Invitation to Tender for the Supply and Installation of Equipment at Petroleum Technology Development Fund

Petroleum Technology Development Fund

 

Plot 672, Port Harcourt Crescent off Gimbiya Street, Off Ahmadu Bello way, Area 11, Garki, Abuja. P.O Box 9899, Area 10, Garki, Abuja.

Tel: 09-3142218-7, Fax: 09-3142219 Website:

National Institute Of Petroleum Policy and Strategy (NIPPS) Kaduna Project

 

Invitation to Tender for the Supply and Installation of Equipment

The Petroleum Technology Development Fund (wishes to inform the general public that further to its invitation for pre-qualification of prospective contractors for Supply and installation of Equipment & Machineries under its National Institute of Petroleum Policy and Strategy (NIPPS) Kaduna Project published on the Fund’s Website and National Dailies, including The Guardian of Tuesday June 8, 2010, Contractors are hereby notified to visit the Fund’s website to check for the names of short-listed/prequalified companies.

 

2.0.    The short-listed companies are invited to pick tender documents at the offices of (Messrs, Y. Ahmed & Associates situated at Suite 116, Bank of Industry Building, 18 Muhammadu Buhari Way, Kaduna from Monday February 6 – Monday February 13, 2012.

 

3.0     Prospective contractors can pick the tender documents upon payment of a non-refundable fee of N250, 000.00 in the form of Bank Draft in favour of the Petroleum Technology Development Fund (PTDF).

 

4.0     Completed tender documents should be properly sealed in an envelope and addressed to:

 

The Secretary, Tenders Board,

Petroleum Technology Development Fund,

Plot 672, Port Harcourt Crescent off Gimbiya Street

Area 11, Garki, Abuja.

 

To reach him before  on or before 12:00noon on Monday February 20, 2012. The tenders will be opened by 2:00pm the same day at a venue to be announced later

 

All enquiries on the tender are to be directed to:

The Secretary, PTDF Tenders Board.

 

5.0     The Invitation to tender is restricted to only the companies that have been pre-qualified. PTDF is not committed nor obligated to award any form(s) of contract based on this invitation.

 

Signed

Management

Petroleum Technology Development Fund

Provision of Goods and Services at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited RC299647

Operator of the NNPC / NAE / Oando PSC

Tender Opportunity

Quality Assurance/Control Services for NAE Operations (NipeX Ref: 3000032)

1.          Introduction

Nigerian Agip Exploration Limited (NAE) is desirous of calling for bids from interested Contractors registered in the relevant NipeX – NJQS (mentioned hereunder) for the subject service.

 

2.         Scope Of Work

Supply of competent manpower to ensure quality management of critical down-hole tools belonging to NAE and/or her third parties.

 

The scope of work is as summarized below (without limitation):

  • Provision of QA / QC Services
  • Provision of quality monitoring and inspection of critical down-hole tools belonging to NAE and/or to her Third Party Contractors;
  • Provision of quality monitoring and compliant respondence with DS-1 Standards, API Specifications, NAE Third Party Contracts and NAE own quality manual where applicable;
  • Supervision and tracking of readiness of rotary down-hole tools and related equipment;
  • Provision a consistent QC enforcement working at the front lines, such as vendor shops, workshops, warehouse sites and rig sites;
  • Witness service at time of tools assembling both in NAE base, in vendor workshops/warehouses or at field off-shore location, including but not limited to witnessing the processes of mechanical and pressure testing;
  • Provision of assistance and guidance to NAE Third Party Contractors in establishing QC specific requirements;
  • Documentation of non-conformances related to inspection and qualification of equipment in NAE shops;
  • Documentation of quality gaps and non-conformances on a spreadsheet and keeping an up to date listing of drilling equipment status;
  • Provision of monthly reporting (compulsory) and post-operation/inspection reports (upon request), detailing the chronology of the operations performed;
  • Advising NAE in writing (by e-mail or fax) about the concerns and documenting when possible via digital photographs.

 

 

Some of the equipment for Inspection, surveillance and upgrading include, but are not limited to:

Drill Pipes, Fishing Tools, Hole Opener, Drill Collars, LWD Links, Heavy Weight Drill Pipes, MWD, Tongs, Stabilizers, Saver Subs, Liner Hangers, BHA Subs, Lift Subs, Slips, Motors, Non Magnetic Rotary Tools, Spiders, Under-reamers, Jars, Bowls, Safety Valves, Work Strings, Adapter Rings, BOP Stacks. Running Tools, Bails, Elevators, Circulating Subs.

 

This supervision will be performed within the NAE area of operations. Proposed Contract duration; 2 years + 1 year possible extension.

 

3.         Mandatory Requirements

(a)       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Quality/Assurance QA/QC 3.02,01 (Product/Service) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender.

 

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 and 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.

 

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

 

e)         To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.        Nigerian Content

Bidders are invited to express complete understanding and willingness to comply with the Nigerian Oil and Gas Industry Content Development Act (NOGICD Act 2010. Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Act 2010 and other extant laws.

 

Among the information/documentation that will be requested to be submitted at the ITT

stage, shall include but not limited to the following:

a.         Preparation of Nigerian Content Plan that addresses utilization of Nigerian Labour, Services, Materials and Equipment for this service in order to achieve a minimum target as set out in line with the requirements of the NOGICD Act 2010.

 

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

 

c.         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.

 

d.         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.

 

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.         Provision of details of your company’s ownership and share holding structure. Submit copies of your CAC forms CAC10, CAC2.5, C02 and C07.

 

Only bidders whose submissions are in compliance, shall proceed to the next stage of the tender process.

 

Note:

Bidders shall be requested to provide evidences to show their compliance with the above listed requirements at the ITT stage. Failure to meet the Nigerian Content requirements shall be “FATAL FLAW”.

 

Closing Date

Only tenderers who are registered with the relevant NJQS product/service category, Quality/Assurance QA/QC 3.02.01, as at 21st February 2012 being the closing date, shall be invited to submit Technical Bids.

 

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

 

5..        Additional Information

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

 

 

Management

 

 

 

 

 

 

 

 

 

 

 

 

Supply of Petroleum Products at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited RC2974

Operator of the NNPC / NAOC / Philips Oil Joint Venture

Tender Opportunity

Supply of Petroleum Products for NAOC JV land and Swamp Operations on Call-Out Basis (NipeX Ref: 3100043)

 

1.       Introduction

Nigerian Agip Oil Company Limited (NAOC) intends to put in place a master purchase order (call-off contract) for the supply of petroleum products (AGO & PMS) for her Land and Swamp Operational Activities. The delivery locations are as follows:

 

  • LAND – (4° AT 919’ N, 60 58′ 307 ” E)
  • SWAMP – water draft: 3.5mt, co-ordinate: 0 4° 16 min N / 0 6° 14 min E

 

NAOC therefore   announces to interested reputable Nigerian Companies and NJQS prequalified Companies of the defined scope of supply hereunder.

 

 

2        Scope Of Supply

The supply of the AGO shall consist of the services listed below:

Supply of AGO to NAOC operational vessels on call-off basis for a firm period of two years plus one year option

Total estimated quantity: LAND – 50,000,000 liters;

SWAMP – 96,000,000 liters

 

Per order quantity – LAND – 500,000 Litres per week

SWAMP – 2,000,000 liters every 2 weeks

Frequency of order – once a week for LAND and once in 2 weeks for SWAMP;

Certificate of quality shall be provided;

Testing of the AGO at OB/OB laboratory for LAND and at BRASS laboratory for SWAMP;

Supplier   shall   provide   facilities/vessels   necessary   for   safe transportation and delivery of the AGO;

Supplier may be  required  to deliver AGO to other locations

(RIGS/Flowstations)

 

3.       Mandatory Requirements

(a)     To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Petroleum Products (Gas, Oils, Fuels) 2.07.02 and Truck Package / Product Transportation 3.08.15 (Product/Services) categories in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender.

 

(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 and 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.

(d)      To initiate the JQS pre-qualification process, access www.nipexng.com to

download the application form, make necessary payments and contact NipeX office for further action.

e)      To be eligible, ail tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content

Bidders are invited to express complete understanding and willingness to develop in-country capability and capacity for related items to enhance the development of Nigerian Content in compliance with the Nigerian Oil and Gas  Industry Contement Development Act (NOGICD Act, 2010) and Cabotage Act.

 

Pursuant to above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Act and other extant laws only bidders whose submissions are compliance shall proceed to the next stage of the  tender process.

 

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

 

1.       Details of Company ownnership 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;

2.       Documentated and verifiable evidence of supplier’s past compliance with Nigerian Cabotage Act 2003;

3.       Supplier’s sourcing strategy/plan for this scope of supply;

4.       Evidence of the address and location where procurement activities will be coordinated in Nigeria;

5.       Details of all in-country facilities for onshore/offehore – storage facilities, vessels etc.;

6.       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 supply;

7.       Current and in-place organization structure with detailed experience and skills of key management personnel with names;

8.       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.

 

Note:

Only Nigerian Companies are qualified for this supply.   Bidders shall   be   requested  to   provide   evidence   to   show   their compliance with the above listed requirements at the ITT stage.

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

 

5.       Closing Date

Only tenders who are registered with the  relevant NJQS product/service category, Petroleum Products (Gas, Oils, Fuels) 2.07.02 and Truck Package/Product Transportation 3.08.15, as at 21st February, 2012, being the closing date, shall be invited to submit Technical Bids.

 

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

 

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/or seek any indemnity from NAOC and/or any of its partners by virtue of such Applicants having responded to this advert.

 

Management

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Invitation to Pre-qualify for the Execution of Projects for Reactivation on HF Radio at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)-Headquarters

Plot 436. Zambazi Crescent, Maitama District, P.M.B, 0184, Abuja. Federal Capital Territory, Nigeria

Tel: 09-413339, Fax: 09-4133843

 

Invitation to Pre-qualify for the Execution of Projects for Reactivation on HF Radio

 

A.  Introduction

The Independent National Electoral Commission (INEC), in pursuance of its Constitutional mandate, invites qualified, interested and reputable companies/contractors with relevant experience and good track records to bid for any or all of the under-listed Projects.

 

Lot No. Materials and Delivery Points
A Reactivation of HF Radio at the Commission’s Headquarters, FCT Office and Training for Staff Operators (Local and Foreign)
B Reactivation of HF Radio, Zone 1, comprising of Adamawa, Taraba, Nasarawa, Kano, Katsina, Sokoto, Zamafara, Kebbi, Jigawa, Borno, Yobe and Gombe States Offices
C Reactivation of HF Radio, Zone 2, Comprising of Oyo, Osun, Ondo, Lagos, Ekiti, Kwara, Kaduna, Niger, Benue, Plateau and Bauchi States Offices
D Reactivation of HF Radio, Zone 3, comprising of Cross River, Akwa Ibom, Rivers, Bayelsa, Delta, Anambra, Ebonyi, Kogi, Enugu, Imo, Edo and Abia States Offices

 

 

B.     Pre-Qualification

Interested companies are required to submit the following documents:

  • Evidence of registration with Corporate Affairs Commission
  • Immediate past three (3) years Tax Clearance Certificate
  • Evidence of Financial capability and banking support, including Annual Turn-over
  • Evidence of VAT Registration and past remittances;
  • Immediate past three(3) years Company’s Audited Account
  • Details of Experience/Technical qualification of Key Personnel, and knowledge of the industry
  • Evidence of registration with PENCOM and remittance of the required contributions on behalf of the company’s employees (Pension Reform Act 2004),
  • Evidence of technical capability (equipment) and experience with similar jobs executed in the past
  • Telephone (GSM) number(s) of the contractor/Company’s Representatives(s)

 

C.      General Information

i)     The closing date for the submission of the bid document shall be on  Wednesday, 14th March 2012 by 2:00pm.

ii)    The Pre-Qualification/Tender document submitted on or before the closing date and time shall be opened at the commission’s premises on the same Wednesday, 14th March 2012 by 3.00pm

iii)   Only Firms/Companies that are successful from the pre-qualification exercise will be contacted and invited for the financial bidding exercise

iv)   For further enquiries, interested company representatives should contact the Director, ICT, INEC Headquarters, Maitama District, Abuja.

 

D.      Submission of Pre-Qualification Documents:

All submission must be delivered in two (2) neatly bound copies, each sealed in an envelope marked “Pre-Qualification Documents for (indicate the Project title and the Lot No. at the top right hand corner of the envelope)” and addressed to The Secretary, Independent National Electoral commission (INEC), Plot 436 Zambezi Crescent, Maitama District, Abuja.

 

Abdullahi A. Kaugama

Secretary to the commission.

Procurement of ICT Equipment and Accessories, Furniture, Power Supply and Office Equipment at Federal Ministry of Education and Technology Education Post-Basic Project (Obafemi Awolowo University, Ile-Ife)

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Education and Technology Education Post-Basic Project.

Obafemi Awolowo University, Ile-Ife

(Center of Excellence in Software Engineering)

Procurement of ICT Equipment and Accessories, Furniture, Power Supply and Office Equipment

IFB No. OAU/CEO/ICB/GDS/1/11

Date of Issuance: 30th January, 2012

  1. This invitation for bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.
  2. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of ICT Equipment and Accessories, Furniture, Power Supply & Office Equipment- OAU/CEO/ICB/GDS/1/11.

3.  Obafemi Awolowo University, Ile-Ife, participating in the implementation of the Science and Technology  Education Post Basic Project sealed bids from eligible and qualified bidders for the following:

 

Lot No. Description of Item Qty Locations Bid Security Delivery Period

 

1 Procurement of Desktop Computers 700 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

2 Procurement of Laptops 100 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

3 Procurement of  UPS 1.500 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

4 Procurement of Telepresnce/Video Conferencing Equipment 2 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

5 Procurement of specialized Equipment for Teaching of Software Development Methodology 1.163 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

6 Procurement of ICT Furniture 1.784 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

7 Procurement of Office Equipment 100 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

8 Procurement of Teaching Equipment 27 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

9 Procurement of  Power Supply Equipment 745 Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 120 days

 

 

4.     Bidding will be conducted through the International Competitive Bidding (ICB) , a procedure 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 Obafemi Awolowo University, Ile-Ife at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

6.    Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacture’s Authorization for equipment not produced by the company.

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

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 N15,000.00 (Fifteen Thousand Naira) only or USD 100 00 The method of payment will be by bank draft in favor of Obafemi Awolowo University, Ile-Ife, STEP- B Project (CoEx).The Bidding Documents will be collected by the representative of the Bidder or by courier services paid by the bidder on request.

8.       Bids must be delivered to the address below on or before 12.00noon on Wednesday, 14th March, 2012. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or bidders’ representatives, who choose to attend in person at the address below at 12:00 noon on Wednesday, 14th March, 2012. All bids must be accompanied by at least 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible currency.

9.      The address referred to above is:

 

Project Manager

Science and Technology Education Post-Basic (STEP-B) Project,

Project Implementation Office , CDL,

Obafemi Awolowo University, Ile-Ife, Osun State, Nigeria

 

Tel:   +234 8033761641, +234 705 109 1636. +234 803 352 4682

E-Mail: asalami@oauife.edu.ng

Signed

Prof. Ayobami T. Salami

Project Manager.