Invitation for submission of Expression of Interest (EOI) for Pre-qualification and Tender in Respect of Procurements under 2010/2011 TETFUND Intervention Projects at Kaduna State University

Kaduna State University

Tafawa Balewa Way, Kaduna

 

Invitation for submission of Expression of Interest (EOI) for Pre-qualification and Tender in Respect of Procurements under 2010/2011 TETFUND Intervention Projects

 

Introduction

Kaduna State University intends to utilize its 2010/2011 Tertiary Education Trust Fund special intervention allocation in the procurement of works and goods as under.

Lot 1:          Furnishing of Twin Lecture Halls UNIV/KADUNA/SP/TETF/10/01 Lot 2:           Furnishing of Twin Lecture Halls UNIV/KADUNA/SP/TETF/10/02

Lot 3:          Furnishing of Twin Lecture Halls UNIV/KADUNA/SP/TETF/10/03

Lot 4:          Furnishing of Twin Lecture Halls UNIV/KADUNA/SP/TETF/10/04

Lot 5:          Furnishing of Twin Lecture Halls UNIV/KADUNA/SP/TETF/10/05

Lot 6:          Constructions of Twin Lecture Halls ‘A Project No. UNIV/KADUNA/SP/TETF/11/01

Lot 7:          Constructions of Twin Lecture Halls ‘A’ Project No. UNIV/KADUN A/SP/TETF/11/02

 

 

Prequalification Requirement

Reputable and interested contractors/vendors wishing to undertake the procurements are to indicate their intention submitting prequalification documents in the following order:

(I)      Evidence of Incorporation/Registration with Corporate Affairs Commission (C AC);

(ii)     Evidence of current registration with Kaduna State Tenders Board and the University as a Contractor/Supplier;

(iii)   Evidence of current Tax Clearance for the last (3) years;

(iv)   Certified audited account for the last three (3) years;

(v)     Comprehensive company profile to include full resume of key & supporting personnel, outline/evidence of similar projects executed as well as equipment and other material resource available;

(vi)    Evidence of VAT registration and remittance in the last three (3) years

(vii)   Evidence of financial capability and reference support from a recognized financial institution/bank;

 

Submission

Prequalification submission is to be made in separate sealed envelope and delivered in a single sealed envelope clearly marked “PREQUALIFICATION AND TENDER FOR PROCUREMENT UNDER 2010/2011 TETFUND PROJECTS indicating lot no. on application. This should be delivered to Office of the Registrar, Kaduna State University, Tafawa Balewa Way, Kaduna on or before 10.00am Tuesday March, 27th 2012. Opening of all submissions received will be made immediately at close of submission at the Senate Chamber in the presence of applicant’s representatives and interested public /civil society groups who may wish to attend.

 

General Information

  1. i.            This advert is only an invitation for solicitation to submit express of interest and does not bear any financial undertaking on the part of the University.
  2. ii.            Only those vendors that have satisfied prequalification requirement will have their Tender Bid open
  3. iii.            All enquires should be made to the office of the Director, Physical and Development, Kaduna State University.

 

Signed

Registrar

 

 

Execution of Projects at Madobi Local Government Council, Kano State

Madobi Local Government Council

Kano State

 

Invitation for Pre-Qualification to Tender

Notices hereby given to the general public that Pre-qualification to tender for the underlisted project is hereby invited from competent and reputable contractors/companies or firms.

 

Projects to be Executed and Scope

1.       General renovation and modification of Madobi Local Government Secretariat

2.       Construction of 1,160 side drainage at Gora

3.       Extension block of Kwankwaso Police station and renovation of existing block including furniture of all standard police division

4.       Construction of Doctor’s house at K/Agur

5.       General renovation of Chairman, DPM, and Doctor’s residence at Madobi Local Government Staff Quarters.

6.       Construction of two block of four classes office and store attached with three setter toilet and wall fencing at Kwankwaso

7.            Construction of 2.6 KM feeder road at K/Yabo- Galinja

8.       Extension of HI/LT Line from G/Hannati-Chinkoso Tudu

9.       Extension of Low tension at five location in Chinkoso ward namely Bugaje and Chinkoso ward

 

Pre-Qualification Requirement:

A.      Registration with state works registration board in relevant category

B.      Company Audited account for the last three years

C.      Evidence of tax clearance for the last three support

D.      Evidence of Financial capability or Banking support

E.      Experience and Technical qualification of key personnel

F.      Record of previous projects and evidence of knowledge of industry

G.      Equipment, plant and technology capacity

H.      Annual turn over

I.       Evidence of settlement of PAYE and other withholding Tax

J.       VAT Registration and evidence of past VAT remittance

K.      Community and Social responsibilities

 

Payment of Tender Fee:

Interested bidders are required to a non refundable fee and designed documents are to be collected from the office of the Chief Personnel Officer and should be submitted in sealed envelope marked ‘Tender’ for the above mentioned projects to the secretary tender board committee Madobi local Government Kano State on or before 27th February 2012.

 

Important Note:

This advisement should not be considered as a contract award or any commitment on the part of Madobi Local Government by virtue of any response to this advertisement.

 

Signed

Secretary RDFT

Madobi Local Government Council

Kano State

08020524419, 08038893048

 

Invitation for Pre-Qualification of Contractors to Tender for Activities Towards Achieving the Millennium Development Goals (MDGs) Under the 2011 Conditional Grants Scheme at Plateau State

 

Plateau State Government

Millennium Development Goals

 

Invitation for Pre-Qualification of Contractors to Tender for Activities Towards Achieving the Millennium Development Goals (MDGs) Under the 2011 Conditional Grants Scheme

Plateau State has been selected to participate in the 2011 Conditional Grants Scheme (CGS). The programme is jointly funded by the Federal Government through the office of the Senior Special Assistant to the President on MDGs and the Plateau State Government through the MDGs Project Support Unit. The projects to be executed are all geared towards the achievement of the Millennium Development Goals.

 

This particular intervention is for the provision of water to rural communities, small towns,  schools  and/or Primary Health Centres through the:

 

Construction of 68 Solar Powered Motorised Boreholes

Pre-Qualification Requirements

  • Certificate  of Incorporation   or  Business  Name Registration
  • Tax Clearance Certificate for the past two years including TIN
  • Evidence of Registration as Contractor with the MDGs Project Support Unit
  • Full Company Profile
  • Evidence of Work experience in Plateau State or similar terrain
  • Evidence of Financial capability/Bank Reference
  • Audited Account of Company for the past two years

 

Submission

All application(s) accompanied with pre-qualification documents are to be submitted on or before 27th February, 2011 to the address below and clearly marked “pre-qualification 2011 CGS”.

 

The State Project Coordinator

Millennium Development Goals

Project Support Unit,

No. 2 Mission Road,

Behind First Bank of Nigeria Plc,

Hwolshe Jos, Plateau State.

Note:

A.        This is not an invitation to tender as pre-qualified companies will be communicated to tender

B.        This advertisement should not be considered as a commitment on the part of the Plateau State MDGs PSU nor shall it entitle companies to make any claims whatsoever.

C.        Plateau State MDGs PSU reserves the right to verify any claim(s)

 

Signed

Mr. Francis I. Bot

State Project Coordinator

Tender Opportunity: The Provision of Formation Evaluation While Drilling (MWD/LWD) Services at Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

Operator of the NNPC/ Shell/ EFNL/Agip Joint Venture

 

Tender Opportunity: The Provision of Formation Evaluation While Drilling (MWD/LWD) Services

Tender Ref: NG01011679

 

1. Introduction:

SHELL hereby announces to interested and prequalified companies an upcoming tendering opportunity for the Provision Of  Formation while Drilling (MWD/LWD) services for SPDC in support of our onshore and offshore drilling operations in Shell Operating Units located in Nigeria. The proposed contract will commence in Q4 2012 and remain active for 24months duration, followed by a 12months extension option.

 

Please visit the Nigerian Petroleum Exchange Portal www.nipex.com.ng for further details.

2.       Scope of work:

The scope of work shall comprise provision of Formation Evaluation While Drilling services on Call-off Basis to support drilling operations in Shell Operating units located in Nigeria.

The workscope for the services include the following:

 

  • State-of-the-art MWD (probe and collar MWD) systems including Gamma Ray, Direction and Inclination services deployable in both benign and tough drilling applications including HPHT, with modern software for trajectory plotting and MWD survey corrections.
  • Accurate measurement systems for downhole annular drilling pressures as well as monitoring of downhole lateral, axial and torsional vibrations.
  • Formation Evaluation While Drilling (FEWD) services to include Attenuation & Phase Shift Resistivity, Neutron Porosity, Bulk Density and Sonic measurements for various hole sizes down to slim hole applications.
  • Third generation or latest version of Rotary Steerable Systems (including both Push-the-Bit and Point-the-Bit systems) and Geo-steering systems deployable across various hole sizes.
  • Seismic While Drilling systems
  • Gyro While Drilling systems
  • Competent and adequately experienced MWD and FEWD Engineers with up to date knowledge of relevant state of the art software to support modern directional drilling and integrated measurement / evaluation systems.

 

3. Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractor are required to be pre-qua lifted as essential service vendor in the Directional Drilling Services (Product Code: 30408) category in NipeX Joint Qualification System (NJQS) database. Only successfully pre-qualified suppliers in the category will receive Invitation to Technical Tender (ITT).

2.       To determine if you are pre-qualified and view product/service category you are listed for, open www.nipexng.com and access NJQS with your login details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

3.       If you are not listed in a product/services category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Logos with your DPR certificate as evidence for necessary update.

4.       To initiate the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

5.       To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX system.

 

 

4.       Nigerian Content Requirements:

Vendors  are to demonstrate strict compliance with the provisions of Nigerian Oil and Gas Industry Content Development Act and also provide the following

 

Requirements:

  • Demonstrate mat the entity 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
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum of 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those 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. Also 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 post experience of such patronage,
  • Specific to this work, provide detailed plan for staff training and development on equipment repairs & maintenance 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 only specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Location of in-country facilities (Storage, workshops, repair & maintenance facilities and testing facilities)
  • Contractor 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.

 

5.       Closing Date

Only Tenderers who are registered in the NJQS product/category as at Monday February 27, 2012 being the advert closing date shall be invited to submit Technical bids.

 

6.       Additional Information

  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SPDC to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from SPDC and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • SPDC will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com for this advert and other information.

Also note that this contract will be progressed through NipeX system.

 

Provision of Directional Drilling (DD) Services Tender at Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

Operator of the NNPC/ Shell/ EFNL/Agip Joint Venture

 

The Provision of Directional Drilling (DD) Services Tender

Ref: NG01011678

 

1. Introduction:

SHELL hereby announces to interested and prequalified companies an upcoming tendering opportunity for The Provision Of Directional Drilling (DD) Services for SPDC in support of our onshore and offshore drilling operations in Shell Operating Units located in Nigeria. The proposed contract will commence in June 2012 and remain active for 36months duration, followed by a 24months extension option on 12 monthly basis.

 

 

Please visit the Nigerian Petroleum Exchange Portal www.nipex.com.ng for further details.

2.       Scope of work:

The scope of work shall comprise provision of Directional Drilling services on Call-off Basis to support drilling operations in Shell Operating units located in Nigeria.

 

The workscope for the services include the following:

 

  • State-of-the-art MWD (probe and collar MWD) systems including Gamma Ray, Direction and inclination services deployable in both benign and tough drilling applications including HPHT, with modern software for trajectory plotting and MWD survey corrections.
  • Accurate measurement systems for downhole annular drilling pressures as well as monitoring of downhole lateral, axial and torsional vibrations.
  • North seeking gyro/borehole survey services.
  • Competent and adequately experienced MWD and LWD Engineers with up to date knowledge of relevant state of the art software to support modern directional drilling and integrated measurement / evaluation systems.

 

3. Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractor are required to be pre-qua lifted as essential service vendor in the Directional Drilling Services (Product Code: 30431) category in NipeX Joint Qualification System (NJQS) database. Only successfully pre-qualified suppliers in the category will receive Invitation to Technical Tender (ITT).

2.       To determine if you are pre-qualified and view product/service category you are listed for, open www.nipexng.com and access NJQS with your login details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

3.       If you are not listed in a product/services category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Logos with your DPR certificate as evidence for necessary update.

4.       To initiate the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

5.       To be eligible, all tenders must comply with the Nigerian Content Requirements in the NipeX system.

 

 

4.       Nigerian Content Requirements:

Vendors  are to demonstrate strict compliance with the provisions of Nigerian Oil and Gas Industry Content Development Act and also provide the following

 

Requirements:

  • Demonstrate mat the entity 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
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum of 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those 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. Also 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 post experience of such patronage,
  • Specific to this work, provide detailed plan for staff training and development on equipment repairs & maintenance 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 only specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Location of in-country facilities (Storage, workshops, repair & maintenance facilities and testing facilities)
  • Contractor 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.

 

5.       Closing Date

Only Tenderers who are registered in the NJQS product/category as at Monday February 27, 2012 being the advert closing date shall be invited to submit Technical bids.

 

6.       Additional Information

  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SPDC to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from SPDC and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • SPDC will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com for this advert and other information.

Also note that this contract will be progressed through NipeX system.