Invitation for Pre Qualification to Tender for the Construction and Supply of Goods and Services in the year 2012 at High Court of the Federal Capital Territory, Abuja

High Court of the Federal Capital Territory, Abuja

 

Invitation for Pre Qualification to Tender

High Court of the Federal Capital Territory, Abuja wishes to pre qualify competent contractors and other service providers who wish to tender for contracts for construction and supply of goods and services in the year 2012.

 

Interested persons are hereby invited to submit their documents for screening and further necessary action.

 

The Court will require the following goods and services:

 

1.       Supply of Motor Vehicles and Spare Parts:

a).      Toyota Prado (Jeep).

b).      Honda Civic 1.8ltrs.

c).      Toyota Hilux4x 4 Double Cabin.

d).     Nissan Sunny.

 

2).     Supply of Office Furniture and Equipment:

(a)     Supply of Court Furniture.

(b)     Supply of Office Equipment such as: Shredder Machines, Security Safes (Fire Proof), Air Conditioners, Refrigerators, Standing Fans, Ceiling Fans, Steel Filling Cabinet, Photocopier Machines, Stabilizers, UPS etc.

 

(3)     Supply of Computers and Computer Accessories

(a)     Supply of Desktop and Laptop Computers.

(b)     Desk Jet and LaserJet Printers etc.

 

(4)     Rehabilitation of Courts and Hon. Judges Quarters

 

(5)     Sinking of New and Rehabilitation of existing Boreholes in Courts and Hon. Judges Quarters.

 

(6)     Supply of Power Generating Plants.

 

(7)     Supply of Library Books, Equipment and Periodicals.

 

(8)     Printing of Judicial Forms, Probate Forms, Non Security Documents and Other Documents.

 

(9)     Maintenance Services

(a)     Maintenance of Vehicles.

(b)     Maintenance of Office Furniture.

(c)      Maintenance of Office Equipment.

(d)     Maintenance of Generators and Plants.

(e)      Maintenance of Computers.

(f)      Maintenance of Hon. Judges’ Quarters.

(g)     Maintenance of Courts/Offices.

 

(10)   Supply of stationeries.

 

(11)   Supply of Other Office Materials

(a)     Supply of Spor­ting Equipment.

(b)     Supply of Sanitation Equipment.

(c)      Supply of Security Equipment.

 

(12)   Supply of Uniforms:

Supply of Uniforms for Drivers, Security men, Craftsmen, Artisans, Registrars and Court Clerks etc.

 

(13)   Supply of Drugs and Medical Equipment.

Pre Qualification Requirement

Prospective Contractors shall be required to posses the following pre qualification documents:

(a)     Valid Certificate of Incorporation/Registration.

(b)     Current Tax Clearance Certificate.

(c)      Value Added Tax Registration Certificate.

(d)     Three years Company Audited Accounts (Companies with Annual Turn Over of less than Two Hundred Million Naira (N200,000,000.00) need not to apply) for constructions only.

(e)      Evidence of Registration as a Contractor with High Court of the FCT, Abuja.

(f)      Company Profile with Curriculum Vitae of Directors.

(g)     Details of Equipment and Plants.

(h)     Bank Reference Letter.

(i)      Evidence of execution of similar contracts with the High Court or any other Government establishment (Letter or Certificate of Successful Completion must be attached).

 

Submission of Pre Qualification Documents

Pre qualification documents should be enclosed in sealed envelope marked “2012 Pre Qualification” and must be returned to the Tenders Board Secretariat, High Court of Justice Abuja, on or before 15th March 2012, addressed to:

 

The Secretary Tenders Board,

High Court of the FCT Maitama,

P. M. B. 89,

Abuja, FCT.

 

Please Note:

(a)     All documents submitted will be subject to verification by the Court from relevant Agencies like CAC, FIRS etc.

(b)     Late submissions will be rejected.

(c)      This advertisement for “2012 Pre qualification to tender” shall not be      construed to be a Commitment on the part of the High Court of the FCT,      Abuja nor shall it entitle any person to make any claims and/or seek      indemnity from the Court by virtue of such person having responded to this         advert.

(d)     Applicants must be specific in their areas of specialization and interest.

 

Signed:

Abdulrahman Shuaibu

For: Chief Registrar

High Court of the FCT, Abuja

Expression of Interest (EOI) for Provision of Consultancy Services for Physical Projects under Its 2012 Capital Projects at Central Bank of Nigeria

Central Bank of Nigeria

 

Expression of Interest (EOI) for Provision of Consultancy Services for Physical Projects under Its 2012 Capital Projects

The Central Bank of Nigeria proposes to undertake, under its 2012 Capital Projects, the under listed projects:

 

i.        Provision of facilities at Adjoining Land at CBN Kaduna (Ref CBN/CDP/2012/001)

 

ii.       Development of Centres of Excellence in Two locations (Ref CBN/CDP/2012/002)

 

iii.      CBN Intervention in Tertiary in Six locations (Ref CBN/CDP/2012/003)

 

iv.      CBN Intervention in Secondary Schools in Six locations (Ref CBN/CDP/2012/004)

 

v.       Refurbishment of CBN Staff Clinic at Kano (Ref CBN/CDP/2012/005)

 

The projects involve new construction works, replacement, rehabilitation and upgrading of the elements of existing facilities and appertaining equipment.

 

Consultancy Services will be required in the under listed areas in order to successfully execute the projects.

 

i.        Project Management Services (Ref CBN/CDP/2012/001-002 only)

ii.       Architectural Services

iii.      Structural Engineering Services

iv.      Quantity Surveying Services

v.       Electrical Engineering Services

vi.      Mechanical Engineering Services.

 

Consequently, reputable firms interested in rendering services to the Bank in the categories as listed above are requested to send in their Expression of Interest (EOI) for that purpose.

 

Requirements:

Interested firms are required to submit proposals prepared in English Language with the following requirements which shall be used as criteria for preliminary selection.

 

MANDATORY (without which the firm will be disqualified)

i.        Evidence of registration with Corporate Affairs Commission.

ii.       Certified true copy of Memorandum and Article of Association.

iii.      Evidence of payment of tax for the last three (3) years as at when due, (such evidence should reflect the value of the projects undertaken by the firm in the last three (3) years).

iv.      Evidence of Employees’ Retirement Savings Account (RSA) with Pension Fund Administrator

v.       Evidence  of remitting employer and employees pension contribution to  appropriate Pension Fund Custodian Evidence of Transferring all Pension         Funds and Assets prior to the commencement of the Pension Reform Act to         Licensed Pension Operators.

 

Others

a.       Evidence of participation in similar projects (of value not less than N500 Million for Ref CBN/CDP/2012/001 – 002 and N200 Million for Ref CBN/CDP/2012/003-005).

 

b.       Corporate profile of the firm including CV of key personnel Supported by Professional licenses, registered address, functional contact email address, GSM phone number(s), facsimile number(s).

 

f.       Audited accounts in the last three (3) years duly stamped by Licensed      Auditors.

 

g.       Verifiable reference of related services rendered in the last three (3) years (attach letters of engagement)

 

h.       References of satisfactory performance on similar projects from three (3) previous clients.

 

i.        For Electrical Engineering Services, Evidence of Competences on

  • Power and Distribution
  • Information Communication Technology infrastructure
  • Security and Safety installations.

 

j.        Mechanical Engineering Services, evidence of Competences on

  • Hot and Cold water Supply and storage systems.
  • Waste and Storm water Drainage systems
  • Heating, Ventilation and Air-Conditioning (HVAC)
  • Fire Fighting and Suppression systems
  • Transportation (Lifts)

 

Remunerations:

Interested firms should note that consultants’ remunerations shall be on man-month basis and reimbursable. Shortlisted firms shall thereafter be invited to submit financial bids in the Nigerian currency.

 

Submission:

Applications for EOI accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left corner and boldly written

 

“EOI for ….Services for …..Project (Ref..).” and addressed to:

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

 

Closing Date:

All submissions must be received at the above Office on or before 30th March.

 

Important Notice:

  • Only short listed firms will be contacted
  • Interested firms are required to state locations for which they are applying for and shall not apply for more than two of the listed projects; failure to comply may attract disqualification of the firm’s proposal.
  • The Bank reserves the right to reject any proposal.

 

Signed:

Management

Execution of Projects at Borno State Universal Basic Education Board

Borno State Universal Basic Education Board

P.M.B. 1233 Jos Road Maiduguri.

 

Invitation for Pre-Qualification and Bidding

The Borno State Universal Basic Education Board invites, interested, reputable and competent contractors to submit tender under Federal Government UBE

Intervention Fund for 1st and 2nd Quarter, 2011 UBEC/SUBEB Project.

 

The projects are for the following categories:

a. Lot 1:      Construction of a block of 2 classrooms with office and store.

b. Lot 2:      Construction of a block of staff common rooms,

c. Lot 3:      Procurement and supply of staff common rooms furniture and

electrical appliance.

d. Lot 4:      Fabrication and supply Pupils furniture.

 

Pre-Qualification Requirements:

1.       Evidence of registration with Corporate Affairs Commission.

2.       Evidence of registration with Borno SUBEB as contractor.

3.       Reliable list of similar work executed (letter of Award/certificate of completion photocopy).

4.       Tax clearance certificate for the last three years.

5.       Evidence of VAT registration/ VAT remitted.

6.       Technical capability of the Company.

7.       Audited financial statement of account for the last three years.

 

List of the pre-qualified bidders will be placed on the notice Board of the BOSUBEB Headquarter.

 

Tender/Bidding Document:

1.       The tender document will be available for collection upon the Payment of          non-refundable fee of N20,000.00.

2.       Pre-qualification document are to be submitted as from today 28th February     and close on 21st March, 2012 and will be open immediately.

3.       Tenders should be submitted as from Thursday 5th April, 201 2 and will close on 17th April, 2012 by 11:00am. The documents should be clearly marked “Tender” for specific lot and must be addressed to the:

 

Executive Chairman,

Borno State Universal Basic Education Board,

P.M.B. 1233, Jos Road, Maiduguri.

 

4.       Tenders will be opened on 17th April, 2012 at the Conference Hall of the  Board by 11.00 am.

NB: The Board will not oblige to accept the lowest or highest tender.

 

Signed:

Permanent Secretary,

For: Executive Chairman, Borno SUBEB

 

Expression of Interest for the Selection of Financial Advisers at Asset Management Corporation of Nigeria

Asset Management Corporation of Nigeria

 

Selection of Financial Adviser

 

Invitation for Expression of Interest

In August 2011 the Asset Management Corporation of Nigeria (“AMCON”) was invited by the Nigerian Deposit Insurance Corporation (“NOIC”) to capitalize three Bridge Banks it had created namely; Mainstreet Bank Limited, Keystone Bank Limited and Enterprise Bank Limited. AMCON currently owns the entire equity capital of these three banks and it intends to divest of them over a defined investment horizon.

 

AMCON is in the process of seeking Expressions of Interest from leading Investment Banks in providing advisory services on AMCON’s strategic options for its shareholding in the three Banks. Interested advisers are invited to provide information indicating that they are qualified to perform the services. Each interested party should submit an Expression of Interest detailing the following, as basis for pre-qualification;

 

  • Proof of relevant experience in the sector and type of the contemplated transactions. Experience in the Nigerian and African markets would also be positively considered.
  • Prior experience in advising companies from the Financial institutions Group in emerging markets on M and A transactions
  • Proposed team composition and its proposed structure including relevant experience of the members of the team during the past three years.
  • Initial thoughts on the assignment including your recommendations.
  • Proposed fee structure.
  • State any potential conflict of interest.
  • Each proposal submitted must state validity period.

 

The selection process would be held in two phases with the first phase outlined above. In a second phase to follow shortly thereafter, a limited number of candidates will be issued a Request for Proposal (RFP) in respect of AMCON’s strategic options for the three Banks.

 

AMCON reserves a right to amend or cancel this process at any time without cause.

 

Scope of Work:

Each appointed party shall ensure that the following tasks are conducted:

  • Review and assess the current status of the three Banks.
  • Advise and recommend to AMCON its best available options for its shareholding in each Bank.
  • Develop a detailed strategic option plan for each of the three Banks.
  • Perform detailed financial analyses in the context of the transaction.
  • Assist with engagement of all stakeholders to the Banks.
  • Assist in the development and management of all aspects of communication in respect of the transaction.

 

Submission of Expression of Interest

Expressions of Interest shall be in English and shall be titled “Expression of Interest for the Selection of Financial Advisers”. The expression of interests should be delivered on or before 19th March 2012 by 5.00pm to the following email address:

Email: financialadvisersrfp@amcon.com.ng

 

 

Tender Opportunity: Provision of Liner Hangers Services to Support Deepwater Drilling and Completion Operations at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company

 

Tender Opportunity: Provision of Liner Hangers Services to Support Deepwater Drilling and Completion Operations

 

Introduction:

Star Deep Water Petroleum Limited invites interested and qualified companies in tendering for provision of Services listed under ‘Scope of Work/Service Requirements’ which will be carried out in respect of Nigerian National Petroleum Corporation (NNPC) 2013 – 2016 Oil and Gas Wells Drilling, Completions and Workovers for Deepwater Operations in Nigeria. Availability to commence provision of Services is required for an anticipated Commencement Date:  Third (3rd) Quarter 2013. With a Primary Term of two (2) Years with a possible Optional Term of one (1) Year.

 

Scope of Work/Service Requirements:

DWD-2011-913179: Liner Hangers Running Services

  • Interested Applicants must be able to provide the following as required for Deepwater Liner Hangers Services:
  • 7”, 9-5/8” and 11 -3/4” Liner Hangers with Liner Top Packers and PBR extensions. Liner Hangers must be hydraulic set.
  • Secondary Liner Top Packer assemblies.
  • Tie-back assemblies.
  • Landing collar.
  • Liner wiper and pump down plugs and setting balls.
  • Liner hanger running tools. Plug dropping head should allow for rotation of liner landing string.
  • Manufacturer trained service technical personnel with a minimum of (5) five years experience working in deepwater drilling and completion operations.

 

Mandatory Requirements:

1.       To be eligible for this tender exercise, interested Bidders are required to be pre-qualified in Category 30419 (Liner Float, Hangers and Running Equipment Services) in Nipex Joint Qualification System (NJQS) database. All successfully pre-qualified Bidders in above categories shall receive Invitation to Technical Tender.

 

2.       Note, interested Bidders including their sub-contractor(s) shall be required to:

 

a.       Meet all JQS mandatory requirements to be listed as “PRE-QUALIFIED” for a Category in the NJQS database.

 

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

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”).

 

3.       To determine if you are pre-qualified and view the Product/Service Category you are listed for Open www.nipexng.com and access NJQS with your log-in details, click on continue Joint Qualification Scheme tool, click check ‘My Supplier Status’ and then click ‘Supplier Product Group’.

4.       If you are not listed in a Product/Service Category noted above, and you are registered with DPR to do business for this Category, Please contact Nipex office at 30. Oyinkan Abayomi drive, Ikoyi Lagos with your DPR Certificate as evidence for review and necessary update.

 

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

 

Nigerian Content Requirements:

  • Demonstrate that the entity is a Nigerian Indigenous Company, or Nigerian indigenous 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; submit clear photocopies of your CAC Forms CAC 2, C AC 7.

 

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

 

  • Provide a Nigerian Content Plan providing a detailed description of the role,  work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work; provide details of Nigerian Content focal point or manager.

 

  • 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; attach past experience of such patronage.

 

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

 

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

 

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

 

  • Provide details of equipment ownership.

 

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

 

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

 

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

 

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

 

Close Date:

Only tenderers who are registered with NJQS Product Category 30419 (Liner Float, Hangers and Running Equipment Services) by  4.00pm on Monday 19th March 2012 being the advert close date shall be invited to submit technical bid.

 

Please note the following

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

 

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

 

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

 

  • All costs incurred in preparing and processing NJQS prequalification shall be to the applicant’s account.

 

  • This advertisement shall neither be construed as any form of commitment to award any contract to any company and or associated companies, sub­contractors or agents, nor shall it entitle prequalified companies to make any claims Whatsoever, and/or seek any indemnity from SDWPL and or any of its partners by virtue of such companies having been prequalified in NJQS.

 

  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review and evaluation, only technically and financially qualified bidders will be requested to submit commercial tenders. SDWPL will communicate only with authorized officers of the pre-qualified companies and NOT through individuals or Agents.

 

Please visit the Nigerian Petroleum Exchange (Nipex) Public Opportunity Portal, www.nipexng.com for copy of this advertisement and any other required information.

 

Management

Star Deepwater Petroleum Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos.