Prequalification of Prospective Contractors at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation

NNPC Towers, Herbert Macaulay Way, Central Business District,

P.M.B. 190, Garki, Abuja – Nigeria

 

Prequalification of Prospective Contractors

 

1.0.    Introduction

The  Nigeria National Petroleum Corporation (NNPC) intends to undertake the construction of Perimeter Fence for its sites for power stations at Gwagwalada, the Federal Capital territory of Nigeria, and Kaduna, Kaduna state of Nigeria.

This advert is to request interested and reputable Civil Engineering Construction Companies to submit themselves for -qualification.

2.0    Description of the Project (Work)

The project shall include but not limited to Construction of block wall perimeter fence around each of the sites at Gwagwalada and Kaduna measuring about 3000 meters, and its associated works inclusive of two 2no. Gate houses, 2no. gates etc.

3.0              Collection of Bid Documents

All companies wishing to express their interest to bid for this project shall submit relevant documentation for pre -qualification as stipulated in 4.0 below. Only companies that are adjudged successful in the prequalification exercise shall be invited to collect tender documents refundable bid fee of: 100,000.00 (One Hundred Thousand Naira only) for the Construction of Perimeter Fence Kaduna Power plants sites.

All payments shall be in Bank Draft Nigerian National Petroleum cooperation.

4.0              Pre-Qualification Requirements

By this publication, the NNPC hereby invites competent,  reputable and experienced civil engineering contractors for pre qualification to bid for the required services as described in 2.0. Interested companies shall submit prequalification documents detailing their Company’s capabilities, relevant experience and financial status as follows:

4.1    Full details of company profile with CAC Certificate of Incorporation in Nigeria, Certified true copies of the Memorandum and Articles of Association of the Company and CAC from C07 (Particulars of Directors)

4.2    Registration with Department of Petroleum Resources (DPR)

4.3    Registration with NNPC Headquarters or any of its subsidiaries in Category C

4.4    Proof of company’s financial capabilities, including audited accounts for the last three (3) years along Value Added Tax (VAT) registration certificate and evidence of past VAT remittance.

4.5    Organizational structure and available work; force with  CV’s of key personnel evidencing adequate human cap required services.

4.6    Company’s CASHES and QA/QC policy

4.7     Relevant and verifiable cognate experience with NNPC or other organizations or similar projects in the past five (5) years (Please include copies of job completion certificates, Year Project Title, Client, Project value and Duration, Client’s contact person, Phone numbers and email address etc, for completed projects and award letters for ongoing projects).

4.8    Provide   list   of construction equipment owned by the company.

4.9    Confirm willingness to commence with the execution on the basis of a letter of intent (LOI)

4.10   Demonstrate ability to handle host community issues.

4.11   Details of safety records for accidents, injuries and damages for the past three (3) years e.g. Lost Time Incidents, Down Time etc.

Submission of Pre Qualification Documents

The requested information and any supporting documents in respect of these requirements should be submitted in one original plus two (2) hard copies and two (2) electronic copies (CD ROM). The documents which shall be in a single package should be sealed and clearly marked: “Pre-qualification  for fencing of Abuja and Kaduna NNPC Power plants sites to reach the address given below,  on or before  22nd   September, 2011.

The Group General Manager, Power Division,

Block A, 9th Floor, Room 9, NNPC Towers,

Central Business District, Abuja.

Important Information

You shall provide NNPC with a letter of authority to investigate all claims made in your submission.

For a joint venture or partnership, the previous experience being claimed may include those executed by the joint venture or partnership where applicable, as the individual relevant experience.

Please note that this is not an Invitation To Tender. Only Engineering firms found qualified by NNPC under this Pre-Qualification procedure shall be invited to participate in the competitive tender,

NNPC reserve absolute discretion and right to either accept or reject any documents, and it shall not be required to assign a reason for refusal to invite you to participate in the bidding exercise or enter any correspondence concerning the selection of any contractor for the services.

All costs incurred by you as a result if this prequalification exercise and any subsequent request for information shall be to your account.

The pre-qualification and any related process neither creates any commitment by NNPC nor establishes any legal relationship.

Signed: NNPC Management

 

Rehabilitation of WAEC Office to Sharia Court road (one lane) with Asphalt Finished surfaces disposal from site at Gwagwalada Area Council

 

Gwagwalada Area Council

Invitation to Tender

A.   This is to inform the general public that Gwagwalada Area Council wishes to invite credible and reputable companies to participate in a competitive tendering process for the following Jobs.

i.     Rehabilitation of WAEC Office to Sharia Court road (one lane) with Asphalt Finished surfaces disposal from site.

 

B.      Qualification for Bidding

Interested Companies must meet the following conditions:-

i.        Must be a registered company with Corporate Affairs Commission (CAC). ii.   Must be a registered company with Gwagwalada Area Council.

iii.      Memorandum of Association of the Company.

iv.      Submit a detailed company profile including

a.    Paid up Share Capital

b.    List of Directors and Key Management Staff including Name, address, telephone number(s)

v.    Submit list of Jobs executed in the past three (3) years including photocopies of award letters.

vi.   Bank reference/guarantee letter and audited account for three (3) years.

C.      Collection of Tender Documents

Interested companies are to collect tender documents from the Area Council Secretariat as from 12th August, 2011.

D.      Submission of Tender

Completed tenders must be submitted in SEALED envelope marked Confidential and addressed to the Secretary Tender Board and deposited in the tender office, on or before 26th August, 2011 by 3:45 pm.

i.     The lender Board reserves the right to reject any tender in part or in full.

ii.    The Tender Board reserves the right to reject any tender in part or in full

iii.   The Tender Board is not bound to accept the lowest tender.

Signed:

Alh. Isah N. Dangara

For: Chairman Tender Board.

Provision of Consultancy Services for Technical Assistance (TA) at United Nations Development Programme (UNDP)

 

Request for Proposal

Provision of Consultancy Services for Technical Assistance (TA) for the Design and Formulation of a Comprehensive Infrastructure and Social Sector Investment Action Plan for the Niger Delta.

The United Nations Development Programme (UNDP) in Nigeria would like to invite registered Organizations/Consulting firms to submit their proposal for Provision of Consultancy Services for Technical Assistance (TA) for the Design and Formulation of a Comprehensive infrastructure and Social Sector Investment Action Plan for the Niger Delta.

Interested firms with the requisite experience are requested to submit proposals based on the detailed RFP document/Terms of Reference available on the following website www.undp.org/procurement  or www.ng.undp.org  on or before 23rd August, 2011 by 12:00p.m.

 

For any clarification on any aspect of this RFP, please send an e-mail to olayinka.sanusi@undp.org

All proposals should be marked and addressed in accordance with the instructions stated in the RFP document.

It is the responsibility of suppliers/vendors to ensure that all Proposals are dropped in the UNDP bid box at the security date of the address indicated above and at the time stipulated. All bidders are to advice courier companies accordingly. Proposals received after the specified time will be rejected.

UNDP reserves the right to reject any or all Proposal in response to this RFP and reserve the right to split awards for any of the items and place separate or multiple orders

Any award resulting from this RFP will be subject to UNDP General Conditions of Contract for Professional Services available at the UNDP Global Website www.undp.org .

 

This RFP does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the Proposals without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

Thank you for your interest.

The Service Center Manager,

United Nations Development Programme,

UN House,

Plot 617/618,

Diplomatic Zone,

Central Area,

Abuja, F.C.T

 

Procurement of Multimedia and Cinematography Equipment at University of Lagos

 

University of Nigeria

Federal Ministry of Education

Science and Technology Education Post Basic Project

 

University of Lagos

(Center of Excellence for Multimedia Technology and Cinematography)

Credit No. 4304 Unit

 

Procurement of Multimedia and Cinematography Equipment

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

Date of Issuance: August 11, 2011

 

1.    This Invitation for Bids follows the General Procurement Notice for this Project that appealed 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 Multimedia and Cinematography equipment UNILAG/GDS/ICB/1/11.

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

Lot No. Description of Items/Services  Qty Locations Bid Security Delivery Period
1 Procurement of video Production Equipment and Accessories 138 University of Lagos and University of Job At least 2.5% of Bid Price 120 days
2 Procurement of Film and Photography Production Equipment and Accessories 42 University of Lagos and National Film Institute, Jos At least 2.5% of Bid Price 120 days
3 Procurement of Television Studio Equipment and Accessories 39 University of Lagos and University of Jos At least 2.5% of Bid Price 120 days
4 Procurement of Radio Station Equipment and Accessories 11 University of Lagos and University of Jos At least 2.5% of Bid Price 120 days
5 Procurement of Photojournalism Laboratory Equipment and Accessories 5 University of Lagos At least 2.5% of Bid Price 120 days

 

  

1.    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.

2.    Interested eligible bidders may obtain further information from the university of Lagos at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

 

3.    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 Bidders 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.

4.    A complete set of Bidding Documents in English may be purchase 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 Lagos 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.

5.    Bids must be delivered to the address below on or before Thursday, 22nd September 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 at 12:00 noon on Thursday, September 22, 2011. 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

6.    The address referred to above is:

Project Manager

Science and Technology Education Post Basic (STEP B) Project

University of Lagos,

Old senate Building

Akoka, Yaba

Lagos

Lagos State

TEL: +234 803 717 2223, + 234 803 063 9760

E-MAIL: stepb@unilag.edu.ng

 

Signed: Prof. A.O. Sofola

Project Manager

Alteration/Modification of MMSD Mines Office, Kaduna at Ministry of Mines and Steel Development

Invitation for Bids (IFB)

Federal Government of Nigeria

Ministry of Mines and Steel Development

Sustainable Management of Mineral resources Project (SMMRP)

 

Alteration/Modification of MMSD Mines Office, Kaduna

 

IFB No. SMMRP/NCB/CW/11/02

 

Credit No.: 4012-UNI

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID-843108 of December 9, 2004

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Sustainable Management of Mineral Resources Project (SMMRP), and it intends to apply part of the proceeds of this credit to payments under the contract for the ALTERATION/MODIFICATION OFMMSD MINES OFFICE, KA DU N A

3.       The Sustainable Management of Mineral Resources Project (SMMRP) now invites sealed bids from eligible and qualified bidders to carry out the ALTERATION/MODIFICATION OFMMSD MINES OFFICE, KADUNA.

 

 

Description of works Bid Security Completion Period
ALTERATION/MODIFICATION OF MMSD MINES OFFICE, KADUNA At least 2.5% 3 Months

 

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, and are open to all bidders from Eligible Source Countries as defined in the Bidding Documents.

5.       Interested eligible bidders may obtain further information from Sustainable Management of Mineral Resources Project (SMMRP) and inspect the bidding documents at the address given below from 10:am to 4:00pm, Monday to Friday.

6.       Qualifications requirements include:

  • An average annual financial amount of construction work over the last five years of: N36.3M
  • Experience as prime contractor in the carrying out of at least two projects of similar nature and complexity equivalent to the Works over the last five years (to comply with this requirement, the works cited should be at least 70 percent complete)
  • Availability (own, lease, hire, etc.) of the essential equipment listed in the Bidding Data Sheet;
  • A Contract Manager with five years’ experience in construction works of an equivalent nature and volume, including no less than three years as Contract Manager; and
  • Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than N3.6M
  • A margin of preference for eligible national contractors/joint ventures SHALL NOT be applied.

7.  A complete set of Bidding Documents 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 of Fifteen Thousand Naira (15.000.00) or its equivalent in any freely convertible currency The method of payment will be by bank draft in favor of Sustainable Management of Mineral Resources Project (SMMRP). The document will be collected by bidder’s representative or sent by courier services on request.

8.  Bids must be delivered to the address below at or before l:00pm. on Wednesday, 14th September, 2011. Electronic bidding shall not be permitted. Late bids will be rejected.   Bids will be opened physically in the presence of the  bidders’ representatives, who choose to attend in person at the address below at 1:30p.m. on Wednesday, 14″ September, 2011.\

9.  All bids shall be accompanied by a Bid Security as stated in the table above or an equivalent amount in a freely convertible currency.

10. The address referred to above is;

The Project Coordinator,

Sustainable Management of Mineral Resources Project (SMMRP)

Project Management Unit (PMU)

Ministry of Mines and Steel Development

No 6 Marte Close, off Misau Crescent

Garki ll-Abuja Nigeria

Tel.: +234 8053000153

uladie2001@yahoo.co.uk , utsu.adie@msmd.gov.ng