Invitation for Pre –Qualification to tender for year 2009/2010 (Merged) Tertiary Education Trust Fund Normal Intervention in Post Primary Institutions at Ministry of Education, Borno State

Ministry of Education, Borno State

P.M.B 1o46 Maiduguri

 

Invitation for Pre –Qualification to tender for year 2009/2010 (Merged) Tertiary Education Trust Fund Normal Intervention in Post Primary Institutions, Ministry of Education Borno State.

 

The ministry of  education Borno state hereby invites tender from suitably qualified companies or firms for prequalification and tender, interested firms are to indicate interest as per the projects below, located in the three senatorial districts of the state.

 

1.       Construction of 11 block of 2 classrooms office/store

2.       Construction of 5 No. examination halls

3.       Construction of 4 No. blocks of duplex laboratories

4.       Construction of  4 No. blocks 6 compartments each VIP toilets

5.       Construction of 7 No. blocks 6 compartments each VIP toilets

6.       Construction of 6 No. water reservoir’s with over head tank/accessories

7.       Drilling of 2 No. 3rd Aquifer boreholes, pipe laying, generating plants, over head tanks and provision of taps

8.       procurement of equipments for education information system (EMIS)

9.       procurement of classroom furniture; examination hall furniture; teacher’s table and chairs, laboratory tables and stools

10.     supply of assorted library books, library reading tables and chairs; and shelves

 

Pre-Qualification Requirements

To qualify for consideration, interested companies are requested to submit the following verifiable documents:

i.        incorporation registration with corporate affairs commission (CAC)

ii.       Evidence of registration with Borno state government as a contractor and ministry of education.

iii.      Tax clearance certificate for the last 3 years

iv.      company VAT registration certificate

v.       company profile and qualifications of some key officers of the organization

vi.      a letter of ability to perform from your bankers

vii.     evidence of similar job executed e.g. certificate of practical competition of projects  undertaken

 

NB:   you are to come alone with your original copies of all documents attached for verification

Method of Application:

Interested companies are to submit prequalification documents; and if interested to tender, you can collect tender documents on payments of fifteen thousand (N15, 000) non refundable fees and fifteen thousand naira (N15,000) for registration with ministry of education as a contractor from the secretary ministerial tender board (Director Planning research and statistics ministry of education)

 

Only prequalified companies will have their tender documents be considered for bidding. This notice takes effect from 6th December, 2011 and close on 20th December, 2011

 

Return of Documents:

To be made to the secretary ministerial tender board, marked on the right hand top corner pre-qualification documents or tender documents in sealed envelops. Address to honorable commissioner, ministry of education headquarters, Borno state on or before 20th December, 2011.

Opening:

Date: Thursday 21st December, 2011

Venue: Conference hall ministry of education

Time; 11:00am

This notice serve as invitation for all concern

NB: The ministry reserves the right to reject part or the entire submission which does not comply with the provision above and will not enter into any correspondence with any intending contractor, please.

 

 

Signed

Secretary Ministerial Tenders board

For: Honourable commissioner

Borno State ministry of Education

Invitation to Tender for the Supply and Installation of ICT Equipment to the Nigeria Deposit Insurance Corporation at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic.org.ng Website: www.ndic.org.ng

 

Invitation to Tender for the Supply and Installation of ICT Equipment to the Nigeria Deposit Insurance Corporation

 

The Nigeria Deposit insurance Corporation (NDIC) wishes to invite reputable Companies with good track record of performance and experience in supply and installation of computer equipment to bid for the Supply and Installation of ICT EQUIPMENT for the Corporation.

 

Scope of Work:

Lot i

Supply and installation of Two Hundred (200) HP Desktop Computers.

 

Lot 2

Supply of One Hundred and Eighty (180) HP Laptops.

 

Lot 3

Supply and installation of Eight (8) hp Colour Printers and Thirty-Three (33) HP LaserJet Printers.

 

Lot 4

Supply and installation of Three (3) SUN Servers and One (i) SUN ZFS Storage 7120 Server.

 

Tender Documents

Interested companies should obtain the tender document from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of tender fee of N10,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation. Abuja. Further requisite information required can be obtained from the Head of Information Technology Department at the above address. Enquiries could be made either through the telephone numbers: 09-4601204, or the following e-mail address: suleko@ndic.org.ng .

 

Conditions for Eligibility:

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2008 2010).
  • The Company’s audited accounts for the last three years (2008 2010).
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years.
  • Evidence of dealership/distributorship with HP OR SUN-ORACLE
  • Company profile indicating qualification and experience of key staff.
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFCs and PFAs.
  • Sworn affidavit to indicate that the company is not in receivership and none of its directors were ever convicted of fraudulent activity.

 

Submission of Tender Documents

Five (5) bound copies of the ‘Financial’ and “Technical’ tender documents must be  submitted in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” both put in a third (3rd) envelope sealed and marked “TECHNICAL AND FINANCIAL TENDER FOR SUPPLY AND INSTALLATION of ICT EQUIPMENT” and addressed to:

 

Director of Administration,

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue, Central Business District, Abuja, Nigeria.

 

The closing date for submission is on or before 3rd January 2012. The tender is to be dropped in the tender box on the ground floor reception in the Head Office. Representatives of Companies dropping tenders are expected to sign the tender register on the 2nd floor, Admin Unit, before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender received at the designated location after the required time and date shall be considered late and non-responsive.

 

Opening of the Tenders:

Opening of tenders will be by 2:00p.m. on the Closing Date. Only the technical bids opened and all successful company shall be informed in writing. Financial bids of unsuccessful company will be returned unopened.

Additional Information:

i)       Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender.

ii)      NDIC shall reserve the right to verify the authenticity of claim(s) made by the

iii)     NDIC shall reserve the right to reject any submission based on unverifiable information.

iv)     All financial bids should be quoted in Naira (N)

 

Signed:

Management

Execution of Project at Nigerian Airspace Management Agency (NAMA)

Nigerian Airspace Management Agency (NAMA)

Headquarters, Murtala Mohammed Airport

Ikeja Lagos.

 

Invitation to Tender

A:      Preamble

In compliance with the provisions of the Public Procurement Act 2007. The Nigerian Airspace Management Agency (NAMA) Headquarters Lagos intends to execute the under listed project under its 2011 internally Generated Revenue Financial year capital budget. Consequently, the Agency wishes to invite reputable and competent interested companies to tender for the project.

 

Lot 1 Procurement: Installation and Commissioning of Security Gadgets

(i)      Procurement: Installation and Commissioning of 2Nos of security Access Control at Lagos and Abuja Airport TRACON sites.

 

(ii)     Supply of 4Nos Project vehicles, 4WD, double cabin pick-up, 2.7Litre Petrol engine fitted with, A/C, Central lock/ window, Radio/CD Player, Airbags, auxiliary gear, variable valve transmission intelligence, Power Steering, 5-speed manual transmission, ABS, side steps with vinyl seats, Shell specifications and 2012  model, the vehicles are to be installed with High frequency Communication gadgets.

 

(iii)    1No four doors Saloon Vehicle 1.8 Litre Petrol engine, fitted with, A/C, Central lock/ window, Radio/CD Player. Airbags, Power steering, ABS, 4 -speed automatic transmission with 16 Inch alloys and 2012 model. The vehicles are to be installed with high frequency Communication Gadgets.

 

B:      Tender Requirements:

To qualify for consideration, interested companies are required to submit the documents listed hereunder. Failure to submit any of the under listed documents may lead to disqualification of the bid:

1.       Evidence of incorporation with Corporate Affairs Commission (CAC) of Nigeria or similar organization in overseas

2.       Evidence of Tax payment for the past three (3) years

3.       Evidence of VAT registration and proof of past remittances

4.       Detailed Company profile and Technical experience/qualification of key personnel, including registered address, name functional location, Telephone Nos. and email address etc.

5.       Annual Turnover and Audited statements of accounts for the post three (3) years

6. Evidence of Recommendation from Company’s Bankers indicating the    Financial capacity and capability to undertake the project if awarded.

7.       List of equipment and plants with Evidence of ownership and verifiable office location

8.       Verifiable evidence of competence exhibited in the Award and timely execution of similar projects. (Attach letters of Award and certificate of completion).

9.       Records of company’s registration with relevant Professional bodies.

10.     Evidence of dealership or manufacturers authorization

11.     Evidence of compliance with the provision of the Pension Reform Act 2004 as contained in section l6 sub section 6(d) of the Public Procurement Act 2007.

12.     Any other document that would be of advantage to the company.

 

Additional Information

(i)      Notwithstanding the submission of tender data, the Nigerian Airspace Management Agency is neither committed nor obligated to include you company or any bid list or award any form or contract to you company or Agent.

 

(ii)     The advertisement shall not be considered as a commitment on the part of

Nigerian Airspace Management Agency or shall it entitle potential companies to mate claims whatsoever or seek any indemnify from Nigerian Airspace Management Agency by virtue of such company having responded to the advertisement.

 

(iii)    All tenders should be accompanied with tender Security in the sum of 2% of the total bid amount.

 

(D):    Nonrefundable Tender Fee

(i)      Tender documents can be obtained from the Agency’s Procurement Secretariat within work hours i.e. 8am 4pm on waking days, before closing date, upon payment of a non refundable tender fee of N50,000,00 (fifty Thousand Naira) only,

 

E.      Submission Deadline:

Completed Financial and Technical Tenders are to be submitted in 2 separate envelope marked Financial Bid or Technical Bid respectively. Each of the envelopes is to contain l original and 3 duplicate copies of the Tenders respectively. Both envelopes should be enclosed in a larger envelope marked CONFIDENTIAL on top left corner and written Tender for Lot 1 at the Center tender to be addressed and submitted to the office of the secretary, Tenders Board at the Agency’s address supplied at the top of this advert. Submission of application closes on Wednesday 4th January 2012 by 12.00 noon while the bid will be opened at 1.00pm on the same date at the NAMA Headquarters Annex Conference Room Lagos.

 

Note: Only the Technical Bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that pass the Technical Evaluation would opened on a date that would be communicated to these companies.

 

Management

Nigerian Airspace Management Agency

Lagos.

 

Provision of Casing and Tubing Handling Services Program for Year 2013 – 2016 Drilling Program at Mobil Producing Nigeria Unlimited (MPN)

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

 

Tender Opportunity:

Provision of Casing & Tubing Handling Services Program for Year 2013 – 2016 Drilling Program

1.0 Introduction

Mobil Producing Nigeria Unlimited (MPN) operator of the NNPC/MPN Joint Venture (JV) plans to carry out Casing & Tubing Handling Services on its offshore exploration, appraisal, and production location(s) in NNPC/MPN JV acreages. Anticipated contract term is two (2) years with an additional one (1) year option period. Contract commencement is expected in the third (3rd) quarter of 2013.

 

2.0 Scope of Work

Based on completion interval length, the scope of work involves Contractor providing services and equipment to drive 42” – 26”conductor, perform torque turn tubular make-up and ExxonMobil’s Torque-Position tubular make-up for casing, tubing and sand screen assemblies, subsea and surface saws, subsea cameras, power drills etc., to perform 42” -36” slot recovery and casing exit operations. Contractor shall provide qualified casing / tubing crews as required by Company. Contractor shall provide qualified pipe inspectors to conduct both onshore and offshore inspections as required by Company. Contractor shall be able to make-up completion assemblies, test at their facility, and make-up casing float shoe(s) / collar(s), etc. at both Contractors’ facility and at Company’s designated facility.

 

Contractors must be in compliance with API Spec 5B, API RP5C1, API Spec 5CT, and Exxon TPC. Required tools and equipment (i.e., hydraulic power tongs, electric-hydraulic power unit capable of both automatic and manual torque release, torque monitoring equipment, spiders, base plates, bales, elevators and slips, mechanical alignment yoke, single joint compensator, thread protectors, and other equipment) required to make up and run the following casing and tubing with premium connections up to the maximum manufacture’s make-up torque.

 

Contractors must have the capacity to handle the various sizes of pipes indicated in the table below:

 

String Size Weight Reference Only Grade Connection
Structural 42” 2” wt X-52 ALT-2, XLC-S, DDS
Structural 36” 1.5” wt & 1.0” wt X-52/X-56 RL4, DDS, XLW, XLC-S
Conductor 20” 0.812” wt & 0.625” wt X-56 RL-4S
Surface 13-3/8” 61-72 ppf K-55, 

N-80

BTC, BTC-4T, TC-ll/A
Protective/Production 11-3/4” 65 ppf L-80 Fl-21, HDL, TC-ll/A
Protective/Production 9-7/8” 62ppf Q-125 VAM SFC
Protective/Production 9-5/8” 43.5 – 53.5 ppf L-80 

P-110

TC, BTC-4T, TC-ll/A,
Production Tubing 7” 23-32 ppf L-80, 

P-110

BTC, BTC-4T, TC-ll/A SR, TC-ll/A, VAM ACE
Production Tubing 5-1/2” 17-20 ppf 13Cr80 VAM ACE
Production Tubing 5-1/2” 17-20 ppf L80 VAM ACE
Production Liner 

 

Production Tubing

5” 

 

 

4-1/2”

18.0 ppf 

 

 

12.75 ppf

L-80, P-P- 110 

 

13Cr80

Hydril 521 

 

CS Hyril

Production Tubing 4-1/2” 12.75 ppf L-80 BTS-8 PR TK7, RTS-8 PR Tk7, CS-CB IPC
Production Tubing 3-1/2” 9.3 ppf L-80 BTS-8 PR TK7, RTS-8 PR Tk7, CS-CB IPC
Production Tubing 2-7/8” 6.7 ppf L-80 BTS-8 PR TK7, RTS-8 PR Tk7, CS-CB IPC
Production Tubing 2-7/8” 4.7 ppf L-80 CSH

 

3.0 Nigerian Content

The Federal Government of Nigeria (FGN) in line with its vision for Nigerian Content (NC) development has enacted the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act). NNPC/MPN JV requires their contractors to comply with the Act, its attached schedule and any applicable regulation developed by the Nigerian Content Development Monitoring Board (NCDMB). Interested bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.

 

An objective of this pre-qualification process is to allow companies to demonstrate their willingness and ability to perform this work in Nigeria in a dependable manner.   Each contractor will also be required to demonstrate that they will maintain a stable management organization in Nigeria. Please note that work performed outside Nigeria is not considered as value created in-country.

 

Bidders will be invited to provide the following NC details to be considered for participation in the tendering process:

 

  • NC Plan that addresses utilization of Nigerian personnel, equipment, services and materials for this service in order to achieve a minimum of 100% in-country spend \n V\ne with the requirements of the NOGICD Act 2010
  • A detailed description of company’s committed infrastructure in Nigeria (offices, rigs, etc.)
  • Details of company’s ownership structure with copies of CAC forms (CO2 & CO7)
  • Training and certification program in place for Nigerian personnel including list of relevant trainings attended by indigenous personnel in the last 3 years
  • Percentage of key management positions (line managers) that are held by Nigerians and percentage of total company workforce (direct and in-direct employees) that are Nigerians

 

 

In line with the NOGICD Act, Bidders will also be required to submit as part of its technical submission a Nigerian Content Plan demonstrating compliance with the NC requirements in the Act.

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

 

4.0 Mandatory Requirement

  1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 3.04.03, 3.04.05, and 3.04.06 (casing/tubig, casing cutting & conductor piling)  category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

 

  1. 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.

 

  1. If you are not listed in the product/service category and you are registered with the Department of Petroleum Resources (DPR), please contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi Lagos with DPR certificate as evidence for necessary update.

 

  1. 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.

 

  1. To be eligible, all tenders must comply with the Nigeria  content  requirements in the NipeX system.

 

5.0 Close Date

Only tenders who are registered with 3.04.03, 3.04.05, and 3.04.06 (Casing/tubing, casing cutting & conductor piling) category as at December 23, 2011, being the advert closing date shall be invited to submit Technical Bids.

 

6.0 Additional Information

  1. Interested suppliers must be prequalified for this product/service category in NJQS
  2. Full tendering  procedure will be  provided only to contractors that have been successfully prequalified in NJQS
  3. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN to award a contract to any supplier and/or associated companies, sub-contractors or agents
  4. This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/or its partners by virtue of such companies having been prequalified in NJQS
  5. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers
  6. Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database
  7. MPN shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

 

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

invitation for pre-qualification to tender for the construction of wall fencing, Jumua’at mosque and tarred road at Ajingi Local Government Council, Kano State

Ajingi Local Government Council,

Kano State

Tender Notice

 

Ajingi Local government intends to carry out the under-listed projects for development and ease hardship for rural dwellers. Consequential to this development therefore, I am hereby  forwarding invitation for pre-qualification to tender for the construction of wall fencing, Jumua’at mosque and tarred road.

 

This invitation for the Expression of interest is for purpose of pre-qualifications bidders that would like to express their interest for the under-listed projects.

1.       Construction of wall fencing at Ajingi comprehensive center

2.       Construction of wall fencing at Ajingi grave yard

3.       Construction of Jumua’at mosque

4.       Construction of tarred road from Dakata-Kara-Yan Kunu-Mataya-Yankifi 2.4km

 

All prospective constructors must satisfy the following pre-qualification criteria:

1.       Evidence of incorporation

2.       Company’s audited account for 3 years

3.       Last 3 years Tax Clearance Evidence

4.       Certificate of VAT registration and remittances

5.       Evidence of financial capability/bank support

6.       List of similar projects executed

7.       Copy of Kano state contractors registration

8.       Evidence that the contractors ahs the equipment and personnel required to execute the project

9.       Evidence of settlement of PAYE and other withholding taxes,

10.     Local resources utilization,

11.     Community and social responsibility support

12,     Any additional information that may enhance the chances of the contract

 

Submission of Documents

All pre-qualification documents are to be delivered on or before 26th December, 2011 to the office of the Head of Personnel Management/Planning Research and Statistics Departments Ajingi local government and shall be clearly written.

 

Important Notice

This advertisement should not be considered as a contract award or any commitment on the part of Ajingi local government, nor shall it entitle any contractor and or company to make any claim whatsoever from Ajingi local government by virtue of having responded to this advertisement.

Bids will be open at the office of the secretary tenders board on 27th December, 2011.

 

Signed:

The Secretary Residence Due Process Team (RDPT)

Head of Planning Research and Statistics Ajingi Local Government