Selection of Consultants for the Configuration and Calibration of the Highway Development and Management Model (HDM 4) Software Tool at Road Sector Development Team (RSDT) of the Federal Ministry of Works, (FMW)

Federal Ministry of Works (FMW)

Road Sector Development Team (RSDT)

Date of Issuance: 15/09/2011

Selection of Consultants for the Configuration and Calibration of the Highway Development and Management Model (HDM 4) Software Tool to Nigerian Conditions

Request for Expression of Interest

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) for the Federal Roads Development Project and intends to apply part of the proceeds for the consultant services for “The configuration and Calibration of the Highway Development and Management Model (hdm 4) Software Tool to Nigerian conditions”.

 

 

The Road Sector Development Team (RSDT) of the Federal Ministry of Works, (FMW) now invites eligible consultants for Expressions of Interest (EOIs) for the purpose of providing consultant services for the configuration and calibration of the HDM 4 Software tool, which shall include but not limited to:

  • Pavements and Materials – to calibrate Road Deterioration and Works Effects models.
  • Road User Effects – to calibrate the Vehicle Operating Cost (VOC) models, Fuel Consumption, Travel Time Valuation and Accident Costing and other Road User Components
  • Traffic – Traffic Characteristics, Vehicle Speeds, and Accident Rates.

 

The assignment must be completed within a period of 9 months from the time of contracting.

 

The RSDT will review and supervise the technical quality of reports and field exercise during the study; The RSDT requires that all firms responding to this request for Expressions of Interest must have at least ten (10) years of relevant consultancy experience, particularly previous work on Road Sector Maintenance Management in Developing countries. The firms must be able to mobilize experts (in Road Engineering, Transport Economics, Traffic Engineering/Road Safety, Pavement Engineering & Maintenance Management. Environmental Management required to carry out the assignment.

 

Expression of Interests (EOIs) from Consultants should specify the following information as basis for short-listing.

 

  • Profile of the Firm/Consortium including joint venture arrangement if any;
  • Proof of Alliance/Partnerships (if applicable).
  • Capability Profile of all members of the consortium (if applicable);
  • Evidence of similar assignment carried out in the past;
  • Evidence of Key Personnel proposed for the management of the assignment.

 

 

Consultant will be selected in accordance with the procedure set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers January 2011 edition.

 

Expressions of Interest must be submitted in five copies (one original and four copies) and a soft copy in a sealed envelope clearly marked “Expressions of Interest for the Configuration and Calibration of the HDM 4”.

 

Interested firms may obtain further information at the address below from 08.00am to 4:00pm (Local time), Mondays through Fridays (except public holidays).

 

The Expressions of Interest should be address and delivered not later than 5.00pm on 17th October, 2011.

 

The Unit Manager

Road Sector Development Team (RSDT)

No. 6 Niagara Close, Off Erie Crescent

Off Nile Street, Maitama

Abuja, Nigeria.

Email: unitmgr.rsdt@yahoo.co.uk

Or unitmanager@rsdt.gov.ng

Tel: +234 (0) 9291 0385, +234 703 404 4403

Call-Off Contract for Engineering Support and Design Services at Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

Operator of the NNPC/Shell/Elf/Agip Joint Venture

Tender Opportunity No: NG01011639

Call-Off Contract for Engineering Support and Design Services

 

SPDC hereby announces to interested and prequalified companies of an upcoming tendering opportunity for the provisions of Engineering Support and Design Services on a call-off basis. The proposed contract will commence in Q2 2012 and remain active for five (5) year duration, followed by a two (2) year extension option.

 

Scope of Work

The scope of work for the proposed Contract shall include but not limited to; The scope of activities to be covered shall include but not be limited to the under listed in connection with oil/gas production operations, maintenance, engineering and project delivery:

  • Feasibility studies
  • Concept selection studies
  • Front end engineering design
  • Detailed engineering design
  • Specialist studies and services
  • Procurement support activities including specification development, enquiries, evaluation and placement of long lead orders, enquiries with vendors
  • Project services and management support including cost, planning and related project services
  • Follow-on Engineering and Construction support services
  • Implement training programme to develop skills and competency in FEED and DED
  • Information management services including document management, archiving and control.

 

 

Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be
  • pre-qualified in the PRODUCT GROUP 30223:
  • DESIGN CONSULTANCY category in NipeX Joint Qualification System (NJQS) database. Only successfully pre-qualified suppliers in this category will be eligible to receive Invitation to Technical Tender (ITT).
  • 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.
  • If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.
  • To initiate the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.
  • To be eligible, all tenderers must comply with the Nigerian Content requirements in the NipeX system.

 

Nigerian Content Requirements

Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and also provide the following requirements:

 

  • Demonstrate that the entity h 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
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager,
  • 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; attach past experience of such patronage,
  • Specific to this project, provide detailed plan for staff training (including 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 details on any other Nigerian Content initiative your company is involved in.

 

Closing Date:

Only tenderers who are registered with the relevant NJQS product/category By 6 October, 2011, being the advert close date shall be invited to submit Technical Bids

 

Additional Information

  • All costs incurred in preparing and processing NJQS prequalification shall be to    the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SPDC to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from SPDC and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre­qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • SPDC will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

 

PLEASE VISIT NIPEX PORTAL AT WWW.NIPEXNG.COM FOR THIS ADVERT AND OTHER INFORMATION.

 

This advertisement is not an invitation to tender for the above services. There is no commitment or obligation, implied or otherwise for SPDC to issue a tender or enter into a contract. Participation in the tender exercise does not construe or imply any commitment to any party or entitle any party to any indemnity or any form of payment from SPDC

 

Construction of the Departments of Building Technology and Quantity Surveying at Federal Polytechnic, Kaura Namoda, Zamfara

The Federal Polytechnic

P.M.B 1012

Kaura Namoda, Zamfara State

Invitation to Tender

The Education Trust Fund (ETF) has given approval for the Polytechnic to use the merged 2009/2010 Normal Intervention Fund for the Construction for the Departments of Building Technology and Quantity Surveying. The Polytechnic is therefore, in accordance with Public Procurement Act 2007, inviting reputable contractors to tender.

Project Title

Construction of the Departments of Building Technology and Quantity Surveying.

 

Tender Requirements for Contractors:

1.       Registration with Corporate Affairs Commission

2.       Detailed company profile

3.       Tax clearance for the last three years

4.       Evidence of VAT remittance for the last three years

5.       Evidence of pension and social security contributions.

6.       Verifiable list of similar projects successfully executed in Nigeria for the last three (3) years. Photocopies of letters of award and certificates of completion should be enclosed as evidence

7.       Evidence of Financial capacity, banking support and company audited accounts for the last three years (duly endorsed by a chartered accounting firm)

8.       Evidence of registration with PENCON

9.       A letter authorizing the Polytechnic to make enquiries about the company

10.     Copy of Article and Memorandum of Association

 

Collection of Documents

Interested companies are required to collect the bid documents from the Office of the Director of Physical Planning of the Polytechnic of the Polytechnic on payment of non refundable fee of Forty Thousand Naira (N40, 000.00) only at the Bursary Department of the Polytechnic.

 

Submission of Bid

Completed Bid Documents are to be submitted along with pre-qualification requirements sealed in different envelopes with the phrase “Bid Documents” indicated at the left hand corner of the envelope containing the Bid Documents and the phrase “Pre-qualification Requirements” written on the left hand corner of the envelope containing the Pre-qualification requirements and addressed to:

 

The Registrar,

Federal Polytechnic,

P.M. B 1012

 

And to reach him on or before 27th September 2011. The Bid/Pre-qualification requirements will be opened same day at the Rector’s office by 11.00 a.m. Tenderers are invited to attend the exercise, please.

 

Signed:

Alh. Salisu A. Ciroma

Registrar.

 

 

 

 

Invitation to Tender for Year 2011 at PHCN Yola Electricity Distribution Company

 

Power Holding Company of Nigeria

Yola Electricity Distribution Company

No. 2 Atiku Abubakar Road Jimeta-Yola, Adamawa State

Invitation to Tender for Year 2011

Multi-Year Tariff Order (MYTO) Projects

Introduction

In line with the Federal Government’s efforts and determination to improve metering of customers and optimize service delivery in the power sector, Management of Power Holding Company of Nigeria, Yola Electricity Distribution Company (YEDC) intends to procure meters (both Maximum Demand and Pre-payment) and Vending/Payment Systems and ancillaries, from year 2011 Multi Year Tariff Order (MYTO) fund.

 

Interested, competent and reliable companies are hereby invited to submit tender for desired LOT(S) listed below;

1.1     SCOPE OF WORKS

 

Lot Project Description
1 Supply and installation of prepayment meters compatible with Conlog’s Revenue Management Solution (ULTIMA):

a)       690No. single phase split 1 meter solution complete with boxes monitor and 1 pole internal, breaker.

b)      238No. single phase split 2meter solution complete with boxes monitor and 1 pole internal breakers.

c)       544No. single phase complete with boxes and 2-pole external   breaker.

d)      240 No. three phase pre-payment split meters complete with boxes monitors and 4-pole external breaker.

e)       140No. three phase pre-payment meters with complete boxes and 4-

pole external breaker for Jimeta, Yelwa, Jalingo and Biu Business Units.

2 Supply and installation of prepayment meters compatible with Conlog’s Revenue Management Solution (ULTIMA):

a)       750No. single phase split 1 meter solution complete with boxes monitor and Ipole internal breaker.

b)      262No. single phase split 2meter solution complete with boxes monitor and Ipole internal breakers.

c)       583No. single phase complete with boxes and 2-pole external breakers.

d)      260No. three phase prepayment split meters complete with boxes

e)       160N0. three phase prepayment meters with complete boxes and 4-pole external breaker for Bulumkutu, Damaturu, Yerwa and

3 Supply and installation of:

a)       56 No. Maximum Demand CT operated electronic energy meters with Cl. 0.5 with embedded RS232 comm. port DLMS/COSEM comm. Protocols compatible with MV90 AMR, machine, complete with CT, TTB and security fiber boxes.

 

(b)     37 No. whole current electronic Maximum-Demand meters in Jimeta, Yelwa and Mubi Business Units

4 Supply and installation of:

a)       56 No. Maximum Demand CT operated electronic energy meters with Cl. 0.5 with embedded RS232 comm. port DLMS/COSEM comm. Protocols compatible with MV90 AMR, machine, complete with CT, TTB and security fiber boxes.

 

(b)     37 No. whole current electronic Maximum-Demand meters in  Bulumkutu, Yerwa and Bui Business Units

5 Supply and installation of:

a)       44 No, Maximum-Demand CT operated electronic energy meters with Cl. 0.5 with embedded RS232 comm. port DLMS/COSEM comm. protocols compatible with MV90 AMR machine, complete with CT, TTB and security fiber boxes.

 

(b)     30No. whole current electronic Maximum-Demand meters in Jalingo, Damaturu and Potiskum Business Units.

 

6 Supply of 50No. Maximum-Demand meter fiber boxes, 150 No. CTs of various ratings, 50No. modems compactable with Maximum-Demand meters specification as above, 50No. power relays, 10 No. bags (1000/bag) lead-seal and 80 No. coils of Nigerian 16mm2 service wires, 5,000 No. Plastic seals.
7 Supply and installation of 1 No. set of state-of-the-art server with ancillaries and  Management client, supply of 5 No, Tec Generating sets of 7kVA rating.

 

1.2     Requirements for Tender

1.2.1  Technical Requirements

(i)      Evidence of company registration/certificate of incorporation.

(ii)     Evidence of remitting employee pension contributions to the appropriate Pension Fund Administration.

(iii)    A sworn affidavit affirming that none of the Directors of the company was ever convicted in a court of law.

(iv)    A sworn affidavit affirming that none of the information provided for this tender is false, faked or forged.

(v)     Evidence of having successfully, executed similar works and supplies in the last five (5) years showing names of beneficiaries, locations and contact value. copies of Official Works Orders, local purchase orders and job completion certificate(s).

(vi)    Company profile/Brochure including among others organizational structure,

key professional staff, evidence of competence and ability to perform, manufacturing capacity (for manufacturers only).

(vii)   Test certificate issued by well known international standard test laboratory for manufacturers of meters.

(viii)  Shipping documents of meters for previous supplies.

1.2.2  Financial Requirements

(ix)    Photocopies of current company’s tax clearance certificate for last the three years

(x)     Photocopies of Value Added Tax (VAT) registration certificate and evidence of VAT remittances.

(xi)    Evidence of payment of non-refundable tender fee.

(xii)   Evidence of financial capacity from a reputable bank.

(xiii)  Bank statement showing six (6) months transactions.

(xiv)  Any other information or documents that will give the company a more competitive edge over others.

 

1.4     Mode of Payment of Tender Fee

(i)      Obtain bank draft of One hundred and fifty thousand Naira (Naira (N150,000:00) for either lot 1 or lot 2 and Fifty thousand Naira (N50,000:00) for other lots; issued in favour of: “PHCN Plc, Yola Electricity Distribution Company” Exchange your bank draft(s) with official payment receipt at Finance and Accounts Department, PH.CN Yola Electricity Distribution Company 1st Floor (Block A), No. 2 Atiku Abubakar Road, Jimeta-Yola.

 

1.5     Method of Application

Soft copies of tender documents are available for collection upon presentation of official payment receipt(s).

Submission of Bid Document

Interested bidders should submit their bound documents arranged in the order stated in

 

1.6 Submission of Bid Document

Interested bidders should submit their bound documents arranged in the order stated in 1.2 above, in a sealed envelope marked “TENDER FOR MYTO 2011…” Indicating the LOT No. and description of the project on top left-hand corner of the envelope. Name of the company, mailing address, email address and GSM number shall be clearly stated on the reverse side of the envelope(s). The documents must be delivered by hand to reach the address below:

 

The Chief Executive Officer,

PHCH Yola Electric1ty Distribution Company,

No. 2 Atiku Abubakar Road Jimeta-Yola,

Adamawa State, Nigeria.

 

1.7     Closing Date and Time for Tender Submission

The tender must be delivered to the aforementioned address on or before Monday 19th October, 201 1 by 12.00pm.

1.8     Tender Packaging

The tender submissions shall be packaged as follows;

1.8.1  Technical Bid

Two sets (original and copy) of the technical bid duly marked original and copy respectively shall be sealed in one envelop addressed to:

 

The Chief Executive Officer,

PHCH Yola Electric1ty Distribution Company,

No. 2 Atiku Abubakar Road Jimeta-Yola,

Adamawa State, Nigeria.

The top left hand corner of the envelop shall be marked “Technical Bid” stating the Lot No. and project description. The name, GSM numbers and address of the bidder shall be written on the reverse side of the envelope. This envelope should contain the requirements for tender as stated in (I-XIV).

 

1.8.2  Financial Bid

Two sets (marked original and copy respectively) plus soft copy of the financial bid shall be sealed in another envelope and addressed as in 1.8.1 above. This envelope should contain ONLY price quotations in Nigeria Naira.

 

The two sealed envelopes viz: Technical Bid and Financial Bid shall be enclosed in a third envelope. This financial envelope shall be addressed as in 1.8.1 above, stating the Lot No. and project description on the top left corner of the envelope while the reverse side shall bear the Name, GSM numbers and mailing address of the bidder.

 

1.9 Tender Opening

Tender documents shall be opened on Monday 19th September, 2011 by 2.00pm at PHCN Yola Electricity Distribution Company, No. 2 Atiku Abubakar Road, Jimeta-Yola Adamawa State, Nigeria.

 

NOTES

(i)      Item I, II, III, IV, IX, X, XI and XII under 1,2 are mandatory requirements for any submission to be considered as responsive

(ii)     Any submission that is not substantially responsive will not be processed

further.

(iii)    Each Lot must be bid for separately.

(iv)    The tender fee is non-refundable.

(v)     Only technically qualified bidders shall have their financial bids opened.

(vi)    All communications in respect of this tender shall be in English language, (vii)   This advertisement shall not be construed as a commitment on the part of

YEDC management nor shall it entitle responding contractors to seek any indemnity from YEDC by virtue of such contractors having responded to this advertisement.

 

Further clarifications/enquiries can be obtained from;

Principal Manager (Procurement)

Yola Electricity Distribution Company

No. 2 Atiku Abubakar Road

Jimeta-Yola, Adamawa State

Gsm No: 08033000205

Signed:

Management

PHCN Yola Electricity Distribution Company

 

Invitation for Expression of Interest at Nigeria LNG Limited (NLNG)

Invitation for Expression of Interest and Pre-Qualification for the

Time Charter of a Flat Bottom

Liquefied Petroleum Gas (LPG) Vessel For

Delivery of LPG to the Nigerian Domestic Market

1.       Introduction

Nigeria LNG Limited (NLNG) intends to charter one low draft flat bottom LPG vessel for delivery of LPG from NLNG Bonny terminal to the domestic LPG market in Nigeria.

 

NLNG hereby invites interested LPG vessel owners/operators to express their interest to participate in the tendering for this service.

 

2.       Scope of Work

The tow draft flat bottom LPG vessel will be required for delivery of LPG produced at NLNG Bonny terminal to LPG Terminals in Nigeria and should have a maximum displacement not exceeding 30,000 (thirty thousand) metric tons and be capable of being loaded with 7,000 mt or more of butane at a maximum draught corresponding to 6.4 metres, and 9,000 mt or more of butane at a maximum draught corresponding to 7.2 metres.

 

3.       Functional Specification

The following “Functional Specification” gives the general requirements for the LPG vessel and the full specification will be included in the Invitation to Tender; the vessel shall:

a.       Have a low-draft, flat bottom and be of double full construction a new or recently built vessel will be most preferred;

b.       Be registered with a recognized shipping registry;

c.       Be classed by a Classification Society that is a member of the International Association of Classification Societies (IACS);

d.       Have a valid OCIMF SIRE Inspection report available for review in the OCIMF SIRE database;

e.       Have a valid Hull and Machinery Insurance/ P and l Insurance certificates in place;

f.       Be in even, wav fit to load refrigerated LPG cargo at a minimum loading rate of 2,000 m3/hr, carry, discharge pressurized and measure normal commercial quality and quantity of LPG;

g.       Be capable of carrying out partial loading or discharge and have a flexible manifold combination (e.g. L-L-V-L)

h.      be equipped with adequate reducers to allow LPG discharge to 6”, 8” and 12” shore receiving pipelines;

i.        Be tight, staunch, strong and in good order and condition, and in every other way fit for the service, with her machinery, boilers, hull and other equipment (including but not limited to hull stress and stability calculator) in a good and efficient state;

j.        Have her tanks, valves and pipelines and appurtenances pertaining to the LPG cargo gas-tight and fully functional;

k.       Be in every way fitted for burning at sea – fuel oil with a maximum viscosity of 380 Centistokes at 50 degrees Centigrade/any commercial grade of fuel oil for main propulsion, marine diesel oil (MDO) or Low Sulphur Diesel Oil (LSDO) for auxiliaries and in port – MDO or LSDO for auxiliaries;

I.       Have all her cargo measuring equipment and instrumentation calibrated and certified in accordance to industry guidelines;

m.      Be in full compliance with the requirements of SOLAS, IGC and all other regulations as may be applicable at the time of proposed charter;

n.       Have on board all certificates, documents and equipment required by applicable national and international laws and regulations to enable her perform the charter service.

 

4.       Commencement and Duration

The expected date of commencement of charter is October 2012 and the duration will be two (2) years with an option to extend for one (i) year.

 

5.       Compliance with Local Regulations

The use of LPG vessel within Nigerian coastal waters is regulated under the Cabotage Act 2003 which requires amongst others 60% Nigerian ownership of companies and vessels operating in the Nigerian Cabotage trade. The Nigerian Oil and Gas Industry Content Development (NOGICD) Act 2010 further supports and details expected Nigerian Content deliverables within Contracts in the Nigerian Oil and Gas industry as listed below.

 

6.       Nigerian Content

Nigeria LNG is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development.

 

Interested Companies shall comply with the Provisions of the Nigerian Content Act that relate to this service and in particular comply with the minimum Nigerian Content percentage (%) for the scopes which are covered in the Act.

 

Failure to comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian government shall result in disqualification from bidding for this contract.

 

As part of their submissions, Companies signifying interest by responding to this Advertisement shall submit:

a) i     The process and procedure that explain the methodology of how it intends to comply with the requirements of the Act (Nigerian Content Plan);

ii.       The set target(s) in the Schedule of the Nigerian Oil and Gas Industry Content Development Act and any targets set by the Nigerian Content Board

iii.      Its plan for giving first consideration to services provided within Nigeria with a list of work packages, 3rd Party Services and subcontracts which should be reserved for Nigerian indigenous contractors including those that will be provided by Companies of Nigerian origin

iv.      Its plan for giving first consideration to raw material and assembled goods of Nigerian origin within this contract.

v.       its plan for Technical Skills Transfer to Nigerians employed on the contract

 

b)      A Research and Development Plan (RDP) which shall explain the methodology of how it intends to promote education, attachments, training, research and development in Nigeria in relation to the contract.

 

c)       A Technology Transfer Plan (TTP) which shall explain the methodology of how it intends to promote the effective transfer of technologies from alliance partners to Nigerian individuals and companies.

 

d)      An Employment and Training Plan (ETP) which shall explain how first considerations shall be given to employment and training of Nigerians in work programme on the contract i.e. crew or cadets stating the training disciplines, man-hours and duration, hiring and training needs with a breakdown of the skills needed and anticipated skill shortage in the Nigerian labour force including the training and understudy program for succession planning.

 

e)       A plan for how it intends to give first consideration to raw materials and manufactured and assembled goods of Nigerian origin which shall include a breakdown of all raw materials to be utilized and identifying those that are found locally, finished products and materials that will be procured from Nigerian Manufacturing and assembly plants, finished goods that order can be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported.

 

f)       Documentation to demonstrate that entity is a Nigerian registered company and in particular that the LPG vessel is Nigerian owned. Submit certified true copies of CAC forms 10,02 and 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum and article of association and other evidence of entity’s incorporation, shareholding and ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority therefore for foreign companies and multinationals in alliance with a local company, submit evidence that the local company is an indigenous company and the binding Agreement of the alliance duly signed by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance.

 

g)       A detailed description of the location of in-country committed facilities and  infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair and maintenance, testing, laboratory, etc) in Nigeria to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries. Evidence of existence of the necessary equipment for the maintenance and repair of the facility and infrastructure in Nigeria or an agreement with the owners of such facility or a plan for the establishment of same in Nigeria.

 

h)      Details of (personnel list, positions and qualifications of organization chart to substantiate) percentage management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians inclusive of plan to increase work scope handled by Nigerian workforce over three years.

 

Details of the Company’s corporate organizations overall human resources structure (management, supervisors, senior and junior skilled officers, etc) identifying positions manned/occupied by Nigerian nationals with evidence of type of employment in-country and identifying the positions manned/occupied by other nationals.

 

i)       Evidence of compliance with the requirements of NIMASA and all other government authorities

 

In addition to the above, respondents are required to submit the following:

1)      Plan to register LPG vessel in Nigeria

2)      Plan to employ Nigerian crew, and maintenance and support personnel

3)      Evidence of existence of storage, maintenance and repair facility in Nigeria or plan for the establishment of the above in Nigeria

4)      Evidence of compliance with the requirements of NIMASA and all other government authorities.

2.       Pre-Qualification:

Only companies successful in the pre-qualification exercise will be invited to provide a competitive tender for this service.

 

To be considered for pre-qualification, interested bidders are required to submit the document listed below:

  • Company profile, organizational structure and details of any technical support relationship with foreign companies (where applicable),
  • Certificate of incorporation, Nigerian tax registration number, and NIMASA registration,
  • Tax clearance certificates for the past three (3) years,
  • Audited annual financial report and relevant financial capability information for the last three (3) years.
  • Copy of International Safety Management (ISM) Document of Compliance.
  • Copy Of the company’s Safety Management System Manual
  • Description and specification of vessels currently owned, or operated by the company.
  • Details of relevant verifiable, experience of similar contract(s) that the company has undertaken as main contractor over the past five years.
  • Detailed company Health, Safety and Environment (HSE) management plan
  • Community relations proposal giving in detail how your company has successfully handled community related issues in the past and prose to do during the execution of the service,
  • Record of experience of similar jobs performed within the last five (5) years.
  • Any additional information that will enhance the potential of the company.

 

Submissions in response to the above requirements shall be completed strictly in accordance with the instructions given in this publication, segregated and arranged in the order indicated.

 

Failure to submit any of the documents requested herein may result in the disqualification of the applicant.

 

The pre-qualification document should be submitted either

  • In hard copy in a sealed envelope and marked “Confidential – Expression of Interest and Pre-Qualification for Charter of DLPG Vessel” to:

The Head, Business Strategy and Support,

CPM Department,

Production Division,

Nigeria LNG Limited,

Bonny Island, Rivers State

 

OR

In electronic copy in PDF format by e-mail to vendor.enquiry@nlng.com with “Confidential -Expression of Interest and Pre-Qualification for Charter of

DLPG Vessel” in the subject line.

 

In either format the submission must be received by Nigeria LNG Limited on or before 29th September 2011.

 

Please Note:

  • This is not an invitation to tender. Full tendering procedure will be provided to applicants who successfully pre-qualify in accordance with NLNG’s pre-qualification procedures.

 

  • Notwithstanding the submissions of the pre-qualification, NLNG is neither committed nor obliged to include any company and/or associated companies, agents or subcontractors on any bid list or award any form of contract to any company and/or associated companies, agents or sub­contractors.

 

This advertisement of expression of interest and pre-qualification shall not be construed as a commitment by NLNG, nor shall it entitle respondents to claim any indemnity from NLNG, Technical Advisers its Shareholders by virtue of having responded to this advertisement.

 

Signed:

Management