Pre-qualification for the Construction/Rehabilitation of Selected Road Projects at Niger State

Government of Niger State

Ministry Of Works, Infrastructure Development

Abdulkarim Lafene Secretariat Complex,

Block “C” P.M.B. 60, Minna, Niger State.

 

Invitation for Pre-Qualification / Tender for the Construction/Rehabilitation of Selected Road Projects in Niger State.

 

The Government of Niger state through the ministry of Works & infrastructural Development,  is desirous of undertaking the Rehabilitation/Construction of the following road projects in the state:

 

i)       Construction of Eastern bypass-Maikunkele road in Minna (I4.4Km),

ii)      Construction of Lapai-Gwari – PUT Permanent site road  (4.5Km),

iii)     Dualization of Idi burial Ground – Bahago round about road (3.4Km),

iv)     Rehabilitation of Kwakuti-Kafinkoro-Gwada road (66.6Km),

v)      Construction of Rijau – Dukku road (48Km),

vi)     Construction of bridge across river Shiroro.

 

(I) SCOPE OF WORK

The scope of work essentially involves, but not limited to the following

(i)      Site clearance and scarification.

(ii)     Earthworks          and Road works,

(iii)    Drainage works/Concrete works.

(iv)    Pavement surfacing with asphaltic concrete.

(v)     Others.

 

(2) Collection of Bid Document

All interested Civil Engineering contractors should

Collect the relevant  Tender documents within a period of two (2) weeks from the date of this publication from:-

The Office of the Director

Civil Engineering Services,

Ministry of Work’s & Infrastructural Development.

A payment of a non-refundable Tender fee of N1, 000.00

(One million Naira only), should be made to the Accounts Department of the Ministry

 

(3) Pre-Qualification Requirements

All completed Tender documents shall be signed, sealed in an envelop-clearly marked “CONFIDENTIAL” and the name of the project being bidded for boldly written.

 

Completed documents are to be returned to,

The Permanent Secretary (Works), Ministry  of works & Infrastructural Development, Minna).

To reach the office nit later than 31st October, 2011

 

Each Tender must be submitted with the Prequalification documents containing the following information:-

i.        Evidence of incorporation or business name registration with C.A.C.

ii.       Current evidence of registration with Niger State Public Procurement Board/Ministry of Works & Infrastructural Development, Minna

iii.      Evidence of Tax Clearance Certificate for the last Three (3) years.

iv.      Value Added Tax (V.A.T) registration certificate and evidence of remittance,

v.       Company Audited Accounts for three years with turnover above N5.0 billion,

vi.      A bid security in an amount not less than 2% of bid price for any amount less than N10,000.000.00 and e-payment for any amount above N10,000,000.00 (accounts details will be released on request).

vii.    Present Technical qualification and experience of key personnel   (Enclose photocopies of professional qualification/curriculum vitae).

viii.   Evidence of availability/possession of Plants and Equipments requisite for the Project,

ix      Evidence  of performance   in  a  similar construction successfully executed,

x.      Other relevant documents

Please Note: All submitted documents are subject to verification by the Ministry.

 

(4)     Sufficiency of tenders

 

All tenderers will submit their tenders in compliance with clause 12( I) of the standard conditions of  contract (Road works)

Vol. 1 Revised Edition,  2007,  which spells out the need for sufficiency of tenders. In addition, all tenderers are requested to;-

 

(i) inspect the road and the wok required to be accomplished and assure themselves of the scope.

(ii)     Ensure that their tender price will adequately cover the execution of the work without further demand on Government.

 

Please not however that, the Ministry is not bound to accept the lowest or any particular tender.

 

The Tenders received shall be publicly opened a day after closing date of the Tenders, Tenderers or their representatives are invited to witness the opening.

 

Signed

Permanent Secretary (Works),

Ministry of works & Infrastructural Development

Provision of Geophysical Site Survey in OML-123 at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (RC No. 333615)

Advert for Tender Opportunity

TB-2949 Provision of Geophysical Site Survey in OML-123

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 Geophysical Site Survey in OML-123, as detailed in item 2 below. The contract is proposed to commence in 2012 and continue for a duration of two (2) years with an option to extend the duration for a further period of one (1) yea.

2.   SCOPE OF SERVICES:

This Scope of Services covers the provision of seabed /high resolution seismic survey over 10 locations in OML-123 offshore Nigeria.

 

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the supply and provision of:

  • Seismic recording instruments incl. necessary streamers
  • Seismic sources
  • QC and fast track processing in the field.
  • Analogue equipment

 

The selected Contractor will be responsible for the mobilization and subsequent demobilization of its equipment, tools and personnel between place of origin and APD(N)L’s nominated onshore base location.

 

3.       Mandatory Requirements:

3.1. To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the SITE SURVEY SERVICES (AVO, Bathymetry, Clearance, Debris, Dimensional control, Echo sounding. Gravity, High resolution seismic, Magnetic, Pipeline route survey, Platform, Profiling, ROTV, Side sonar scan, Sub bottom profiling: Surveys, Well site) 3.10.03 (product/service) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender.

 

3.2.    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’.

 

3.3.    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.

 

3.4.    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.

 

3. 5.   In addition Tenderers shall also be required to comply with the Nigerian Content requirements in the Nigerian Oil and Gas industry Content Developments Act 2010.

 

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 and 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.

 

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer 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 C02 and CO7

 

  • 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 business and Nigerian 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 evidence of ownership of at least 50% of equipment to be deployed for the execution of the project

 

  • 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.

5. Closing Date

Only Tenderers who are registered with NJQS Product/Group 3.10.03 Site Survey Services (AVO Bathmetry, Clearance, Debris, Dimensional control, Echo sounding, Gravity, High resolution seismic, Magnetic, Pipeline route survey, Platform, Profiling, ROTV, Side sonar scan, Sub bottom profiling, Surveys, Well site) 3.10.03 on 26th October 2011, being the advert closing time /date shall be invited to submit Technical Bids.

6.       Additional Considerations:

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 APD(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 APD(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 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.

 

  • APD(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.

 

 

Supply, Installation and Maintenance of Perkins Generator Sets for Company Staff and Residences at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (RC No. 333615)

Tender Opportunity

Supply, Installation and Maintenance of Perkins Generator Sets for Company Staff and Residences

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 Supply; Installation and Maintenance of Generator Sets for Company Staff and Residences, as detailed in item 2 below. The contract is proposed to commence in August 2011. For a duration of three years.

2.       Scope of Services:

The selected Contractor snail have the necessary experience and capability: and shall be fully responsible for the supply. Installation and maintenance of:

  • Forty (40) 20KVA Generator Sets
  • Forty-two (42) 27KVA Generator Sets
  • Twenty-six (26) 40KVA Generator Sets
  • Four (4) 60KVA Generator Set
  • One (1) 100KVA Generator Set
  • Two (2) 150KVA Generator Sets
  • One (1) 250KVA Generator Set
  • Three (3) 500KVA Generator Sets

 

The detailed specification shall be as provided below:

  • Engine Brand:      Perkins
  • Engine series:       1006TAG2
  • Alternator type:   Stamford, Meccalte or Lorey sommer
  • Phase:                   3
  • Voltage Rating:    220/400V
  • Frequency:           50Hz
  • Generator type:    Soundproof
  • Noise level:                    75dB

 

The selected Contractor shall also provide;

  • All necessary, materials, equipment, labour and transportation required for the delivery, installation and commissioning at designated locations within Nigeria., to be specified by APD(N)L;
  • All necessary consumables and spare parts;
  • A technical team for after sales service and maintenance; and
  • All other related equipment; tools and experienced personnel necessary to satisfactorily perform the Services.

 

The selected Contractor will be responsible for the mobilisation and subsequent demobilisation of its equipment, tools and personnel between place of origin and APD(N)L’s designated locations.

3.       Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Product Group 1.09.01 Generators 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 dick 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.

 

3.2.    In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

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 and 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.

 

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer 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 C02 and CO7

 

  • 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 a MOA with OGTAN REGISTERED training facility for both theoretical and attachment for the duration of the project

 

  • 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 business and Nigerian 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.

5. Closing Date

Only Tenderers who are registered with NJQS Product/Category Generators 1.09.01 on 26th October 2011, being the advert closing date shall be invited to submit Technical Bids.

6.       Additional Considerations:

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.
  • To enable Interested pre-qualified Contractors to use the NipeX System to progress this tender exercise, they should access the NipeX System and Include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes.
  • 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 APD(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 APD(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.

 

  • APD(N)L/NNPC reserves the right to reject the submission(s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to APD(N)L/NNPC.
  • APD(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.

 

Request for Expression of Interest at Standards Organization of Nigeria

Standards Organization of Nigeria

Selection of Contractor for the Construction of a 4-Storey (Including Basement) Laboratory Complex at Ogba, Lagos

Request for Expression of Interest

The Standards Organization of Nigeria intends to engage the services of a reputable Constructor for the construction of a 4-Storey (Including Basement) Laboratory Complex at Ogba, Lagos

Submission of Expressions of Interest (EOIs)

  • Prospective Contractors should submit an Expression of Interest detailing the following minimum requirements as a basis for pre-qualification:
  • Profile of firm including ownership structure with full contact details,
  • Evidence of business registration in home country and evidence of filing of Annual Returns,
  • Capability profile of the firm
  • Copies of unabridged financial reports for the last 3 years.
  • Copy of the firm’s current Tax Clearance Certificate and Taxpayer Identification Number (TIN).
  • Evidence of VAT registration and remittance,
  • Detailed information on equipment/facilities of the firms/organization.
  • Evidence of compliance with the Pension Act and
  • Description of experience working in Nigeria
  • Evidence of previous construction projects carried out in Nigeria.

 

Expression of Interest must be submitted in six (6) copies in a sealed envelope clearly marked “Expressions of Interest for Selection of Consultants (Laboratory Complex)” including a CD-ROM version.

 

The Expression of Interest should be delivered on or by 12:00 Noon Monday 31st October, 2011 at the address below :

 

Director General,

Standards Organization of Nigeria (SON),

Corporate Headquarters,

No. 52, Lome Crescent,

WuseZone

Abuja.

 

Attention: HOD (Procurement)

Interested applicants may obtain further information at the address above from 2.00pm to 5.00pm, Monday through Friday (except public holidays) from:

Name:         Engr John Achukwu, Tel, 08023133343

E-mail:        achukwujohn@yahoo.com

 

OR

Name: B. Jatau, Tel 08033481765,

E-mail: barnabasjatau@ymail.com

 

Please note that

Only short-listed Contractors will be contacted. Expression of interest through email or fax will not be entertained.

Furthermore, submissions shall not be construed to be a commitment on the part of the Organisation to select any contractor nor shall it entitle any individual/firm submitting Expression of Interest to claim any indemnity from the Organisation.

 

Signed

Management

Call for Proposals at Rivers State/UNDP 7th Country Programme

Rivers State/UNDP 7th Country Programme

Call for Proposals

The Rivers State Government in collaboration with UNDP under its 7th Country Programme is implementing a Microfinance Initiative under its Private Sector Development Programme (PSDP).

To realize the objectives of the programme as contained in the 2011 Annual work plan signed between the Rivers State Government and UNDP, the office of the Senior Special Assistant to the Governor on International Donor Agencies, request proposals from qualified from(s) of consultants with requisite qualifications/experience in Monitoring and evaluation particularly in Microfinance Initiatives.

Private Sector Development Programme

Microfinance Initiatives

The successful Firm(s) of consultants will evaluate current system, recommend and design a good monitoring and evaluation strategy and system(s) that will highlight the roles of the different actors and effectively monitor the performance status of beneficiaries (both institution and end beneficiaries) of the State interventionist funds. Organize institutional capacity building/training on effective monitoring and evaluation for microfinance operators in the State.

Application Procedures

All interested Firm(s) of consultants is to submit two (2) copies each of a detailed technical proposal and a financial proposal in separate sealed envelopes.

The top left of each envelope should be marked TECHNICAL PROPOSAL, or FINANCIAL PROPOSAL; as may be applicable. Firm(s) should include certificate of incorporation, company profile/staff, list of key staff/personnel that will work on this assignment and other relevant information.

Detailed Terms of reference (TOR) for each of the activity can be obtained from the office of the Senior Special Assistant to the Governor on International Donor Agencies or requested from rivsida@gmail.com
All bids should be returned to the address below with both soft copy and hard copy not later than 26th October, 2011 with a softcopy to call4proposals2011@gmail.com