Invitation for Pre-Qualificat1on for Supply of Fiber Based Bandwidth at Usmanu Danfodiyo University, Sokoto

 

University, Sokoto

(Office of the Registrar and Secretary to Council)

Invitation for Pre-Qualificat1on for Supply of Fiber Based Bandwidth

 

The Usmanu Danfodiyo University, Sokoto now invites eligible and qualified bidders to pre-qualify for the supply of dedicated fiber based bandwidth to the University, Bidding will be conducted through the Federal Government Due Process procedures -open to all bidders from Nigeria.

 

A.      Scope of Work

The scope of work b the supply of 12 meg high grade full duplex dedicated bandwidth for one year.

 

B.      Pre-Qualification Requirements

Interested bidders are invited to submit the following pre-qualification documents:

 

i.        Evidence of registration with Corporate Affairs Commission.

 

ii.       Company Tax Clearance for the last three years and VAT registration.

 

iii.      Evidence of finance capacity to execute this project, e.g. audited accounts

for the last three (3) years and a letter of reference from their banters.

 

iv.      List of similar verifiable projects successfully executed by the company with locations, letters of award and completion certificates, in the test 5 years.

 

v.       List of managerial, technical and administrative staff of the Company.

 

vi.      Evidence of membership of Internet Exchange Point (IXP).

 

vii.     Evidence of payment of staff pension contribution to the National Pension          Commission (PENCOM)

C.      Receipt of Bidding/Pre-Qualification Documents

Completed pre-qualification documents must be in sealed envelopes clearly marked “Pre-qualification for supply of Bandwidth” and delivered to: The Secretary Tenders Board, Usmanu Danfodiyo University, P.M.B. 2346, Sokoto. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives who choose to attend in person at the Senate Conference Room, Main Campus, Usmanu Danfodiyo University, PMB 2346, Sokoto on or before 30th March 2012 by 12.15 pm.

(Signed)

Umaru U. Bunza

Registrar and Secretary to Council.

Invitation for Pre-Qualification of Contractors for Bidding of Construction works under the 2012 Capital Projects at Power Equipment and Electrical Machinery Development Institute (PEEMADI), Okene

Power Equipment and Electrical Machinery Development Institute (PEEMADI), Okene

For Science and Engineering Infrastructure NASENI) (Federal Ministry of Science and Technology)

 

Invitation for Pre-Qualification of Contractors for Bidding of Construction works under the 2012 Capital Projects of the Institute

 

1.0     Introduction:

Applications are hereby invited from reputable and interested contractors with relevant technical experience, financial capability and good track records for pre-qualification to tender for 2012 capital projects in Power Equipment and Electrical Machinery Development instate (PEEMADl), Okene, Kogi State.

 

2.0     Projects To Be Executed:

2.1     Construction of Transformer Manufacturing Workshop.

2.2     Construction of Electric Generator Manufacturing Workshop.

2 3     Construction of Utility and General Purpose Workshop.

2.4     Construction of Mechanical Engineering Workshop.

2.5     Construction of Phase II of perimeter Fencing of Permanent site.

2.6     Construction of Conference Hall.

2.7     Construction of High Voltage Testing Laboratory Building.

2.8     Construction Metering and Standardization Workshops

2.9     Construction of Electrical Workshop.

2.l0    Rehabilitation of Club House

2.11   Construction of Phase II of Administrative Building

 

 

3.0 Pre-Qualification Criteria

Interested contractors are required to furnish the Institute with the following documents in sequential order as listed below:

i.            Company profile and organizational structure including names and telephone numbers, of Key personnel (Technical/Managerial).
ii.            Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).
iii.            Tax Clearance Certificate for the last three (3) years and valid up to 31st December, 2011.
iv.            Evidence of compliance with Pension Reform Act 2004 as provided in section 16 subsection 6 (d) of the Public Procurement Act 2007, and photocopiers of receipts of remittances.
v.            Evidence of compliance with section 6(1)-(3) of the Industrial Training Fund Amendment Act No 19 of June 2011.
vi.            Evidence of registration with National Health Insurance Scheme (NHIS).
Evidence of registration with the Institute as contractor.
Evidence of Value Added Tax (VAT) registration and past remittances.
ix.            Audited account of company for the immediate past three (3) years.
x.            Verifiable list of previous works successfully carried out within the last three (3) years with names of client evidence of awards and practical completion & detail of ongoing projects.
xi.            Current Bank Reference and statement of Account for the last 12 months
NOTE:

(i) Invitation for pre- qualification/tendering shall not be construed as a commitment on the part of Power Equipment and Electrical Machinery Development Institute (PEEMAD), Okene to award any form of contract to any company and shall not entitle any company to make claim or seek indemnity from the institute for having responded to our advertisement

 

4.0              Submission of Pre-Qualification Documents

Pre-qualification documents are to be neatly bound and sealed in an envelope

addressed to The Director/Chief Executive, Power Equipment and Electrical

Machinery Development Institute (PEEMADI). KM 6 Okene-Auchi expressway,

P.M.B 1029, Okene, Kogi State and marked boldly at the top right corner “PRE

QUALIFICATION DOCUMENTS” and dropped in the tender Box at the Institute

 

5.0 Opening of Pre-Qualification Documents:

Pre-qualification documents received shall be publicly opened for analysis at 12.30 p.m. on Wednesday. 26th April, 2012 at the Institute Boardroom. Interested companies and general public are by this notice invited to attend the opening exercise

 

Signed

Head, Admin & Human Resources

For: Director/Chief Executive Officer

Tender for Renovation Work and Office Furniture at Institute of Human Virology Nigeria (SHVM)

Institute of Human Virology, Nigeria

Invitation to Bid

Institute of Human Virology Nigeria (SHVM) is a mode local partner organization working to mitigate HIV, Malaria, Tuberculosis and other communicable diseases. To support its activities, the institute requires the services of an efficient and reputable provider to carry out renovation work and supply office furniture.

 

Bid Title: – Tender for Renovation Work and Office Furniture

Highlights/Bid Item: – Renovation Work- Supply of Office Furniture

 

Bid Body/Content:     Please contact the Procurement Unit for the detailed blank bill

 

Instructions to Bidding:

  • All bids must be in ink or type written; submission in pencil will not be accepted.
  • All enquiries regarding the proposed application for the above should be directed to the Senior Procurement Officer of IHV-Nigeria.
  • Blank Bill of Quantities is obtainable at the Procurement Unit for completion by each bidding contractor.
  • Bids must be properly sealed.
  • All bids must include Company Profile.
  • Bids must include copies of Tax Clearance certificates for the past three years.
  • Contractors must provide Performance bond from a reputable Insurance company preferably Goldlink Insurance Company Limited.
  • All bids must provide evidence of at least two similar jobs made in the past for IHVN or other organizations etc.
  • Contractors must provide proof of registration with the Corporate Affairs Commission (CAC).
  • Contractors must provide proof of registration with IHV-Nigeria.
  • Bids should be submitted to the head office on or before the date specified below as deadline.
  • Bids will be opened at bid opening date and time specified below.
  • Any quote with percentage/calculation error will be disqualified at the tender meeting

 

Note: Bids must reach us on or before 25th March, 2013.

 

Bids should have the title of the project written on the “Top Left Hand Corner” of the envelope.

 

Contact: Senior Procurement Officer

Procurement Unit

Supply Chain Management Department

Institute of Human Virology, Nigeria

Pent House, Maina Court

Plot 252, Herbert Macaulay Way

Central Business District

P.O. Box 9396, Garki, Abuja-Nigeria

Tel: +234 (0) 9 4810 342, 4610 341,

Fax: +234 (0) 9 4610 340

Mobile: +234 806 9085 656

 

Email: iopute@ihvnigeria.org or oputegirl@yahoo.com

Tender Opportunity: ETB-0526 PSTM and PSDM Processing Merge in OML-126 and 137 at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited

(RC No. 333613)

Tender Opportunity: ETB-0526 PSTM and PSDM Processing Merge in OML-126 and 137

1.       Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L”) seeks interested and pre-qualified Contractors for the Provision of PSTM and PSDM re-processing and merge in OML126-137, as detailed in item 2 below. The contract is proposed to commence in 2012 and continue for a duration of two (2) years with an option to extend the duration for a further period of one (1) year.

 

2.       Scope of Services:

This Scope of Services covers the re-processing of part of three 3D seismic survey, merge, 3D PSTM and contingent PSDM with the aim of obtaining an optimal structural image at a level of 0-6 seconds TWT.

 

OML-126/137 3D Re-processing Merge (FIRM)

Survey Area: 703 sqkm (Total Area)

 

1st Survey 122 sqkm from 3D Shokoloko Survey

2nd Survey 152 sqkm from Okwori 94 Survey

3rd Survey 429 sqkm from OPL225 East

 

Output Bin size:                      25.0×12.5m

Sample Rate:                           4ms

Processing Record Length:      6s

 

Processing Package A: – Field Compilation, Navigation Merge and Survey Merge

Processing Package B: – Data Conditioning

Processing Package C: – Pre-stack Data Binning/Regularization

Processing Package D: – Pre-stack Time Migration

Processing Package F: – Post-Stack Filtering and Scaling

 

OML-126-137 3D Pre-Stack Depth Migration (Contingent)

Survey Area: 703 sqkm (Total Area)

Bin size:                                   25.0×12.5m

Sample Rate:                           5 m

Processing Record Length:                6 s equivalent

 

Processing Package E: Pre-stack Depth Migration with one iteration of velocity model and RNMO

 

3.       Mandatory Requirements:

3.1     To be eligible for this, tender exercise, interested Tenderers are required to be pre-qualified in the 2D/3D/4D Seismic Data Processing 3.10.02 (Product/Service) category in NipeX Joint Qualification System (N JOS) database. All successfully pre-qualified Contractors in this category will receive Invitations to Tender.

 

3.2     To determine if you are pre-qualified and view the services category you are listed for. You may visit NipeX NJQS Website at 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     lf 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 requisite application form, make necessary payments and contact NipeX office for further action.

 

3.5.    In addition, Tenderers shall also be required to comply with the Nigerian Content requirements in the Nigerian Oil & Gas Industry Content Development Act 2010.

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 company with the Nigerian Oil & Gas Industry Content Act. 2010 as Provided at www.nnpcgroup.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 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 rote, 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.

 

5.       Closing Date

Only Tenderers who are registered with NJQS Product Group 3.10.02 2D/3D/4D Seismic Data Processing Services as at 2nd day of 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 APE(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:-

Pre-qualified contractors in the relevant Services category in NJQS will be requested to submit their Technical Tenders.

 

Following the Technical evaluation process, only technically acceptable and financially qualified contractors will communicate only with authorized officers of the qualifying Contractors at each stage of the APE(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.

 

Procurement of Road Safety Equipment at Federal Roads Safety Corps (FRSC)

Invitation for Bids (IFB)

 

Country:      Nigeria

Project:       Federal Roads Development Project

Credit No.: IDA 44150

IFB Title:   Procurement of Road Safety Equipment for Federal Roads Safety Corps (FRSC)

IFBNo.:      FRDP / 2010 / IFB / PKG II

Issuer Date:         14th March, 2012

1.       This Invitation for Bid follows the General Procurement Notice for the Project that appears in the Development Business, issue no. 637 March, 2005.

2.       The Federal Republic of Nigeria has received a Credit from the International Development Association (World Bank) in various currencies to finance the cost of the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this Credit will be applied to eligible payments under the contract for the Procurement of Communication and Road Safety Equipment.

3.       The Road Sector Development Team (RSDT) now invites sealed bids from eligible Bidders for the supply of Communication and Road Safety Equipment to enhance Federal Road Safety Corps (FRSC) activities as follows:

 

Lot No Description Qty

(No)

Delivery Period Bid Security Delivery Location
Lot 1 Mounted Car Cameras including installation 17 120 days =N= 265,000.00 (Addressed to: Federal Roads Development Project) FRSC Headquarters
Lot 2 Radar Guns 45 120 days =N= 262,000.00 (Addressed to: Federal Roads Development Project) FRSC Headquarters

 

4.       Bidding will be conducted through 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 from Eligible Source Countries as defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from the Unit Manager, Road Sector Development Team (RSDT) to inspect the bidding documents at the address given below from 9.00 am – 4.30 pm Mondays -Fridays, excluding Public Holidays.

6.       Qualifications requirements Include:

(a)     Financial Capability

Submission of audited accounts for the last three years to demonstrate the current soundness of the bidder’s financial position

(b)     Experience and Technical Capacity

The Bidder shall have been engaged in the business of supply of similar equipment and Shall have successfully completed at least two supply contracts of similar nature and complexity as the subject contract over the last five (5) years. The Bidder shall also provide details of contractually committed contracts.

(c)      The Bidder shall tarnish documentary evidence to demonstrate that the Goods it offers meet the usage requirement stipulated in the Bidding Document.

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Document.

7.       A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of fifteen thousand naira only (N15,000.00) or an equivalent amount in a freely convertible currency. The method of payment will be by bank draft payable to Federal Roads Development Project’. Bidding documents will be available from 14th March, 2012.

8.       Bids must be delivered to the address below on or before 13th April, 2012 by 11.00 AM, Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person or on-line at the address below on or before 13th April, 2012 by 11.30 AM. All bids must be accompanied by a Bid Security in local currency or an equivalent amount in a freely convertible currency as specified in item (3) above:

9.       The address (es) referred to above is/are:

Unit Manager (RSDT)

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent,

Off Nile Street, Maitama, Abuja, Nigeria.

Tel: 234 8055933982

e-mail: unitmgr.rsdt@yahoo.co.uk