Tender Opportunity: Global Maintenance Service For ATG, PD, Turbine, Floco Meters, Prover Loop and Physical Instruments Recalibrations at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited

Operator of the NNPC/NAOC/Phillips Oil Joint Venture

Tender Opportunity:

Global Maintenance Service For ATG, PD, Turbine, Floco Meters, Prover Loop and Physical

Instruments Recalibrations

 

1.         Introduction

The Nigerian Agip Oil Company Limited (NAOC) intends to put in place a Global Maintenance Contract for ATG, PD, Turbine, Floco meters and Prover loop recalibrations and maintenance.

 

NAOC therefore uses this medium to inform suitable and reputable indigenous companies having requisite experience and resources for the execution of projects of this magnitude to register or update their registration with NipeX for consideration in the subject opportunity.

 

 

2.         Scope of Work

The equipment is located in Company’s Land and Swamp areas. The  target plants are located in the following fields:

 

Land Swamp
PD METERS 20 15
ATG METERS 20 15
TURBINE METERS 5 8
TARGET METERS 2
FLOCO METERS 4 2
PROVER LOOP PLUS DIVERTER VALVES 7 6
PHYSICAL INSTRUMENT CALIBRATION 100 75

 

The ultimate objective of the multi-years contract shall be to achieve and possibly exceed the target availability of the equipment, with full responsibility and accountability of Contractor on the execution of all required maintenance. Therefore Contractor, shall carry out all the activities within the established workflow, for the following maintenance types:

 

  • Routine maintenance
  • Preventive (Programmed and Predictive) Maintenance
  • Corrective maintenance
  • Modification and Improvements/Upgrades
  • Extraordinary Maintenance

 

For all the above activities Contractor shall also carry out the relevant engineering and procurement of operating spare parts.

 

3.         Mandatory Requirements

a)         To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the 3.01,05 – Electro / Control Instrumentation Services and 3.07.05 – Instrument Testing / Calibration Services (Product/Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

 

b)         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.

 

c)         If you are not listed in a product/service category but 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 necessary update.

 

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

 

4.         Nigerian Content

Bidders are invited to express complete understanding and willingness to comply with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010.

 

Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Act provisions/Schedule. Only bidders whose submissions are in compliance shall proceed to the next stage of the tendering process.

 

The following are some of the information/documentation that will be required for submission at the ITT stage:

 

a.         Provision of detailed description of all work bidders will accomplish using Nigerian Resources (Labour, Materials & Services).

 

b.         Provision of current and in-place organization structure with detailed experience and skills of key management personnel with names. Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians.

 

c.         Detailed past experience/present commitment to staff training and development of Nigerian personnel. Furnish details of training plans for Nigerians specific to this scope of work.

d          Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that are involved in executing the service.

 

e.         State any further innovative proposals that would enhance the development of Nigerian Content for the Project.

 

f.          Demonstrate that entity is a Nigerian company as defined in the NOGICD Act 2010. Where capacity is inadequate, genuine alliances with multinationals companies for the purpose of technology transfer will be accepted; the alliance or Joint venture will demonstrate with binding Memorandum of Agreement signed by chief executives of the entities that evidences clear work-share ratio among the parties and time frame for growth or transfer to be achieved.

 

g.         Details of Company ownership and shareholding structure with certified true copies of CAC forms CO2 and CO7, including company memorandum & article of association and other evidence of entity’s incorporation.

 

h.     Only indigenous Companies can participate in this bidding exercise.

 

 

5. Closing Date

Only tenderers who are registered with NJQS under Product Group 3.01.05- Electro/Control Instrumentation Services and  3.07.05 – Instrument Testing/Calibration Services on or before  23rd February, 2012. Tenderers shall be invited to submit Technical Bids.

 

6.         Additional Information

This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAOC, nor shall it entitle Applicants  to make any claims whatsoever and/so seek any indemnity from NAOC and/or any of its Partners by virtue of such Applicants having responded to this Advert.

 

 

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

 

MANAGEMENT

Invitation for Pre-Qualification/Tender for the Supply of Printing Machines at Nigerian Institute of International Affairs

Nigerian Institute of International Affairs

Invitation for Pre-Qualification/Tender for the Supply of Printing Machines

 

The Nigerian institute of International Affairs (NIIA) invites interested and reputable Nigerian companies registered with the Corporate Affairs Commission under the companies Act of the Federal Republic of Nigeria with relevant experience and capacity to tender for the supply of printing machines as stated below:

 

Technical Specification

Acquisition and installation of the following printing machines:

SN Item Description Qty
1 Eagle sheet-fed offset printing Machine 18 x 25” (one color)

 

1
2 Eagle sheet-fed offset printing Machine 18 x 25” (two colors) Specification:

Largest Paper Size:    460×640 mm

Plate Size:                   51 Ox645x30mm

Blanket Size:              570x645x1,7 mm

Paper Stock Acceptability Range:   40 to 400gsm

Height:                      1650mm

Highest speed:          7000iph

with Baldwin Fountain Solution Pre-mixing Chiller

 

1
3  

Online iCtP Plate Writer 2400 high definition InkJet Print Engine, including baking, guming and dryer system, feed and delivery table, stand, RIP workstation with Mac and PC connectivity, Harlequin based Xitron with iScreening technology, basic colour proofing support for Epson 4800-/9880 and fluid start up-kit with Accessories Along with extra (two) workstations connected to the Main-server + 1(one) High Definition professional A3 Scanner +  1(one) appropriate UPS

 

Technical Specification:

Computer -to plate of the following Specifications-

  • Image Device    -1440 nozzle of ultra-definition 2888 dpi
  • Imaging Fluid    -Patented Liquid Dot technology
  • Plate Type -Uncoated grained and anodized aluminum optimized for i-Ctp (All 1 & 2 up and few 4-up)
  • Max imaging Size  -609K767mm (24”x30 2”)
  • Imaging  Speed  -6 to 10 BV3 Plates/hour at maximum speed
  • Run Length      -50,000 impression
  • RIP        -Harlequin based platform: 2 GB RAM. 100

Base- T Ethernet with connectivity to MAC and PC environments

  • Screening   -Stochastic Screening, optimized for i-CtP
  • Power Consumption       -Stand by: 0.3KW and Process: 3 KW

 

1
4 Thread Book sewing Machine:

Technical Data

Largest Size of Book 420 x 250mm

Smallest Size of Book 115x100mm

1

 

Project Scope

I.       Supply

II.      Installation

III.     Implementation/configuration

IV.     Integration (involves an assessment of the project site to determine requirement for the system integration.

V.      One year technical and capacity building support for NIIA personnel .

VI.     All least two year warranty

 

 

Submission of Tender

Interested organizations/companies are requested to send technical bids with relevant documents as follows:

 

(i)      Company Profile

(ii)     Tax Registration Certificate

(iii)    VAT Registration Certificate

(iv)    Bank Reference/Guarantee

(v)     Certificate of Incorporation

(vi)    Financial Statement for the last three years

(vii)   Evidence of previous supply and installation

(viii) Evidence of local technical support

 

Completed bids should be sealed and labeled (Prequalification and Technical bids) appropriately addressed to the Director-General, Nigerian Institute of International Affairs, 13/15 Kofo Abayomi Street, Victoria Island, Lagos.

The application/ bid will close 21st February, 2012

 

Signed:

Management

Request for Expression of Interest (EOI) for the Post of Highway Engineer at Federal Roads Development Project

Federal Republic of Nigeria

Federal Roads Development Project

Road Sector Development Team (RSDT)

Request for Expression of Interest (EOI) for the Post of Highway Engineer

 

Project ID No.: P090J 35

Credit No: JDA44I50

 

1.       This invitation for expressions of interest follows the general procurement notice that appeared in UN Development Business online, Issue No.637 of 11 March 2005.

 

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) towards the cost of the Federal Roads Development Project (FRDP). The project supports the implementation of the national strategy to ensure sustainable maintenance of the federal road network over the short and medium term in order to provide appropriate levels of service across the entire federal road network.

 

The Federal Ministry’ of Works (FM W) established the Road Sector Development Team (RSDT) to administer and manage the PRDP. The RSDT has identified the need to engage an experienced Highway Engineer who is expected to carry out all duties in highway planning, design and project implementation, documentation and economic appraisal of road.

 

 

2.   Objective of the Services:

The Highway Engineer will be responsible for providing highway engineering services to support the operations of the Road Sector Development Team (RSDT) on the implementation of the World Bank assisted Federal Roads Development Project (FRDP) and projects funded by the African Development Bank (AfDB)/other development partners. He/she will be responsible for the delivery of a programme of highway schemes and assisting in the preparation of briefs and with managing projects, costs and budgets

 

 

3.    Qualifications/specialized knowledge/experience required

The successful candidate must possess:

  • A Masters degree in Civil Engineering;
  • At least 8 years of professional highway engineering experience
  • At least 5 years of working experience on road infrastructure projects covering road construction, maintenance and/or rehabilitation
  • Have specific experience in the following aspects of highway engineering:
  • Highway planning
  • Road alignment and surveying
  • Supervision of highway rehabilitation and maintenance contracts
  • Highway geometries and drainage
  • Highway construction and rehabilitation
  • Highway economics and finance
  • Knowledge/experience in the use of HDM-4 or any other popular highway economic software will be an added advantage
  • Demonstrated capacity to work independently as well as contribute positively in a team environment;
  • Good working skills with Office applications (Excel, Word and Power Point);
  • Excellent verbal and written communications skills in English;
  • Ability-to communicate, negotiate, analyze, elaborate and present reports and statements

 

4.    Duration of the APPOINTMENT

The contract shall be Performance Based and the Consultant shall be appointed on contract for an initial period of two years which will be renewable based on performance.

 

Consultants will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and  IDA credits by World Bank January 2011 Edition.

 

Interested consultants should submit one (I) copy of the above information (detailed CV, copies of degree certificates etc.) in English language in an envelope marked: “Expression of Interest for the Post of Highway Engineer – Road Sector Development Team”. Expressions of Interest should reach the above office not later than Monday 27th February, 2012.

 

Unit Manager, Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

 

Tel:     +234 7036609082

Email: unitmgr@yahoo.co.uk

Pre-Qualification of Contractors for MDGs Conditional Grant Scheme at Kano State Government

Kano State Government

Pre-Qualification of Contractors for MDGs Conditional Grant Scheme

 

Background

Kano state government wishes to embark on the implementation of Health and water projects in partnership between the federal and state government under the MDGS project of conditional Grants scheme.

 

The objective of the investment is to improve service delivery in health in selected communities, as part of the progress towards achievement of the Millennium Development Goals.

 

Expressions of interest are hereby invited from suitably qualified consultants and contractors for the following works;

1.       Construction of new structures in Health facilities.

2.       Rehabilitation of old structures in Health facilities.

3.       Supply of generating sets.

4.       Supply of drugs.

5.       Supply of Hospital equipments.

6.       Supply of ambulances.

7.       Training of Health personnel on integrated management of childhood illness (IMCL) and life saving skills (LSS).

8.       Improvement of water supply to Sumaila town and other villages.

9.       Repairs of existing generating sets.

 

 

The pre-qualification document should contain Evidences of:

1.       Registration with the corporate affairs commission

2.       Registration as a contractors /consultant

3.       Relevant experience (client, nature of jobs, status of the project, location and cost of the project)

4.       Financial capacity ( by annual accounts from the last three years, or bank statement of company accounts, or letter from a reputable bank stating clearly amount for which the company will have access to as loan, etc to pre-finance the project)

5.       List of veritable construction equipment relevant for the category or subcategory that the contractors signifies interest;

6.       Tax registration and payments of same;

 

Submission of Pre-Qualification Documents

Pre-qualification documents are to be submitted to the following  address on or before 21st February, 2012.

Mukhtar Umar

S.A on MDGS/ Donors

Kano state government Office of the Special adviser to the

Governor on MDGS/Donors Agencies

GP NO 884 Commissioner Road, kano

Enquiries: mukhtarzak@yahoo.com

Mobile phone; 08037182939

 

Disclaimer

Please, note that this is not an invitation to tender; only pre-qualified companies shall be invited to collect and fill tendering documents. This advertisement shall not be construed as a commitment on the part of the Kano state Government, nor shall it entitle any claim whatsoever; and /or seek any indemnity from Kano state Government, and /or its agencies by virtue of such companies having responded to this advertisement.

 

All expenses incurred in preparing pre-qualified response and all expenses otherwise associated with its pre-Qualification response shall be borne solely by the prospective contractors and consultants.

Invitation to Tender at Saki West Local Government, Saki

Saki West Local Government, Saki

Invitation to Tender

 

This is to notify the general public that Saki West Local Government, Saki, Oyo State intend to embark on the following projects within the Local Government Area.

 

1. (i) Construction of a block of 3 classrooms, 1 store, 1 office at   the community Primary School, Orita Gbabe, Saki

(ii)    Construction of a block 3 classrooms, 1 store, 1 office at the Community Primary School, Ilua, Saki

(iii)   Construction of a block of 3 classrooms, 1 store, 1 office at the community Baptist Primary School, Ayekale, Saki

(iv)   Construction of a block of 3 classrooms, 1 store, 1 office at the L.A. primary school, Isia, Saki

(v)     Construction of a block of 3 classrooms, 1 store, 1 office at the Baptist Primary School, Otun Oko, Saki

(vi)   Construction of a block of 3 classrooms, 1 store, 1 office at the community primary School, Ajegunle, Saki

(vii)  Construction of a block of 3 classrooms, 1 store, 1 office at the Christ Anglican School, Otun, saki

(viii) Construction of a block of 3 classrooms, 1 store, 1 office at the Baptist Model Primary School, Ajegunle, Saki.

 

2.      Tenders are therefore invited from interested, reputable and competent contractors for the said project.

 

3.      The condition required for fulfillment by the interested Tenderers are given hereunder

 

4. (a)  Each tender must have registered with the Corporate Affairs Commission (CAC) Abuja in the appropriate Categories.

(b)     Tenderers must have registered with the state Government or Local Government and paid necessary taxes and fees (evidence of payment must be attached)

(c)      Evidence or proof that the contractor has handled proper project of similar magnitude.

(d)     Evidence of payment of Tender fees of N20, 000.00 which is non-refundable.

(e)      All Tenderers are therefore enjoined to liaise with the Director of works of Saki West Local Government for job description and specification between the hours of 8.00 a.m to 4, 00 p.m Mondays to Fridays.

 

5.       All tenders which should be submitted in sealed envelope and marked appropriately, should be address to:

 

The Chairman

Saki West Local Government

Saki, Oyo State.

 

6.       All tenders are to be submitted to the undersigned not later than 20th February, 2012.

 

 

Signed:

S.A. Aremu JP