Invitation for Pre-Qualification of Interested Companies for the Establishment of Oil and Gas Research Centre and Museum Oloibiri, Bayelsa State 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: 09-3142216-7, Fax: 09-3142219 Website: www.ptdf.gov.ng

 

Invitation for Pre-Qualification of Interested Companies for the Establishment of Oil and Gas Research Centre and Museum Oloibiri, Bayelsa State

 

1.0 Introduction

The Federal Government of Nigeria is desirous of establishing the Oil and Gas

Research Centre & Museum Oloibiri, Bayelsa State through the Petroleum

Technology Development Fund (PTDF) for the preservation of the oil and gas artifacts which serves as a basic guide to educational research on the evolution of oil and gas technology and processes in Nigeria.

 

In pursuance to the establishment of this project, PTDF is hereby advertising for pre-qualification of interested companies and procurement contractors who have experience in the execution of jobs of similar nature and magnitude that are willing to participate in the project implementation to submit pre-qualification documents for consideration.

 

 

2.0         Scope of Work

The scope involves Lots:

 

Lot 1:                   Research Centre/Museum

Lot 2:          International Conference Centre

Lot 3:                   Internal Roads/Civil Works/Sand filling

Lot 4:          External Mechanical System

Lot 5:                   External Electricity Power System

Lot 6A:       Water Parks/Wellness Centre

Lot 6B-Lot  6G: Staff Quarters (Block of Two Bedroom Flats)

Lot6H –Lot 6M: Staff Quarters (Block of Three Bedroom Fiats)

Lot 7;          Executive Residences

Lot 8;          Research Guest Chalet/Community Indoor Sports Hail and Club House

Lot 9:          Sports Playing Grounds

Lot 10;        landscape/Horticulture

Lot 11:        Site Clearance/Land Preparation/Fence/Geotechnical Surveys

 

3.0         The Pre-Qualification

All companies wishing to express their interest to bid for any of the aforementioned Scopes shall submit relevant documents for pre-qualification as stipulated in 4.0 below. Only companies that are adjudged successful in the pre-qualification exercise shall be invited to collect tender documents upon payment of non-refundable fee.

 

40. Pre-Qualification Requirements

Interested companies for the proposed contract  works will first be pre-qualified for the various categories of construction and  procurement based on the satisfaction with adequate evidence, the following criteria:

 

i.        Evidence of experience as a prime contractor on at least one project of similar nature and complexity within the last five years , stating client cost with completion certificates and photographs attached;

ii.       Have a Project Manager of between 7-15years experience of equivalent nature and volume;

iii.      Organizational structure with names of key personnel involved in project implementation stating qualifications and professional registrations where applicable (enclose photocopies of professional qualifications);

iv.      Evidence of incorporation or business name registration;

v.       Company audited account for the last three years;

vi.      Evidence of tax clearance for the last three years;

vii.     Annual turn over of not less than N1 Billon for the last three years for

Lots1,2 & 3;

viii.    Annual turn over of not less than N750Million for the last three years

for Lots 4,5,6 A & 8;

ix.      Annual turn over of not less than N500Millon for the last three years for

Lots 9 & 11;

x.       annual turn over of not less than N300Million for the last three years for Lots 6B-6M,7&10;

xi.      Evidence of financial capability and bank support;

xii.     Technical competence: qualification and experience of key personnel, professional affiliation and equipment & technology capacity;

xiii.    Evidence of similar projects executed;

xiv.    VAT registration and evidence of past VAT remittance;

xv.     Evidence of employees open Retirement Savings Accounts (RSA) with a Pension Fund Administrator of choice for indigenous companies;

xvi.    Evidence of remittance of both employer and employee Pension Contribution to the appropriate Pension Fund Custodian for the last two years;

 

5.0         Submission of Documents

The completed pre-qualification documents shall be properly sealed in an envelope, Clearly Indicating the Selected Lot on the Left Hand Corner and addressed to:

The Secretary

Tendersboard

Petroleum Technology Development Fund

672, Port Harcourt Crescent

Off Gimbiya Street

Area11.Garki

Abuja

 

6.0 Opening of Technical Bid/Pre-Qualification Documents

The pre-qualification exercise is open to firms and joint ventures duly registered to operate in Nigeria.

 

 

Only firms and joint ventures whose pre-qualification documents fulfill the minimum requirements during Technical Bid will be invited to collect tender documents and participate in tendering exercise.

The minimum requirements are:

i.        VAT registration and evidence of past VAT remittance;

ii.       Evidence of employees open Retirement Savings Accounts (RSA) with a Pension Fund Administrator of choice for indigenous companies;

iii. Evidence of remittance of both employer and employee Pension

Contribution to the appropriate Pension Fund Custodian;

iv.      Company audited account for the last three years;

v.       Evidence of tax clearance for the last three years;

vi.      Annual turn over as specified above;

vii.     Evidence of appropriate annual turnover;

 

Please note that all submission with supporting documents in respect of these requirements should be submitted in one original plus 2No soft copies on or before 12:00 noon Tuesday, November 22, 2011, while the opening exercise will take place at Bolingo Hotels and Towers, No, 1 Constitution Avenue, Central Business District, Abuja by 1:00pm the same day.

 

Signed

Management Petroleum Technology Development Fund

Invitation for Pre-Qualification at Office of the Auditor-General for the Federation, Abuja

Office of the Auditor-General for the Federation,

Abuja

Invitation for Pre-Qualification

1. Introduction

The Office of the Auditor-General for the Federation under the Appropriation Act of 2011 invites tenders from interested competent contractors for the partitioning of an eight (8) storey office building located at Plot 273 Central Business District. Abuja.

 

 

2. Scope of Work

The project involved full partitioning of the 8-storey building in line with particular specifications

 

3. Pre-Qualification Requirements

a)       Each contractor is expected to submit the following mandatory documents

 

I.       Evidence of Incorporation with Corporate affairs Commission (CAC)

II.      Evidence of Tax Clearance Certificate for the last three (3) years (2008, 2009 2010).

III.     Company Audited Account for three (3) years (2008, 2009, 2010) prepared by Chartered Accountant, duly signed and stamped with ICAN or ANAN Seal).

IV.     Sworn Affidavit indicating that all documents submitted as genuine and verifiable.

V.      Sworn Affidavit that no current staff of the Office of the Auditor- General for the Federation is a former or present Director, shareholder or has any pecuniary interest in the company submitted Bid.

VI.     Liquid and/or evidence of access to or availability of confirmed credit facilities of not less than N250,000,000.00 from a reputable bank

 

Failure to Provide any of the above (i) – (v) will automatically disqualify the bidder

 

b) Other Criteria

 

I.       Evidence of Financial Capability and Banking Support (Bank Reference, Recent Statement of Account).

II.      Experience/Technical Qualification and experience of key personnel (Company Profile, CV and Credentials)

III.     Evidence of “Similar Project” executed over the last five (5) years and evidence of knowledge of the industry (Award letters of projects executed Valuations and completion certificates).

IV.     List and Sources of Equipment and Technology Capacity

(Evidence of ownership Lease agreement),

V.      Annual Turnover.

VI.     VAT Registration and evidence of past VAT remittances.

VII.   List of On-going Projects.

 

Original copies of documents listed above must be produced for sighting after being pre-qualified, before collection if Tender Documents.

 

4. Submission of Completed Pre-Qualification Documents

 

The pre-qualification documents should be submitted in sealed envelope and clearly marked “Pre-qualification to Tender (Name of the Project)” and shall be delivered to:

Director, Procurement Department,

Office of the Auditor-General for the Federation,

Plot 849, Koforidua Street,

Zone2Wuse,

P.M.B.126,

Garki, Abuja.

 

Not later than 22nd November, 2011

 

The documents will be opened at 12.00 noon on the closing date at the Headquarters Conference Room of the Office of the Auditor-General for the Federation, Abuja.

 

No late submission will be entertained after 12.00 noon on the expiration date stated above.

 

  • That the Office of the Auditor-General for the Federation reserves the right to verify any claim by the bidders
  • That by submission of Pre-qualification documents the Office of the ‘Auditor-General for the Federation neither committed nor obliged to award any contract to any contractor.
  • That full tendering procedures will be applied only to bidders that have been pre-qualified and found capable of executing the projects.
  • That no payment of mobilization fee before commencement of work by a-would be successful bidder.

 

Signed Management

Invitation to Pre-Qualify for Website Enhancement, Hosting and Training Project at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)

Plot 436 Zambezi Crescent, Maitama District, Abuja

Invitation to Pre-Qualify for Website Enhancement, Hosting and Training Project

 

A.    Introduction:

The independent National Electoral Commission (INEC) invites interested, registered and reputable Companies/Contractors with relevant experience and good track records to bid for the under-listed Project.

 

B.    Pre-Qualification Requirements:

Interested companies are required to submit the following documents:

i.        Evidence of registration with the Corporate Affairs Commission (CAC);

ii.       3 years Tax Clearance Certificate (2008 -2010);

iii.      VAT registration and past remittances;

iv.      Last three (3) years Company’s Audited Account (2008, 2009 and 2010);

v.       Evidence of Financial Capability and Banking Support;

vi.      Details of experience/technical qualification of key personnel;

vii.     Evidence of technical capability and experience with similar jobs;

viii.    Telephone (GSM) number(s) of Contractor/Company’s representative(s).

 

 

C.    General Information:

i.        The closing date for submission for the bid documents shall be Thursday, 6th December, 2011. At 3.00pm

ii.       The Pre-qualification documents submitted on or before the closing date and time shall be opened at the Commission’s premises on Thursday, 6th December, 2011at 4.00pm

iii.      Only firms that are successful from the pre-qualification exercise will be contacted and invited for the financial bidding.

iv.      For further enquiries, please contact Director ICT, INEC Headquarters Maitama, Abuja

 

D.     Submission of Pre-qualification documents:

All Submissions must be delivered in two (2) bound copies, each in sealed envelope marked PRE-QUALIFICATION (indicate the project title at the top right hand corner of the envelope) and addressed to The Secretary, Independent National Electoral Commission (INEC), Plot 436, Zambezi Crescent, Maitama, Abuja


Signed:

Abdullahi A. Kaugama

Secretary to the Commission

Invitation to Tender at High Court of Justice of Bayelsa State

Government of Bayelsa State of Nigeria

High Court of Justice of Bayelsa State

Invitation to Tender

Introduction:

The Procurement Board of the Bayelsa State Judiciary (High Court) in line with the Bayelsa State Public Procurement Law 2009, advertise the following 2011 Projects under the 2011 Capital Budget.

 

Accordingly, the Procurement Board hereby invites tenders from reputable and competent Contractors to bid for the Job of their choice.

S/N Projects Lot -Number
1 Renovation of Magistrate Court Ovom-Yenagoa Lot – 1
2 Renovation of Magistrate Court  Kolo. Ogbia Local Government Area Lot – 2
3 Renovation of Magistrate Court Okolobiri Lot – 3
4 Renovation of Magistrate Court Quarters. Okolobiri Lot – 4
5 Renovation of Magistrate Quarters. Amassoma. Lot – 5
6 Fencing of Magistrate Court. Okolobiri Lot – 6
7 Fencing of Magistrate Court Nembe Lot -7
8 Fencing of Magistrate Court. Ekeremor Lot – 8
9 Landscaping of Magistrate Court . Ovom – Yenagoa Lot – 9
10 Landscaping of High Court, Sagbama Lot – 10
11 Supply and Installation of Furniture for Magistrate Chambers, Offices and Court Hall of Magistrate Court, Nembe Lot – 11
12 Supply and Installation of  Furniture for Judges Chambers. Offices and Court Hall of High Court Brass Lot – 12
13 Supply and Installation of Furnitures for Magistrate Chambers. Offices and Court Hall of Magistrate Court. Kolo
14 Supply and Installation of 40 Photocopier Lot – 14
15 Supply of 40 nos file cabinets Lot – 15
16 Supply of Office Furnitures Lot – 16
17 Supply and Installation of CCTV Camera Lot – 17
18` Supply of Security Gadgets Lot – 18
19 Repairing and upgrading of Fire Alarm system at the High court of justice. Yenagoa Lot – 19
20 Printing of the 2012 diary of the High Court of Justice Lot – 20
21 Printing of the 2012 calender of the High Court of Justice Lot – 21
22 i

ii

 

iii

 

 

 

iv

v.

Supply of Nigeria weekly Law Report (NWLR)

Supply of all Federation weekly Law Reports (All FWLR)

Supply of Judgment of the Supreme Court of Nigeria by Lawbreed Limited

Supply of complete Volume of Laws of the Federation of Nigeria.

Supply of Various electronic Law Reports/e-Law library

Supply of Law Journals & Books

 

 

Lot 22
23 Production of Law Reports of the High Court of Justice of Bayelsa State LOT 23
24 Computerisation of Judiciary 2 No Libraries LOT 24
25 Activation of Internet Services @ High Court Complex Ovom – Yenagoa LOT 25
26 Provision of Internet Services @ High Court, Onopa LOT 26
27 e-Judicial Management system for High Court of Justice LOT 37
28 Landscaping of Magistrate Quarters Ovom-Yenagoa LOT 28
29 Construction of pavement around 6 nos Bungalows @ Magistrate Quarters. Yenagoa LOT 29
30 Construction of concrete gutter @ Magistrate Quarters Ovom – Yenagoa LOT 30
31 Procurement of 10 nos 3hp standing air conditioners LOT 31
32 Procurement of 30 nos Refrigerators LOT 32
33 Procurement of nos HP branded computers LOT 33
34 Procurement of 30 nos HP color Laser Jet CP1215 Printers LOT 34
35 Procurement of other computer accessories LOT 35

 

 

Eligibility Requirements

1.       Registration with Corporate Affairs Commission (CAC)

2.       Registration with Bayelsa State Ministry of works and Transport as a contractor

3.       Registration with Bayelsa State Judiciary (High Court)

4.       Company Audited Account tor three (3) years

5.       Evidence of Tax Clearance Certificate tor three (3) years.

6.       Evidence of financial capacity and banking support

7.       Experience; Technical qualification and experience of key personnel

8.       Equipment and Technology Capacity

9.       VAT Registration and evidence of past VAT remittances

10.     Bidders should indicate the job category they intend to bid for

11.     Evidence of veritable expression on similar project(s) execution. (Last 3 years) names of client contract sum and evidence of practical completion (copies of letters of award) certificate of completion to be detached)

12.     Company profile to include, among others, office address, current telephone numbers, and e-mail

13.     Any other relevant information that will be helpful in determining the company’s suitability for the work

 

 

B.PAYMENT OF TENDER FEE

Bidders are to pay non-refundable fee of N10, 000.00 to account department BSJ (High Court)

 

C. Collection of Tenders Documents

Interested companies should collect Tender documents from the Secretary/Deputy Chief Registrar III upon payment of N10, 000.00 non refundable fee for bid documents. Contractors should come along with a certified bank draft of 2% Bid security.

 

 

D. Submission of Tender/Bids

All completed tenders/Bids, in sealed envelop(s) with the description of the project(s) been tendered for. written on top left hand corner as: (INDICATE THE LOT NO. AND NAME OF PROJECT), with all documents duly endorsed, are to be dropped in the Tender Box at the Office of The Deputy Chief Registrar III, not later than 12:00noon Monday 12th December, 2011.

 

E. Closing of Submission

Submission offenders closes at 12:00noon Monday 12th December, 2011.

 

Opening of Tenders/Bids

The tender documents received will be publicly opened at 12:00noon on Monday 12th December, 2011.

 

The Bidder or representative of the bidding companies are invited to witness the opening of the tenders on Monday 12th December, 2011 at 12:00noon. Names of the successful bidders shall be placed on the notice boards within seven (7) days, after the opening of tenders. Late  bids will be rejected.

 

Failure to comply with the above stated instructions or to provide any of the listed documents may automatically result in disqualification.

 

Signed

Chief Registrar/Chairman

Procurement Board

Invitation for Investor/Manager at at Ministry of Industry, Applied Science and Technology, Ibadan

Oyo State of Nigeria

Ministry of Industry, Applied Science and

Technology Secretariat, Ibadan

Invitation for Investor/Manager

This is to inform the general public that the Oyo State Government is inviting interested Investor/Manager for her Pace-Setter Quarry and Asphalt Plant situated at Km 25, Ijaiye-lseyin Road, Akinyele Local Government in line with the Government’s policy of Public-Private-Partnership arrangement.

 

2.       The Firm shall undertake and perform the following tasks:

(i)      To identify the present state of the equipment in the Plant;

(ii)     To prepare a detailed Technical and Financial Report for the Plant; And

(iii)    To be ready to produce quality Asphalt which will meet the set standard of the Ministry of Works and Transport.

 

3.       In order to obtain first hand  information  on the assignment and local condition of the equipment, the applicant would pay a non-refundable fund of ? 100,000.00 only to the office of Honourable Commissioner Ministry of Industry Applied Science and Technology so that representative(s) of the firm would visit the project site before the proposal is submitted.

 

4.       Required documents expected to be submitted with the proposal are as follows:

(i)      Evidence of incorporation with the Corporate Affairs Commission:

(ii)      Details of Company Profile (Personnel and Equipment);

(iii)    Letter of Recommendation from the Company’s Banker indicating the financial capacity of the Company to undertake the job, if awarded

(iv)    Evidence of managing/handling of similar Project in the past;

(v)     Current Government Tax Clearance Certificate and

(vi)    Other relevant Technical Information.

Submission:

5.       Interested members of the public should inspect and submit two separate proposals which should be clearly marked “Technical and Financial Proposal Pace-Setter Quarry and Asphalt Plant” addressed to:

Cabinet Office

Office of the Executive Governor,

Secretariat, Ibadan

 

The Proposal should be submitted on or before 14th November 2011 by 12 Noon

 

Signed:

Hon. Adebayo O. Olagbenro

Honourable Commissioner,

Ministry of Industry, Applied Science and

Technology.