAC2 and CAC7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total workforce 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 contacted directly or under subcontract agreements) with names and addresses including evidences of well-equipped offices and workshop.
  • Provide evidence of NAICOM’s approval of Annual Returns and Accounts for previous underwriting year.
  • Provide certified true copy of NAICOM approval of recapitalization and Consolidation to continue to transact insurance business within the Federal Republic of Nigeria
  • Provide detailed plan for staff training and development on insurance.
  • 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 office
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

5.       Closing Date

Only Tenderers who are registered with NJQS Product Group 3.14.39 Other Insurance Services as at Wednesday, 18th April, 2012 being the advert closing time/date shall be invited to submit Technical Bids.

 

6.       General Conditions:

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

 

In addition to the above, the following documentation shall be required from Tenderers

  • Valid and current DPR Certification in the category of the subject service;
  • Original certified true copy of certificate of incorporation by the CAC.
  • Original certified true copy of Naicom certificate,
  • 3 years Tax Clearance Certificate (years 2008-2010) certified copies by FRIS
  • 3years Audited Accounts (years 2008-2010) and
  • Evidence of PENCOM and NSITF registration on employee compensation
  • ADDAX 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

 

Selection of Contractors for the Construction of the Corporation’s Office and Training Centre at Lagos and Abuja at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue, Central Business District, and Abuja E-Mail: info@ndic.org.ng Website: www.ndic.org.ng

Selection of Contractors for the Construction of the Corporation’s Office and Training Centre at Lagos and Abuja

 

Request for Expression of Interest

 

The Nigerian deposit Insurance Corporation (NDIC) intends to develop its Lagos Office Building Training Centre at Lagos and the Head Office Annex at Abuja.

Reputable Construction firms are hereby invited to Tender for the pre-qualification exercise.

SCOPE OF WORK

The construction work would be implemented as follows:

 

Lot.1: Construction of Lagos Office building  at Ikoyi Lagos;

Lot 2:          construction of Head office Annex at Abuja

Lot 3:          Construction of Training centre at Lekki Phase I Lagos.

Conditions for Eligibility

  • Interested Construction firms are required to submit pre-qualification documents detailing their Company’s capabilities. The Construction firms should be registered with relevant professional bodies. Firms must be willing to enter into a formal agreement with the Corporation.

Submission must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria
  • The current 3 years Tax Clearance Certificate of the Company (2007-2010)
  • The Company’s audited accounts for the last three years (2007-210).
  • Evidence of Financial capacity or ban support to undertake the project.
  • Evidence of similar works executed within the past three years of not less than N10. Billion annual turnover.
  • Companies tendering for Lot 1 must have successfully carried out construction of high rise buildings in the last three (3) years.
  • Comprehensive Company profile and Organizational structure.
  • Evidence  of Operational Capacity to execute the project
  • Resumes of key technical staff to be deployed.
  • Sworn affidavit to indicate that the company is not in receivership and none of its directors were ever convicted of fraudulent activities.
  • Evidence of availability of requisite and appropriate staff/skill for the job.
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act: including proof of remittance to PFCs and PFAs.

Verification Claims

Please not that the Corporation reserves the right to verify all indicated references and Operation Capacities as submitted by interested contractors.

 

Submission of Pre-Qualification

The EOI should be submitted in sealed envelopes clearly marked PRE-QUALIFICATION FOR CONSTRUCTION OF NDIC OFFICES AND TRAINING CENTRAL AT LAGOS AND ABUJA and addressed to:

Director, Administrative Department,

Nigerian Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

 

The closing date for submission is 14th May, 2012 at 12 noon. The submission are to be dropped in the tender box on the ground floor, reception in the Head Office, Companies dropping EOI are expected to sign the EOI register on the 2nd floor, Admin Dept, before dropping the tenders. Submission is EOI by post or courier will not be acceptable, and any EOI received at the designated location after the specified time and date shall be considered later and non-responsive.

Opening of Documents’

Opening of documents will hold in the presence of contractors or their representatives at the conference room of the Head Office building on Monday 14th May, 2012 by 2.00pm.

 

Important Notice:

All contractors are to note that:

1.       Nothing in this advert shall be construed to be a commitment by the Corporation.

2.       Failure to comply with any of the above instruction or to provide any of the above listed documents may automatically result to disqualification

3.       The Corporation shall not enter into any correspondence with unsuccessful tenderers

 

Only firms seen to be capable of executing the project will be contacted.

Signed:

Management

 

Tender Opportunity: Provision of Insurance Services at Addax Petroleum Development (Nigeria) Limited and Addax Exploration (Nigeria) Limited

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

Addax Petroleum Development (Nigeria) Limited (RC No RC 333613)

Tender Opportunity: Provision of Insurance Services

 

 

1.         Introduction:

Addax Petroleum Development (Nigeria) Limited and Addax Petroleum Exploration (Nigeria) Limited (hereinafter together referred to as “ADDAX”, are seeking interested and pre-qualified contractors for the provision of insurance Service’s as detailed in item 2 below. The contract duration is two (2) years with an option to extend for one (1) additional year.

 

2.         Scope of Services:

This Scope of Services will cover the provision of Insurance Services (Life & Non Life) associated with ‘ADDAX’ Operations. The insurer will also handle policy documentation, renewals, endorsement, claims etc.

 

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of the following insurance services:

 

Motor Vehicle Insurance
Group personal Accident Insurance
Group Life Assurance Policy
Marine Insurance
Plant All Risks Insurance
Combined Industrial All Risk Insurance (All Risk, Money Insurance, Fidelity Guarantee Insurance, Electronic Equipment Insurance, Public Liability Insurance)

 

3.         Mandatory Requirements:

3.1.      To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the Life Insurance Services (3.14.30) and Non-Life Insurance Services (3.14.32) (Product/Services) category 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 vww.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check m y supplier status’ and then click on ‘supplier product group’.

 

3.3       If you are not listed in a product/service category 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, you may access www.nipexn.com to download the application form, make necessary payments and contact NipeX office for further action.

 

3.5       To be eligible, all Tenderers must comply with the Nigerian Content requirements in the NipeX system

 

4.         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 comply with the Nigerian Oil & Gas Industry Content Act 2010 as provided at www.nnpcgroup.  and www.nigcontent.com , in view of the fact that non-compliance constitute a fatal flaw in all contract evaluations.

 

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer 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 shareholding structure. With photocopies of its CAC Forms CAC2 and CAC7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total Workforce 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 evidence of NAICOM’s approval of Annual Returns and Accounts for previous underwriting year.

 

  • Provide certified true copy of NAICOM approval of recapitalization and Consolidation to continue to transact insurance business within the Federal Republic of Nigeria.

 

  • Provide detailed plan for staff training and development on insurance.
  • 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 office.
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

5.         Closing Date

Only Tenderers who are registered with NJQS Product Groups 3.14.30 (Life Insurance Services) and 3.14.32 (Non Life Insurance Services) as at Wednesday, 18th day of April, 2012 being the closing time/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 ADDAX 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 ADDAX 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 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.

 

In addition to the above the following documentation shall be required from Tenderers:

  • Valid and current DPR Certification in the category of the subject service;
  • Original certified true copy of certificate of incorporation by the CAC;
  • Original certified true copy of Naicom certificate;
  • 3 years Tax Clearance Certificate (years 2008-2010) certified copies by FRIS;
  • 3 years Audited Accounts (years 2008-2010); and
  • Evidence of PENCOM and NSITF registration employees registration
  • ADDAX 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.

Request for Expression of Interest for Consultancy on Strategic and Development Action Plan at Office of the Auditor-General for the Federation

Economic Reform and Governance Project (ERGP)

Credit No: 4011

Request for Expression of Interest for Consultancy on Strategic and Development Action Plan

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) in support of the Economic Reform and Governance Project (ERGP) and intends to apply part of this credit to payment under the contract for Consultancy on Strategic and Development Action Plan for the Office of the Auditor-General for the Federation.

 

Office of the Auditor-General for the Federation now invites eligible consultancy firms to indicate their interest in providing these services. Interested firms must provide adequate information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, general qualifications and number of key staff, and so forth).

 

Firms will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers January, 2011.

 

Expressions of interest must be submitted in three (3) hard copies with an electronic copy (Recordable CD) in a sealed envelope clearly marked “Expression of Interest for Consultancy On Strategic and Development Action Plan,

 

Interested firms may obtain further information at the address below from 8.00 a.m. to 4.00 p.m., Monday through Friday (except public holidays).

 

Only short listed applicants will be contacted.

The Expression of Interest must be delivered on or before 30th April 2012 by

12: 00 noon at the address shown below:

 

Project Coordinator

Economic Reform and Governance Project (ERGP)

Office of the Auditor-General for the Federation

Plot 849, Koforidua Street. Off Michael Okpara Street

Wuse Zone II, Abuja.

Mobile +234-8023341246, +234-8036182224

E-mail: oaugfergp@yahoo.com

Invitation to Pre-qualify for the supply of Warehouse Racks at Society for Family Health (SFH)

 

Society for Family Health

Invitation to Pre-qualify for the supply of Warehouse Racks

Society for Family  Health (SFH) Nigeria  is a non-profit  public  health indigenous NGO that is implementing programmes in reproductive health, HIV/AIDS prevention and control, maternal and child health and water purification with the poor, vulnerable and hard to reach communities in Nigeria. SFH Nigeria works in collaboration with the Federal Government, through the support of donors such as the United Kingdom Department for International Development (UKaid), the United States Agency for International Development (USAID) and the Bill and Melinda Gates Foundation, among others.

 

Society for Family Health invites reputable and competent organizations to apply for Pre-qualification for the supply and installation of heavy duty warehouse racks in her warehouse in Lagos state.

Pre-qualification requirements:

Interested organizations must submit the following documents:

A.      Evidence of company registration with Corporate Affairs Commission, with copies of certificate of incorporation and Memorandum of Association.

 

B.      Verifiable evidence of company’s technical ability to supply and install   warehouse racks.

 

C.      Evidence of similar and other projects successfully executed in last three (3) years will be an added advantage.

 

D.      Company profile which will include list of key professionals with their curriculum vitae. evidence of registration of the personnel with relevant professional bodies

 

E.      Evidence of financial standing from bankers.

 

F.      Evidence of VAT registration/Remittance certificate and income tax clearance certificate for the most recent throe (3) years.

 

G.      All relevant information concerning contacts for the organization.

 

Submission of Application/closing Date

The completed Pre-qualification submissions must be in duplicate copies and in a sealed envelope, and clearly marked with the code PREQ/ RACKS 2012.

 

This sealed envelope should be addressed to the Director Procurement and received in our Abuja office address below, on or before 10th April 2012 by 5.00pm.

 

Please Note:

1.       All costs incurred by bidders as a result of this process and any subsequent requests for information shall be borne by the bidding companies.

 

2.       Only organizations that satisfy the Pre-qualification requirements will be contacted with Requests for Quote (RfQs).

 

Director Procurement

Society for Family Health

8, Port Harcourt Crescent

Area 11, Garki, Abuja

P.M.B. 5116, Wuse, Abuja.