Invitation to Tender for the Supply of Motor-Vehicles at Federal Ministry of Science and Technology

Federal Ministry of Science and Technology

Invitation to Tender for the Supply of Motor-Vehicles

 

Introduction

The Federal Ministry of Science and Technology is desirous of procuring project motor vehicles as approved for execution in 2011 capital budget, and hereby invites reputable and interested motor vendors to tender for the project.

Scope of Work

The scope of work involve supply of:

 

Lot A

5 Nos. Toyota Coaster bus 30-S ACP, 4.0 litres Diesel Engine, 30 seater,  Air-conditioner, 5 speed manual transmission. Vinyl seats, Radio/Cassette Player, power steering, Dual Air Bags, Long wheel base.

 

 

Lot B

7 Nos. Toyota Hilux, 4WD DC ACP, 4 Wheel Drive, 2.7 litres petrol Engine, Double Cabin, Air-conditioner, Radio/Cassette Player, Side Steps, Auxiliary Gear, 5-speed manual Transmission, Vinyl seats, Air Bags, Fog lamps. Power Windows, Power Steering.

Eligibility for Consideration

Interested reputable motor vehicle vendors must have necessary competence and possess the following:

 

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

(ii)     Evidence of Tax Clearance Certificate for the past three years.

(iii)    Company Tax Payer Identification Number

(iv)    Evidence of VAT Registration and VAT Remittances (2008 2010)

(v)     Bank Reference from reputable bank as evidence of financial

capability

(vi)    Evidence of payment of twenty thousand Naira (N20,000.00) non-refundable Tender fee.

(vii)   Verifiable list of similar supply successfully executed within the last three years with names of clients, evidence of award letters.

(viii)  Audited Account for the past three (3) years,

(ix)    Evidence of compliance with the provision of Pensions Reform Act. 2007.

 

 

Tender Procedures

Tenderers are required to pay non-refundable Tender fees of N20,000.00 at the Ministry’s Central Pay Office, 4th Floor, Block D. Federal Secretariat Complex, Phase II, Abuja.

 

Submission of Tenders

Two (2) copies of duly completed expression of interest documents and financial bid should be neatly packaged in a sealed envelope and marked at the top left-hand corner”  confidential tender document” stating the Lot and addressed to:-

The Permanent Secretary

Federal Ministry of Science and Technology,

Federal Secretariat Maitama,

Abuja.

All tenders should be dropped in the Tender Box in Room 609, 6th Floor Block D. Federal Secretariat Complex, Phase II. Abuja.

 

Submission of tender closes on 22nd August, 2011 at 12:00 noon   any tender received after this date and time will not be considered.

 

 

Opening of Tenders

Tenders will be opened same day by 12:30pm. Interested Tenderers are requested to be present at the tenders opening ceremony if they so wish.

 

Note:

The Federal Ministry of Science and Technology is under no obligation to select a contractor/supplier from the submissions received that fails to meet the requirements specified for the procurement.

Signed

Permanent Secretary

 

 

Invitation to Submit Expression of Interest for the Supply and Installation of A 15KVA Inverter with 64 Batteries at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic.org.ng Website: www.ndic.org.ng

Invitation to Submit Expression of Interest for the Supply and Installation of A 15KVA Inverter with 64 Batteries at the Corporation’s Head Office, Abuja

 

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable Power Solution Experts with good track record of performance and experience in the supply and installation of Inverters to bid for the supply and installation of a 15KVa inverter with 64 batteries that will last for at least 72 Hours in the event of power failure in the Corporation’s Head Office, Abuja.

 

 

Scope of Work

  • Supply and Installation of a 15KVa inverter with 64 batteries.

 

Tender Documents

Interested companies should obtain the tender document from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of tender fee of N10, 000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja. Further requisite information required can be obtained from the Head of Information Technology Department at the above address. Enquiries could be made either through the telephone numbers: 09-4601200, 08023137228 or the following e-mail address: suleko@ndic.org.ng

 

Conditions for Eligibility

  • All bids must be accompanied with the following:
  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2007 – 2009)
  • The Company’s audited accounts for the last three years (2007 – 2009),
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years.
  • Company profile indicating qualification and experience of key staff.
  • Evidence of  VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFCs and PFAs.
  • Implementation plan/work methodology.
  • Sworn affidavit to indicate that the company is not in receivership and none of its directors were ever convicted of fraudulent activity.
  • Proof of Company’s understanding of the job.

Submission of Tender Documents

Five (5) bound copies of the ‘Financial and Technical tender documents must be submitted in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” both put in a third (3rd ) envelope sealed and marked

TECHNICAL AND FINANCIAL TENDER FOR THE SUPPLY AND   INSTALLATION   OF A 15KVA INVERTER WITH 64 BATTERIES” and addressed to:

Director of Administration,

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

 

The closing date for submission is 19th September, 2011 by 2:oopm. The tender is to be dropped in the tender box on the ground floor, reception in the Head Office. Companies dropping tenders are expected to sign the tender register on the 2nd floor, Admin Unit, before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender received at the designated location after the required time and date shall be considered late and non-responsive.

 

Opening of the tenders

Opening of tenders will be on 19th September, 2011 by 3:oopm.Only the technical bids will be opened and all successful companies shall be informed in writing. Financial bids of unsuccessful companies will be returned unopened.

 

 

Additional Information

i)       Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender.

ii)      NDIC shall   reserve  the  right   to  verify   the authenticity of claim(s) made by the tendering parties.

iii)     NDIC  shall   reserve   the  right to reject any submission based on unverifiable information.

iv)    All financial bids should be quoted in Naira (N).

 

Signed:

Management

 

 

 

Construction of Pedestrian Bridges at Federal Ministry of Works (FMW)

Federal Ministry of Works (FMW)

Road Sector Development Team (RSDT)

Federal Roads Development Project (FRDP)

Credit Number – IDA 44150

National Competitive Bidding

Invitation for Bids

Construction of Pedestrian Bridges (Phase 1)

This invitation for bids follows the General Procurement Notice for this Project that appeared in the Development Business, Issue No.637 of 11 March 2005. The Federal Government of Nigeria has received a credit of about $330M from the International Development Association (IDA) toward the cost of the Federal Roads Development Project (FRDP) and intends to apply part of the proceeds to eligible payments for the construction of pedestrian bridges at some critical locations along Nnamdi Azikiwe Way (Ring Road) in FCT for which this Invitation for Bids is issued.

 

 

The Federal Ministry of Works (FMW) represented by Road Sector Development Team (RSDT) (hereinafter called “the Employer”), now invites, sealed bids from eligible bidders for the construction of the pedestrian bridges. The project is being executed in collaboration with the Federal Capital Territory Administration (FCTA).

 

The Construction Works of the pedestrian bridges shall include, but are not limited to: earth works – site clearance and excavation for bridge foundations, concrete works for foundations and superstructures. The pedestrian bridges will be constructed at the following locations:

i.        Nnamdi Azikiwe Expressway by Ahmadu Bello Way (Banex Junction)

ii.       Nnamdi Azikiwe .Expressway by Shehu Shagari Way (Nicon Junction)

iii.      Nnamdi Azikiwe Expressway by Olusegun Obasanjo Way (Wuye Junction)

iv.      Nnamdi Azikiwe Expressway by Tafawa Balewa Way (Old Secretariat Junction)

 

The details of the Pedestrian bridges, proposed contract periods and bidding requirements

 

S/No Contract No Contract Name Bridge Length (M) Contract Period ATM of Bid Security Cost of Bid Document
1 FRDP/2011/NCB/W/16 Nnamdi Azikiwe Expressway by Ahmadu Bello way (Banex Junction) 74 6 Months N3M N25,000.00
2 FRDP/2011/NCB/W/16 Nnamdi Azikiwe Expressway by Shehu Shagari Way (Nicon Junction) 74 6 Months N3M N25,000.00
3 FRDP/2011/NCB/W/17 Nnamdi Azikiwe Expressway by Olusegun Obasanjo Way (Wuye Junction) 74 6 Months N5M N25, 000.00
4 FRDP/2011/NCB/W/18 Nnamdi Azikiwe Expressway by Tafawa Balewa Way (Old Secretariat Junction) 74 6 Months N5M N25.000.00

 

 

Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loan and IDA Credits, May 2004(Revised October 2006), and is open to all bidders from eligible source countries as defined in the Bidding Documents. Interested eligible bidders may obtain further information and inspect the bidding documents at the Office of the Unit Manager, Road Sector Development Team (RSDT) at the address given below on working days from10:00am to 5:00pm (local time).

 

 

Qualification requirements include: Eligibility (Nationality, Conflict of Interest, Bank Ineligibility); Historical Contract Non-Performance (History of Non-Performing Contracts, Pending Litigation); Financial Situation (Historical Financial Performance, Average Annual Turnover, Financial Resources); Experience (General, Specific); Personnel (Availability for Key Positions) and Equipment (Access to key equipment).

 

A complete set of bidding documents in CD in English may be purchased by interested bidders at the address below and upon payment of a non-refundable fee as tabulated above on working days from 10:00 am to 15:00pm (local time). The method of payment will be through bank draft or certified bank cheque in favour of “Federal Roads Development Project”. Bidding Documents requested by mail will be promptly dispatched by courier on payment of additional charges of Naira 10,000.00 through bank draft drawn in a manner stated above, but RSDT will not be responsible for late delivery or loss of the documents so mailed.

A bidder shall be free to bid for either one or more lots. The Employer will evaluate and compare Bids on the basis of each lot, or a combination of any number of lots in order to arrive at the most economical combination for the Employer by taking into account discounts offered by Bidders in case of award of two or more lots to the same bidder. If a Bidder submits successful (lowest evaluated substantially responsive) bids for one or more lots, the evaluation will also include an assessment of Bidder’s capacity to meet the aggregated requirements. This shall be on the basis of direct addition of the requirements for each lot.

 

Bids must be delivered to the address below by 2:00 pm (local time) on 08/09/2011 All bids must be accompanied by a bid security as indicated in the Table above. Late bids will be rejected. Bids will be opened at 2:30 pm (local time) at the address below on 08/09/2011 in the presence of the bidders’ representatives who choose to attend.

 

The Federal Ministry of Works (FM W)

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria.

 

Attn: Unit Manager, Engr. L.A. Audi

Tel: +234-7034044403,09 2910385

E-mail:     unitmgr.rsdt@yahoo.co.uk

unitmanager@rsdt.gov.ng

Invitation for Pre-Qualification for Construction of Flyover Bridges at Ministry of Works and Transport

Oyo State Government of Nigeria

Ministry Of Works and Transport

 

Invitation for Pre-Qualification for Construction of Flyover Bridges Along

i.            SANGO-   MOKOLA-DUGBE   ROAD AT MOKOLA JUNCTION;

ii.            MOLETE- CHALLENGE ROAD AT RING ROAD JUCTION

 

  1. The Oyo State Government of the Federal Republic of Nigeria intends to carry out the construction of the above named flyover in Ibadan and all associated works:
  2. The Oyo State Ministry of Works and Transport hereinafter called the “Employer” intends to pre-qualify Contractors for the construction of the flyovers.
  3. The works include construction of foundation piles, caps, abutments, piers, beams, the deck and associated roads works.
  4. It is expected that invitation to Bid will be made by the third week in August, 2001.
  5. Pre-qualification is open to all reputable contractors registered in Category “F” (Civil) with Oyo State Ministry of Works and Transport or its equivalent with the Federal Ministry or Works.
  6. Eligible applicants may obtain Pre-qualification document by hand from Office of the Director of Highways, Oyo State Ministry of Works and Transport, Secretariat, Ibadan on any working day between the hours of 8:00 am and 4.00pm from Thursday 4th August.2011 to Tuesday 16th August,2011  after payment of non-refundable fee N250,000.(Two Hundred and Fifty Thousand Naira only) per flyover bridge into the Oyo State Government with any commercial bank in the Oyo State Government account with any commercial bank in the State, quoting the revenue code 4040024. Clarification on payments procedure can be sought from the Director, Finance and Accounts Department of the Ministry of Works and Transport.
  7. Submission of application for Pre-qualification must be received in sealed envelope which must either be delivered by hand or registered mail to:

The Permanent Secretary,

Cabinet and Special Services

Office of the Executive Governor,

Secretariat, Ibadan

Not later than 12.00 noon on Tuesday 16th August, 2011 and be clearly marked “Pre-Qualification for the construction Fly-over Bridge” stating the particular bridge for which pre-qualification is sought.

 

8.0: Late submission of application will not be entertained

9.0: Applications will be advised in due course of the result of their application.

10.0: Only firms that are pre-qualified under this procurement will be invited to bid.

 

Engineer. B.K. Aderogba,

Permanent Secretary,

Ministry of Works and Transport, Oyo State

 

Invitation for Pre-Qualification for Helicopter Services Contract at BRASS LNG LIMITED

 

BRASS LNG LIMITED

NNPC/ Conocophillips / ENI /TOTAL

Invitation for Pre-Qualification – (PQ/HS/1829/11)

for Helicopter Services Contract

for the Proposed LNG Plant at Brass Island, Bayelsa State, Nigeria

INTRODUCTION

Brass LNG Limited (Owner) intends to award a Helicopter Service Contract for its LNG Plant Project at Brass Island in Bayelsa State, Nigeria.

 

Brass LNG therefore invites only interested, suitable, reputable, qualified and experienced Air Operator Contractors and Consortia having proven experience and resources in executing complex Air Operation projects of this nature and size with a minimum of 10 years air operations experience within Nigeria and with adequate resources in terms of manpower, equipment and finance to submit proposals for the pre-qualification of Contractors to tender for the following brief and indicative Scope of Work:

 

SCOPE OF WORK

The Contractor/Consortium shall be required to provide for:

  • The supply, operation and maintenance (inclusive of fuelling/defueling capabilities for helicopters by trucks and emergency repairs of helicopters) of the required helicopter(s) for transport of personnel between Brass Island, Lagos, Yenagoa, and Port Harcourt (and other parts of Nigeria on an as required basis)
  • The supply of a replacement helicopter whenever the primary helicopter needs to be removed from service for maintenance and/or inspections
  • The provision of all necessary equipment and personnel for flight control operations for all incoming and departing Helicopters
  • The provision of all necessary equipment and personnel to support the air operations and logistics at the Brass Island aerodrome. Lagos, and Port Harcourt in accordance with the Requirements specified in this document and all applicable Nigerian laws and aviation regulations.
  • The provision of all necessary ground support, equipment, and personnel for inspection and maintenance of helicopter landing pad and any other facilities assigned to Contractor in support of the Brass LNG Project.
  • The provision of Maintenance and Flight Inspection Personnel to be on site for inspection of helicopters prior to take off.
  • The operational profile of helicopter services will focus on transportation of construction personnel, but with the provision to allow flexibility to meet the continuously Changing jobsite requirements including emergence evacuation if necessary.
  • The Contractor’s pilots, mechanics avionics technicians and maintenance specialists who will schedule flights, update charts, manifests, logs, overhaul intervals, and schedule routine maintenance of the helicopters so as not to disrupt the proposed services. The flight crew duty times and required rest periods will be contractor’s responsibility.
  • All equipment, spare pails, supervision, staff, maintenance support, ground facilities (other than those specified to be supplied by Owner). fuel, lubricants, licenses, and permits to support and operate helicopters on a fixed term basis in Support of the development of the Brass LNG facilities located in Brass Island, Bayelsa Stale, Nigeria.

 

Work Not Included:

As part of this lender, Owner will be providing/furnishing certain materials, equipment, facilities, and/or utilities to Contractor to facilitate this Contract. This Owner provided material will be identified in detail in the subsequent tendering documents.

PRE-QUALIFICATION REQUIREMENTS

To pre-qualify, it is mandatory that interested Contractors, Consortia and Subsidiaries must provide the following required information and supporting documents for itself, its affiliates, partners, holding companies, etc. and in case of a Consortium, for each of the members in the same manner and sequence as listed below. Failure to provide any of the requested information will disqualify the applicant.

 

Resume of Flight Personnel:

The Helicopter Services Contractor must provide resumes of flight personnel showing minimum experience as follows. Pilot qualifications:

Minimum 3,000 hours total flight time

Minimum 100 hours in type aircraft to be flown

 

Co-Pilot qualifications

Minimum 2,000 hours total

Light time

Minimum 50 hours in type

Aircraft to be flown

 

 

 

2.       Company Profile

  • Ownership. Form, Structure sole contractor/Consortium /with Parent company as subsidiary/partners, affiliates, giving name and details

 

  • Organization structure, charts, with list of key management and technical   personnel, giving names, position, qualifications, experience, age, role, nationality with CVs for Contractor and each participating  member, parent holding, partners, affiliates, etc. If not a sole contractor then provide  structure,  charts,  list  of key management  and technical personnel, giving names, position, experience, qualifications, age, responsibility with CV’s required for the management of the consortium/JV/ partnership, etc.

 

  • Authorized representative person name, position and contact details.

 

  • Signed Agreement MOU between the members specifying management structure and work responsibility.

 

  • Any literature, brochures etc.

 

Certificates and Registrations

  • Current copies of Certificate of incorporation
  • Registration in Nigeria Department of Petroleum Resources (DPR)
  • Permit Pay As You Earn (PAYE)
  • Value Added Tax (VAT)
  • Business Permit
  • Income Tax Clearance (ITC) Certificate for last three (3) years.
  • Air Operators Certificate with approved maintenance system.
  • Air Maintenance Organization Certificate and Safety Management
  • ISO Certification or equivalent
  • Memorandum and Articles of Association

 

4.       Accounts and Insurance Records

  • Audited accounts and balance sheets for last three (3) years
  • Financial rations to assess liquidity, profitability, e.g. Current, asset turnover, debt/equity, turnover, etc. Fixed Assets certified list and values
  • Bankers in Nigeria and Overseas
  • Bank reference letters giving limits.
  • Insurance Policies list giving type, coverage, value, term and premium.

 

Resources

  • List with evidence of Contractor’s owned resource covering Manpower (permanent contract staff) list giving, position, qualified age, experience, scope of work and nationality.

 

  • Description of equipment currently owned by company owned by company that will aid the execution of the service.

 

  • Equipment list giving type, make, specifications, year, function, location with ownership proof, and noting equipment anticipated to be available for the Helicopter Services Contract.

 

  • Infrastructure offices, logistics, warehousing, list with evidence giving location, size in square meters, facilities and capabilities, and availability for the Helicopter Services Contract.

 

  • Major sub-vendors list with names, address, contact person, Field of activity executed contracts with value and duration

6.       Past Work Experience

List with evidence of Contractor’s and Consortium’s past Helicopter Services contracts work experience during the last ten (10) years in Nigeria and Overseas giving brief scope of work, client name and contact person. work site, contract award value, contract duration, final contract value, and actual completion date and duration for:

 

  • All Helicopter Services projects completed (attach completion certificate)
  • All similar projects completed
  • Maximum value Helicopter Services contract completed

7.       Current Workload

List with evidence of Contractor/ Consortium’s ongoing and future projects (2011 – 2013) in Nigeria and Overseas giving brief scope of work, client name and contact person, work site, contract award value, contract duration, percentage completion supported by milestone completion certificates.

 

Graphical presentation showing availability of equipment, finance and manpower, for executing this Work between 2012 and 2013.

8.       Procurement

Procurement policy and procedures, plan and organization structure used in a major Helicopter Services Contract.

 

9.       Health, Safety and Environment

  • Standard written Policy and Program. Track record -fatalities, lost workdays, etc. and experiences for the last (3) years.

 

  • Detailed record of accidents, injuries, damages and near misses related to helicopter operations including aborted flights due to technical reasons for the past three (3) years.

 

10.     QA/QC

  • Policies, Standards and Program used for subcontractors, material and services in a major Helicopter Services Contract
  • Evidence of Quality Assurance Programme comparable to
  • ISO9000 or equivalent

 

11.     Planning, Cost and Document Control

Standard policies and procedures for project cost and documentation control used in major Helicopter Services Contract.

 

12.     Community Relations

  • Policy and organization structure used in largest Helicopter Services Contract for handling community related issues.
  • Past experience with communities in the Niger Delta Region
  • List of community development projects completed and in progress including brief scope of work, client. Location, value and duration.

 

13.     Nigerian Content

  • Consistent with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act, 2010, Brass. LNG Limited is committed to providing maximum opportunities for Nigerian capacity utilization and development of in-country expertise .

 

  • Therefore, Brass LNG Limited expects Contractors and Consortia to fully comply with the Nigerian Government directives on Nigerian Content including in-country domiciliation of all personnel, supporting activities as well as locating both the Project Management Team and Procurement Centres in-country and carrying out in-country scope of work. Contractor shall provide a plan and strategy showing commitment to meeting the Nigerian Content targets and how the Contractor intends to perform the work consistent with the NOGICD Act, 2010.

 

  • Major Companies and Consortia that possess adequate experience and resources and include Nigerian Companies in their execution strategy and are committed to comply with Nigerian Content requirements for this scope of work will have an advantage.

 

  • 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

 

  • Furnish details of company ownership and share holding structure, Also submit clear photocopies of CAC Forms CO 2 and CO7.

 

  • Subcontractors and Consortia that are structured simply as agencies or representatives will be excluded.

 

Responses must include the following:

List of works sub-contracted to Nigerian Subcontractors and suppliers, in the last three (3) years for Helicopter Services Contracts giving names, LGA, work site location, client’s name, contract description , contract value, brief scope of work,

 

  • Duration, and percentage of total contract value.

 

  • Nigerian manpower hired giving number, percentage and value during the contract period in the most recent major Helicopter Services Contract.

  • Provide detailed plan for staff training and development (including all software to be used, number of personnel, name of Organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of Technology and skills to indigenous businesses and Nigerians for the duration of the contract.

 

  • Provide an moa with OGTAN registered training facility for both theoretical and practical training with attachment for the duration of the project.

 

  • Provide evidence of domiciliation of project management and procurement centres in Nigeria with physical address (not P.O. Box).

 

  • Location of in-country facilities (equipment, storage, repair and maintenance facilities).

 

  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

 

  • Plan and strategy utilized in maximizing Nigerian Content in most recent major Helicopter Services Contract.

 

Proposal for achieving Nigerian Content in this Contract.

 

14.     Additional Information

Any additional information that will enhance Contractor/Consortium’s prospect for pre-qualifications.

 

In case of Consortia, the above requirements are to be furnished for each and every number demonstrating joint and several liabilities to perform

 

Failure to provide any of the requested information and documents will disqualify the applicant. Please note that Contractors/Consortia will be evaluated for the completeness and quality of the information presented with supporting documents, demonstrating their technical, financial and managerial capabilities in executing the entire and not part of the scope of work.

 

Pre-qualification proposals should be submitted in three (3) sets of hardcopy plus two (2) sets of CD-ROM, Each set must be properly indexed, separated and arranged into the 13 sections, in the serial order as indicated above and submitted in a sealed the following:

 

CONFIDENTIAL -BRASS LNG

PQ/HS/1829/11

PRE-QUALIFICATION FOR

HELICOPTER SERVICES CONTRACT

Name of Contractor or Consortium

 

Pre-qualification documents must be submitted on or before 22nd August 2011 by 3:00 pm at the following address:

Contracts and Procurement Manager

Brass LNG Limited

Plot I680 Sanusi Fafunwa

Victoria Island, Lagos, Nigeria

 

Late submissions of the proposals will NOT be considered under any circumstances.

 

Please Note:

  • This advertisement is not an “invitation to tender” but only an “invitation for pre-qualification” and must not be construed as a commitment on part of
  • Brass LNG Ltd nor shall it entitle potential tenderers to make any claims whatsoever and/or seek any indemnity from Brass LNG Ltd and/or any of its shareholders by virtue of such potential tenderers having responded advertisement.

  • Notwithstanding submission of the pre-qualification Information, Brass LNG Ltd is neither committed nor obliged to include your Company on any bid list or bear any expenses related to the preparation and submission of the pre-qualification documents or to award any form of contract to your Company and/or associated Companies, Consortium, Subcontractors or Agents.

 

Only short-listed Contractors and Consortia having similar past experience, adequate equipment, manpower. technical capabilities, and financial resources will be invited to participate in further activities leading to tender stage.

 

Tender documents will be provided only to the pre-qualified companies. In addition to the review of the proposals, team visits to facilities, and safety, technical and financial audits may be conducted.

 

Brass LNG will only deal with authorized officers (with Power of Attorney) of the pre-qualifying and tendering Companies and NOT through individuals or agents.

 

Brass LNG will not enter into correspondence with any Contractor, company, or individual to explain why it was or was not short-listed.