Construction of Roads, Street Drains and Drainage / Canal at Lagos Metropolitan Development and Governance Project (LMDGP)

Lagos State Government

Invitation for Bids (IFB)

Lagos Metropolitan Development and Governance Project (LMDGP)

IDA Credit No. 4219.

National Competitive Bidding (NCB)

Construction of Roads, Street Drains and Drainage / Canal at Ikate Olaogun.

(LMDGP/NCB/SU/W/RC-DR/01/011)

 

1 .      This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 1688882 of March 20th, 2007.

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Lagos Metropolitan Development and Governance Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Construction of Roads, Street Drains and Drainage Canal at Ikate Olaogun in Lagos City.

 

3.       The Lagos State Government represented by Lagos Metropolitan Development & Governance Project now invites sealed bids from eligible and qualified bidders for the execu­tion of the works below:

 

Contract

Identity

Name of Works Delivery/

Construction

Period

Amount of Bid Security Price of Bidding Document
LMDGP/NCB/SU/

W/RC-DR/01/011

Construction of Roads, Street Drains and Drainage / Canal at Ikate Olaogun in Lagos City

 

12 Months Naira 13.5 Million Bank Draft or Bank Guarantee

 

Naira 20,000.00

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures spec­ified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, May 2004 revised October 1, 2006, and May 2010 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 Project Director, Lagos Metropolitan Development & Governance Project (LMDGP),

e-mail: info@lmdgp.ng.org and inspect the Bidding Documents at the address given below. The documents can be inspected during official hours of 8.30am – 5.30pm on Monday to Friday, except on public holidays.

 

6.       Qualifications requirements for these contracts are in the bid documents and include:

 

a.       Possession of experience as a Prime Contractor for at least the last five (5) years prior to the appli­cation submission deadline, and with work cited should be at least 70% complete,

b.       Minimum average annual turnover in construction works of at least Naira 1,350,000.000 in the last five years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract;

c.       Project Manager with First Degree in Civil Engineering and at least 15 years’ experience in Works of equivalent nature and volume;

 

d.       Own a substantial proportion of the construction equipment required to successfully execute the Contracts;

 

e.       Provide Annual audited account for the last 5 years to demonstrate the current soundness of the applicants financial position and its prospective long term profitability, and have Liquidity and/or evi­dence of access to or availability of confirmed positive credit facilities of not less than Naira 225 Million.

 

7.       A complete set of Bidding Documents for this contract in English language 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 in local currency Naira 20,000. The method of pay­ment will be in the form of Bank Draft or Pay Order in favour of “Lagos Metropolitan Development & Governance Project (LMDGP)”. The Bidding Documents may be collected in person by a bidder’s representative duly authorized by the bidder in his application, or sent by courier services on request (in case of request by courier, the bidder is advised to arrange for own pre-paid courier service).

 

8.       Bidders must ensure that they possess the qualification requirement specified in the bidding document and necessary capacity to complete the contract within the time specified in the bid­ding document. A pre-bid meeting will be held on November 10, 2011 at 11.00am in the premises of LMDGP and all bidders or their authorized representatives are requested to attend the meeting on time.

 

9.       Bids must be delivered to the address below on or before 11 am, of December 8th , 2011. All bids must be accompanied by a Bid Security or securities in the amounts stated in paragraph 3. Late Bids will be rejected. Bids will be opened in the presence of the bidders’ representa­tives and anyone who choose to attend at the address below at 11:00 a.m, on December 8th , 2011.

 

Bayo Kelekun

The Project Director

Lagos Metropolitan Development & Governance Project

1, Wempco Road, off Lateef Jakande Road

Agidingbi, Ikeja, Lagos State, Nigeria

Email: info@lmdgp.org.ng Telephone: 234(01) 8976433, 7390259

 

Tender Opportunity Provision of Jackup Drilling Unit in OML 123 TB-3003 at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited IRC No. 3336151

Tender Opportunity Provision of Jackup Drilling Unit in OML 123 TB-3003

 

1.       Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity ; for the provision of the following services as detailed in item 2 below, at APD(N)L’s OML 123 (offshore) facility. The contract is proposed to commence in Q2. 2012  and continue for a duration of two (2) years with APD(N)L having the sole option to extend the duration for a further period of one (1) year.

 

2.       Scope of Services, Minimum Requirements:

The selected Contractor shall have the necessary experience capability and shall be fully responsible for the provision and operation of a Jack-up Drilling Unit, in a safe and efficient manner, for use in water depths up to 300 feet rated at 10.000psi and meeting the following minimum requirements:

  • Jack-up drilling unit
  • Water depth rating ≥ 300 feet -capable of moving and operating in 19ft water depth (LAT)
  • Fitted with independent (above and below) spud-can (HP / LP) jetting systems to facilitate leg recovery from deep (potentially> 160ft) penetrations.
  • Drilling depth capability up to 25,000ft
  • Cantilever envelope 45 feet x 20 feet
  • Hook load capacity ≥ 1,000,000 Ibs
  • Draw works capacity 2,000 HP
  • Mud pumps 3 x1, 600 HP
  • Top Drive System, continuous drilling torque ≥ 35,000 ftlb, rated to 650 Ton.
  • Well Control system to include 29-   diverter system; 20- ” 2,000psi double ram and 1 annular BOP; 13- ” 10,000 psi, 4 rams and 1 annular BOP
  • Variable Deck load ≥ 8,000 Kips
  • Bulk Storage Capacity > 8.000 cu-ft
  • Liquid Mud Capacity ≥ 1,500 bbls
  • Base oil capacity ≥ 800 bbls
  • Drill Pipe requirement ≥ 15,000 ft of 5-  ”, 24.7 ppf S-135 DP and 6,000ft of 3-  ”,  13.3 ppf, S-135 DP both with high torque connections
  • 4 VSM-300 flow-line shakers or equivalent plus desanders, desilters, mud cleaner and degasser.
  • Availability of 3 centrifuges advantageous, otherwise space must be available for installation of an auger system and 3 centrifuges.
  • Quarters for a minimum 110 persons
  • Furbished to meet the Environmental Guidelines and Standards for the Petroleum Industry in Nigeria (EGASPIN), Revised Edition 2002 (zero discharge) or can be modified to meet these guidelines – adequate space and deck load rating for a cuttings export system comprising storage tank(s)/ skips and transfer system.

 

3.       Mandatory Requirements:

3.1 .   To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Drilling Rigs (3.04.01) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

3.1.1  To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check my supplier status and thereafter click on supplier product group’

 

3.1.2  If you are not listed in a product/service category that you are registered with at DPR to do business you may contact NipeX’ office at 30, Oyinkan Abayomi Street. Ikoyi. Lagos, with your DPR certificate as evidence for necessary update.

 

 

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

 

4.       Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

Demonstrate that the entity proposed for execution of the service, 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

Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 andCO7

Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.

Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work,

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.

Provide detailed plan for staff training and development on engineering, project management 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 any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities)

Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.

Provide details on any other Nigerian Content initiative the company is involved in

Provide MOA with Oil & Gas trainers association (OGTAN) registered facility for both class room type I (theoretical) and on-the-job training attachment for the duration of the project.

Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

5.       Closing Date:

Only tenderers who are registered with NJQS Product/Category Drilling Rig (3.04.01) as at 17th November, 2011,12.00 (the advert closing date) (fifteen (15) working days) being the advert closing date shall be invited to submit Technical Bids.

 

6.       Additional Information:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

As stated in item 3 hereto. Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.

All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

This Advert shall neither be construed as any form of commitment on the part of APE(N)L to award any contract to any contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims  whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such contractors having  been pre-qualified in NJQS.

 

The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

(ii)     Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

APE(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process as necessary, and will NOT communicate through individuals or appointed Agents.

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

Invitation for Submission of Technical and Financial Bids for Goods and Works at National Lottery Trust Fund (NLTF)

The Presidency

National Lottery Trust Fund (NLTF)

6th Floor, Merit House. Aguiyi Ironsi Way Maitama- Abuja.

Invitation for Submission of Technical and Financial Bids for Goods and Works.

 

The National Lottery Trust Fund (NLTF) hereby invites interested /reputable contractors to submit technical and financial bids for the under-listed Goods and Works under its year 2011 capital procurement as follow:

 

(A)    WORKS:

LOT1:         Rehabilitation of Zonal Office at Portharcourt, Rivers State.

LOT 2:        Rehabilitation of Zonal Office at Enugu, Enugu state

LOT 3:        Rehabilitation of Zonal Office at Bauchi, Bauchi state

LOT 4:        Rehabilitation of Zonal Office at Kano, Kano State

 

(B)     GOODS:

LOT 5:        Supply of utility vehicles to Headquarter at Abuja.

LOT 6:        Supply and installation of sound proof Generator to Zonal office at Makurdi, Benue State.

LOT 7:        Supply and installation of sound proof Generator to Zonal office at Kano, Kano State.

LOT 8:        Supply and installation of sound proof Generator to Bauchi Zonal office at Bauchi State.

LOT 9:        Supply and installation of sound proof Generator to Zonal office at Enugu, Enugu State.

LOT 10:      Supply and installation of sound proof Generator to Headquarter at Abuja.

 

NOTE: Detailed scope and specification for works and goods is as contained in the bid documents.

 

Eligibility Requirements:

i.        Evidence of Registration with Corporate Affairs Commission (CAC)

ii.       Company profile showing key personnel with evidence of technical /professional status/Experience

iii.      Current Tax Clearance Certificate

iv.      Evidence of 3 years Audited Account of the Company.

v.       VAT Registration with proof of Remittances.

vi.      Proof of Registration with National Pension Commission.

vii.     Evidence of financial capability and support letter from your bank to the Agency.

viii.    Evidence of similar jobs executed by the Company within the Last three (3) years.

Method of Application:

The financial Bid Document should be collected from the Procurement Unit of National Lottery Trust Fund. 6th Floor, Room 1. Merit House, Aguiyi Ironsi Way Maitama Abuja. With Bank Draft of N20, 000.00 (Twenty Thousand Naira) Only, non refundable Tenders Fees. The completed bid document of Part A Technical Bid, Shall be submitted in a sealed envelope clearly marked “TECHNICAL”. While part B, Financial bid shall be in a sealed envelope clearly marked “FINANCIAL”. Both envelopes should be enclosed in One larger sealed envelope clearly marked “TECHNICAL AND FINANCIAL BID FOR GOODS AND OR WORKS” and submitted to:

 

The Secretary

Parastatal Tenders Board

National Lottery Trust Fund

Room 1,6th Floor Merit House,

Aguiyi Ironsi Way, Maitama, Abuja.

 

All submissions must reach the above address on or before Friday 18th November, 2011 by 12 Noon.

 

Opening of bids:

The tender’s document will be publicly opened at the National Lottery Trust Fund Conference Hall at 12 Noon after close of submission on Friday 2nd December 2011. Bidders or their representatives, interested members of the public and non-governmental organizations (NGO) are invited to witness the opening of the BID DOCUMENTS. Only technically qualified Bidder’s will be invited for opening of financial Bid, opening at a later date.

Signed:

Management.

Procurement of Vehicles at Taraba State Health Systems Development Project II

Invitation for Bids IFB)

Taraba State Ministry of Health

Health Systems Development Project II

Credit No: 4522-NG

Procurement of Vehicles

IFB No. TR/HSDP II/NCB/GOODS/05/2011

Bid Issuance Date: 26th October 2011

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspaper of 2nd April 2009 as published by Federal Ministry of Health, Nigeria

 

2.       The Federal Government of Nigeria has received a credit from the international Development Association toward the cost of Taraba State Health Systems Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for procurement of vehicles.

 

3.       The Taraba State Health Systems Development Project II now invites sealed bids from eligible and qualified bidders for the under listed contract:

 

Lot No Contract Description Quantity Bid Security

 

Bid Validity Location

 

Duration
1 Four Wheel Drive Double Cabin Pick Up with delivery van, 2.7 Litre Engine 2 At least 2,5% of Bid Price 90 Days See Bellow the table

 

60 Days

 

 

Location: Taraba State Health Systems Development Project II, at Essential Drugs Programme Premises. Behind Taraba State Broadcasting Service (TSBS) Office Complex, Jalingo, Taraba State -Nigeria

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loam 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 Taraba Stale Health Systems Development Project II, at Essential Drugs Programme Premises, Behind Taraba State Broadcasting Service (TSBS) Office Complex, Jalingo, Taraba State Nigeria and inspect the Bidding Documents at the address given below from 9:00am – 4:00pm, Mondays – Fridays.

 

6.       Qualifications requirements include: Verifiable evidence of similar job executed, audited financial report /or the last 3 years, manufacturers authorization letter. A margin of preference for certain goods manufactured domestically 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 Ten Thousand Naira (N10, 000) Only or its equivalent in a freely convertible currency. The method of payment will be by cash or bank draft to Tarabu State Health Systems Development Project II. The Bidding Documents will be sent by courier service on request or to be collected by representative of the bidder.

 

8.       Bids must be delivered to the address below at or before Tuesday 29th November 2011 by 10:00am. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders representatives who choose to attend in person at General Sani Abacha State Secretariat Conference Hall Jalingo Taraba state on Tuesday 29th November 2011 by 10:30am.  All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. The bid security shall be in the form of a bank draft or bank guarantee as in the form provided in the bidding document from a reputable commercial bank in Nigeria

 

9.       The address referred to above is:

The Project Manager,

Taraba State Health Systems Development Project II, at Essential Drugs Programme Premises, Behind Taraba State Broadcasting Service (TSBS) Office Complex, Jalingo, Taraba State Nigeria.

Telephone: + 23480343530816 +2348036156915

Electronic mail address: bjpaninga@yahoo.com, drdgarba@yahoo.com

 

 

Expression of Interest (EOI) for Procurement of Consultancy Services at Taraba State Health Systems Development Project II

Taraba State Government

Taraba State Health Systems Development Project II


Expression of Interest (EOI) For Procurement of Consultancy Services

Loan/Credit Number: 4522-UNI

EOI Number: TR/HSDP/CS/01/2011

Issuing Date: 26th October 2011

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspaper of 2nd April 2009 as published by Federal Ministry of Health, Nigeria.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Taraba State Health Systems Development Project II, and intends to apply part of the proceeds of this credit for payments under the contract for the procurement of Consultancy Services

 

3.       The Taraba State Health Systems Development Project II, now invitee sealed Expression of Interest (EOI) from eligible and qualified Consulting firms for the following consultancy service:

  • Health Facility Service Availability Mapping (SAM)

 

4.       Selection will be conducted through the Consultant Qualification procedures specified in the World Bank’s Guidelines: Consultancy under IBRD Loans and IDA credits, and is opened to bidders/ firms from eligible source countries as defined in the guidelines

 

5.       Interested eligible Consulting firms may obtain further information from the office of the Project Manager, Taraba State Health Systems Development Project II, at the address given below and inspect the TOR documents.

 

6.       A complete Terms of Reference (TOR) for the consulting service, in English Language may be obtained by interested Consulting firms upon submission of a written Application to the address below. The TOR will be available from 7th November.

 

7.       This Request for Expression of Interest (EOI) shall remain valid for 14 days while the validity period for the submitted EOI shall be 90 days from the date of opening. The EOI must be delivered to the address below at or before 21st November 2011. Electronic submission will not be permitted and Late EOIs will be rejected.

 

8.       The address referred to above is:

The Project Manager,

Taraba State Health Systems Development Project II,

Essential Drugs Programme Premises,

Behind Taraba Stale Broadcasting Service (TSBS) Office Complex

Jalingo, Taraba State Nigeria.

Telephone: +234BG343530816, +2348036156915

Electronic mail address: bipaninga@yahoo.com; drdgarba@yahoo.com