Procurement of Compact Mobile Units Mounted on Trucks and Agricultural Equipment at Science and Technology Education Post-Basic (STEP-B) Project, University of Nigeria

 

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Education

Science and Technology Education Post-Basic Project

University of Nigeria

(Centre of Excellence in Technical Vocational

Education, Training and Research)

CREDIT No. 4304-UNI

IFB No. Step-B/UNN/ICB/01/2011

Date of Issuance: September 1, 2011

 

Procurement of Compact Mobile Units Mounted on Trucks and Agricultural Equipment

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July 2007.

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Compact Mobile Units Mounted on Trucks and Agricultural Equipment-STEP-B/UNN/ICB/01/2011.

 

3. The University of Nigeria, participating in the implementation of the Science and Technology Education Post Basic Project, now invites sealed bids from eligible and qualified bidders for the following:

Lot No Description of Items/ Services Qty

Locations

Bid Security Delivery

Period

1 Compact Mobile Units Mounted 10 University of Nigeria, Nsukka At least 2.5% of Bid Price 120 days
2 Agricultural Equipment 19 University of Nigeria, Nsukka At least 2.5% of Bid Price 120 days

4.       Bidding will be conducted through the   International Competitive Bidding (ICB) , a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans 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 the University of Nigeria, Nsukka at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for equipment not produced by the company.

A margin of preference for eligible national contractors 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 N 15,000.00 (Fifteen Thousand Naira) only or USD 100.00. The method of payment will be by bank draft in favor of University of Nigeria, Nsukka, STEP- B Project (CoEx). The Bidding Documents will be collected by the representative of the Bidder or by courier services paid by the bidder on request.

 

8.       Bids must be delivered to the address below on or before Friday, 14th October 2011 by 12:00 noon. Electronic bidding will not be permitted. Late bids win be rejected. Bids will be opened in the presence of the bidders or bidders representatives, who choose to attend in person at the address below on Friday October 2011 by 12:00 noon. All bids must be accompanied by at least 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible currency.

9.       The address referred to above is:

Project Manager

Science and Technology Education Post-Basic (STEP-B) Project,

University of Nigeria,

ICT/Innovation Centre

Opposite the Faculty of Engineering

Nsukka, Enugu State, Nigeria, West Africa.

TEL:     +2347034039261, +2348123673661, +2348036728010

E-Mail: iasuzu@yahoo.ie , elvis.ozoadibe@unn.edu.ng , stepb@unn.edu.ng

 

Signed:

Prof. I. U. Asuzu

Project Manager

Provision of Subsea Automated Ultrasonic Testing Services at Mobil Producing Nigeria Unlimited

 

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

Tender Opportunity:

Provision of Subsea Automated Ultrasonic Testing Services for MPN

 

1.       Introduction

Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage Subsea Advanced Ultrasonic Testing service for MPN on its Offshore locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of two (2) years with a one (1) year optional renewal period. Contract is expected to commence in the 2nd quarter of 2012.

2.       Scope of Work

Mobil Producing Nigeria requires the services of qualified and competent contractors to conduct Subsea Automated Ultrasonic Testing of subsea pipelines within the Joint Venture Operations field, as part of the inspection program scheduled to run from 2012 to 2015.

 

Contractor shall provide Subsea Automated Ultrasonic Testing (AUT) examination services for sub-sea pipelines at water depth of up to 200 feet Manual UT probe shall be available as substitute where the required AUT inspection is not feasible. All probes and equipment shall be suitable for intended work and shall be suitable for use to up to 200 ft of water depth.

 

System shall be able to perform statistical analysis of inspection data and provide UT grid maps at a resolution of 1mm or less in each axis to characterize pits, local thin areas and any other indications observed.

 

Company requires contractor to provide qualified personnel and equipment to perform the inspection as follows:

 

Results Reporting

  • Reports for each item inspected in color print out (hardcopy) and electronic (soft copy) formats in a manner suitable for performing Fitness for Service (FFS) assessments
  • All AUT raw data (all wall thickness data in Microsoft Excel or compatible format)

 

Equipment required to perform WORK shall include, but not limited to:

  • Automated UT (AUT) Corrosion Mapping/Scanning Equipment
  • Must be able to suitable for marine usage and subsea pipeline inspection
  • Equipment shall have a minimum of 4 channels, be able to multiplex and MUST pulse-on- position (POP) not time based. Shall be capable of recording the complete RF waveform (A-scan) and data, concurrent with scanning positions, to facilitate the analysis of the data by a third party  and/or MPNU and assure the repeatability/comparison with subsequent examinations.
  • The AUT system shall be capable of performing fully automated scans with mechanized scanners having a minimum of 2-axis. The scanners shall be capable of performing scans on pipeline of up to 42” pipeline size. MPN will specify pipelines to be inspected prior mobilization. Additionally, manual scanners should be available as substitute where the required AUT inspection is not feasible
  • The AUT equipment software shall be capable of providing A-Scan, B-Scan and C-Scan displays for pulse-echo corrosion mapping and flaw detection examinations
  • The software shall be capable of outputting the various displays ©-Scan, D-Scan) into a collective view such that the numerous scans required for a vessel can be globally viewed; i.e. rollout or other format such as ACAD. Time of Flight Diffraction (TOFD) examination data shall be able to provide D-Scan displays, and for girthweld corrosion inspection
  • Sufficient amount of spare parts and/or components to assure little or no downtime. Equipment problems or failures that cause a few hours delays is considered Significant downtime and will not be acceptable

3.       Mandatory Requirements

a.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 30701: Non-Destructive Testing (NDT) Product Group category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive invitation to Technical Tender (ITT).

 

b.       To determine if you are prequalified 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.

 

c.       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.

 

d.       To initiate the JQS pre-qualification process, access www.nipexng.com to download an application form, make necessary payments and contact NipeX office for further action.

 

e.       To be eligible all tenders must comply with the Nigerian Content requirements in the NipeX system.

4.       Close Date:

Only tenderers who are registered with 30701: Non-Destructive Testing (NDT) Product Group category of NJQS category as 21st September 2011 by 4:00pm being the advert closing date shall be invited to submit Technical bids

5.       Additional Information

A.      Interested suppliers must be prequalified for this product/service category in NJQS

 

B.      Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS.

 

C.      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN to award a contract to any supplier and/or associated companies, sub-contractors or agents.

 

D.      This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/or its partners by virtue of such companies having been prequalified in NJQS.

 

E.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.

 

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

 

Mobile House, Lekki Expressway, Victoria Island, P.M.B. 12054, Lagos

 

Request for Expressions of Interest at Economic Community of West African States (ECOWAS)

 

Request for Expressions of Interest

From: 28/08/2011 to 10/10/2011

Source of Funding: ECOWAS-POOL FUND

Client: ECOWAS Commission

 

Type: Request for Expression of Interest

Title: Expression of Interest for the Consultancy Services for

The Study for Elaboration of the PPDU Manuals of

Operations and Procedures

 

The Economic Community of West African States (ECOWAS) is a regional group of fifteen Countries, founded in 1975. Its mission is to promote economic integration in all fields of economic activity, particularly industry, transport, telecommunications, energy, agriculture, natural resources, social and cultural matters, commerce, monetary and financial questions. The ECOWAS Commission obtained from Pool Fund (DFID, CIDA, Spain) the funding for the Consultancy Services to draft the manuals of operations and procedures in management, accounting, finance and human resources for the Infrastructure Projects Preparation and Development Unit (PPDU).

 

The PPDU was established as a result of the commitment of the West African countries to implement regional integration policies to ensure their development in line with the infrastructure projects of the New Economic Partnership for African Development (NEPAL) Short-Term Action Plan (STAP), As the Secretariat of the West African Regional Economic Community, the ECOWAS Commission was mandated by the African Union to implement me STAP in its region

 

The ECOWAS Commission has then sought to recruit an established Consulting Firm for elaboration of the PPDU Manuals of Operations and Procedures.

 

I.       The services included under this project are:

  • To elaborate a manual of operations; a manual of administrative, accounting and financial procedures and a manual of staff management.
  • To elaborate the Management Information System (MIS) design document detailing content of the administrative, human resources, accounting and financial systems as well as project and database management systems and Monitoring and Evaluation System to track project design, implementation and outcomes, in order to inform and improve the design of future projects.
  • To ensure the Monitoring and Evaluation System includes guidance on the breakdown of data to capture disaggregated data, in particular on how the needs of female and male Small and Medium Enterprises (SMEs), informal traders, producers, etc. are addressed in the project design, and how effective these designs, once built, are in providing support to these same groups; data should also cover environmental issues to ensure sustainable investments.
  • Train the PPDU staff on the use of the manuals.
  • To develop a project document for the acquisition, installation and training for the PPDU computer systems.

II.      The ECOWAS Commission now invites eligible national and international established firms consultants to indicate their interest in providing these services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments with all necessary proof within the Five (05) past years, experience at least 10 years of proven professional experience in similar conditions, availability of appropriate skills among the staff, knowledge of the West African region and all other necessary information for these services). Consultants may constitute joint-ventures to enhance their chances of qualification.

 

III.     The selection procedure will be based on Quality and Cost in accordance with the ECOWAS Tender Code. ECOWAS Commission is under no obligation to shortlist any consultant who expresses interest.

 

IV.     Interested consultants may obtain further information at the address below during office hours: Monday to Friday from 9.00 a.m. GMT+1 to 4.00 p.m. GMT+1.

 

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B. 401 Abuja Nigeria

E-mail: nkuakor@yahoo.fr ; bangoura53@yahoo.fr ; kabirnfr@yahoo.fr

 

V.      Expressions of interest must be delivered in sealed envelope and clearly marked “Expression of Interest for the Consultancy Services for the Study for Elaboration of the PPDU Manuals of Operations and Procedures, do not open except in presence of the Tender Committee”. The Expressions of Interest (1 original and 03 copies) are to be sent to the address below latest October 10th 2011 at 4.00 p.m. GMT+1.

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P. M. B, 401 Abuja Nigeria

 

CC: CAF

Director of Infrastructures

PPO Procurement

Department of External Relations

 

Director of General Administration

Procurement of Laboratory Equipment and Reagents at Science and Technology Education Post-Basic (STEP-B) Project, University of Maiduguri

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Education

Science and Technology Education Post- Basic Project

University of Maiduguri

(Center of Excellence for Environmental Control)

 

Credit No. 4304-UNI

Procurement of Laboratory Equipment and Reagents

IFB No. UNIMAID/GDS/ICB/1/11

 

Date of Issuance: September 1st 2011

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Laboratory Equipment and Reagents UNIMAID/GDS/ICB/1/11.

 

3.       The University of Maiduguri, participating in the implementation of the Science and Technology Education Post Basic Project sealed bids from eligible and qualified bidders for the following:

 

Lot No. Description of Items/services Qty Locations Bid Security Delivery Period

 

1 Procurement of Tissue Culture Laboratory Equipment 89 Universities of: Maiduguri, Nigeria Nsukka, Port Harcourt and  NABDA, Abuja and NACGRAB, Ibadan At least 2.5% of Bid Price 120 days

 

2 Procurement of Tissue Culture Laboratory Reagents 89 Universities of: Maiduguri, Nigeria Nsukka, Port Harcourt and  NABDA, Abuja and NACGRAB, Ibadan At least 2.5% of Bid Price 120 days

 

3 Procurement of Molecular Laboratory Equipment 74 Universities of: Maiduguri, Nigeria Nsukka, Port Harcourt and  NABDA, Abuja and NACGRAB, Ibadan At least 2.5% of Bid Price 120 days

 

4 Procurement of Molecular Biology Laboratory Reagents 51 Universities of: Maiduguri, Nigeria Nsukka, Port Harcourt and  NABDA, Abuja and NACGRAB, Ibadan At least 2.5% of Bid Price 120 days

 

5 Procurement of Temporary Immersion Bioreactor and Non Biodegradable waste Equipment Laboratory Reagents 23 NABDA, Abuja At least 2.5% of Bid Price 120 days

 

6 Procurement and installation of Screen and Green House facilities Molecular Biology Laboratory Reagents 7 Universities of: Maiduguri, Nigeria Nsukka, Port Harcourt and Abuja and NACGRAB, Ibadan At least 2.5% of Bid Price 120 days

 

 

 

4.       Bidding will be conducted through the International Competitive Bidding (ICB) , a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans 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 the University of Maiduguri at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacture’s Authorization for equipment not produced by the company.
  • A margin of preference for eligible national contractors 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 N15,000.00 (Fifteen Thousand Naira) only or USD 100 00 The method of payment will be by bank draft in favor of University of Maiduguri, STEP- B Project (CoEx).The Bidding Documents will be collected by the representative of the Bidder or by courier services paid by the bidder on request.

 

8.  Bids must be delivered to the address below on or before Thursday, 13th October 2011 by 12:00 noon. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or bidders’ representatives, who choose to attend in person at the address below on Thursday, 13th October 2011 by 12:00 noon. All bids must be accompanied by at least 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

 

Project Manager

Zonal Centre of Biotechnology Building

Science and Technology Education Post-Basic (STEP-B) Project,

University of Maiduguri,

 

Tel:   +234 8036 269 164

E-Mail: audzivama@yahoo.com

Dr. Adamu U. Dzivama

Project Manager.

Provision of Environmental Studies and Associated Services at Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

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

Tender Opportunity

Provision of Environmental Studies and Associated Services

Tender Ref: NG01 005699

1.0       Introduction

SPDC hereby announces to interested and prequalified companies an upcoming tendering opportunity for the Provision of Environmental Studies. This proposed contract is planned to commence in Q2 of 2012 and remains active for a two (2) year duration with an option of one (1) year extension.

2.0       Scope of Work

  • The work/service to be provided in this proposed contract includes but not limited to the following:
  • Determine the baseline conditions of natural, social and health environments.
  • Determine the extent, magnitude and concentration of pollutants emanating from the project and production activities.
  • Determine the impact of the proposed project activities on the environment.
  • Identify social and socio-economic impacts of the project on the communities including impacts on cultural properties, social infrastructures, natural resources and impact on the lifestyle and values.
  • Identify health impacts and hazards, including execution {including operation) and evaluation of local population exposure of these hazards.
  • Develop a cost effective environmental management plan including social and health.
  • Deliver initial and final integrated EIA report for submission to regulators.
  • Deliver a complete EIA report (fully integrating Environment, Health  and Social  Impacts Assessments).
  • Evaluate the status of the environmental conditions/components during the various phases of a project activity including all aspects of environmental monitoring of new and existing projects and operations.
  • Assess all environmental components as applicable e.g. Air Quality, soil, Surface water, sediment, groundwater, fisheries, microbiology, health, socio-economic etc. as required by regulation Post clean up of oil spill impacted site.

 

3.0       Mandatory Requirements

1.          To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Product Group 30202- Safety, Health and Environment, 30305 – Safety and Environmental and 31302 – Environmental Management Systems Certification in the NipeX NJQS database. Only suppliers who are registered in the above category as at 15th September 2011  shall be invited to submit technical Tender.

 

2.         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.

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

4.         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.

5.         To be eligible, all tenderers must comply with the Nigerian Content requirements in the  in NipeX system.

 

4.0       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 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
  • 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 shareholding 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 workforce 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.

 

5.0.    Closing Date

Only tenderers who are registered with NJQS Product Category as at 15th September 2011 being the advert close date shall be invited to submit technical bids.

 

Additional Information

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.
  • All costs incurred in preparing and processing NJQS pre-qualification 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 pre-qualified 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 pre-qualified 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 ww.nipexng.com for the advert and other information. Also note that this contract will not be progressed through NipeX system.