Invitation for Pre-Qualification to Tender for the Construction/Renovation of Classroom Blocks under the ETF Special BOT 2010 Intervention at Bauchi State Universal Basic Education Board

Bauchi State Government

State Universal Basic Education Board (Subeb)

Ajiya Adamu Road, Near Awalah Hotel Round About

P.M.B. 0109

 

Invitation for Pre-Qualification to Tender for the Construction/Renovation of Classroom Blocks under the ETF Special BOT 2010 Intervention

 

Reputable and interested contractors with relevant experience are hereby invited by the Bauchi State Universal Basic Education Board to bid for the construction/Renovation in the following schools:

 

1.       JSS Nasarawa      –        Ganjuwa LGA

2.       Kukabuni PS        –        Ita/Gadau LGA

3.       Abdallawa PS      –        Ita/Gadau LGA

4.       Atafowa PS                   –        Ita/Gadau LGA

5.       Kofar Wase PS     –        Bauchi LGA

6.       Wuntin Dada PS  –        Bauchi LGA

7.       Kofar Fada PS     –        Bauchi LGA

8.       Fawari PS            –        Misau LGA

9.       Waziri Mazadu PS –       Dass LGA

10.     Sale Manga PS     –        Misau LGA

11.     Gwan gwan gwan          –        Bauchi LGA

12.     Kofar Dumi PS    –        Bauchi LGA

13.     Zakar Dambam PS –      Dambam LGA

14.     Baima PS             –        Warji LGA

 

 

2.       To qualify for the bidding the following are required:

i.        Certificate of Incorporation   of Company with Corporate   Affairs Commission

ii.       Evidence of Registration as a Contractor with the Bauchi State Government

iii.      Tax Clearance Certificate for the last three (3) years

iv.      Evidence of Financial strength of the Company

v.       Availability of Plants and Equipments to execute the works

 

3.       Pre-qualification document should be sealed and marked CONFIDENTIAL and addressed to the Executive Chairman, Bauchi State Universal Basic Education Board, Ajiya Adamu Road, Near Awalah Hotel Round about, P.M.B 0109 Bauchi, Bauchi State.

Not Later than 18th August, 2011

 

5.       Only successful contractors will be cont tender after screening, please.

Singed

Kabi’r Ali Kobi

Public Relations Officer

FOR: Executive Chairman

Invitation for Technical and Financial Bid Under the 2011 Capital Budget at Ministry of Niger Delta Affairs

Ministry of Niger Delta Affairs

Invitation for Technical and Financial Bid Under the 2011 Capital Budget

 

1.0 Introduction

The Federal Government of Nigeria has made provision in the 2011 Appropriation ACT for the implementation of a WEB BASED SKILL ACQUISITION REGISTRATION AND MANAGEMENT SYSTEM for the Community Relations and Youth Development (CR&YD) department of the Federal Ministry of Niger Delta Affairs (MNDA). The MNDA serves as the implementing ministry for the project and now invites bids from eligible bidders.

 

2.0 Eligibility:-

Interested and competent companies should submit their financial bids with the following documents:

(i)      Certificate of Incorporation or Registration of Business Name

(ii)     Tax Clearance Certificate for 2008, 2009 and 2010

(iii)    VAT Registration /VAT Pay/Exemption Certificate

(iv)    Company’s Audited Account for 2008, 2009 and 2010

(v)     Evidence of pension remittance/social security contributions

(vi)    Evidence of financial capability vide Bank statements of Account

(vii)   Verifiable documentary evidence of previous experience in implementation of similar application, software and accessories of similar magnitude suitable for use with any software the Client may procure afterward

(viii)  Evidence of Requisite Professionals and Technical Staff to perform the job

(ix)    Evidence of similar jobs handled and knowledge of the industry

(x)     The bid must be accompanied by a “Bid Security” of not more than 2% of the bid Price by way of Bank Guarantee issued by a reputable Bank.

 

3.0 Tender Requirements

Interested contractors who wish to participate in the above exercise are required to obtain bidding documents from the Secretary Ministerial Tenders Board, Room 317, 3rd floor on payment of a non-refundable fee of twenty thousand (N20,000.00) naira only:

 

4.0 Submission of the Tender Documents:

i)       Technical Document should be placed in one envelope, sealed and clearly marked “Technical Bid”.

ii)      Financial Bid should be placed in another separate envelope, sealed and clearly marked “Financial Bid”.

iii)     The name of the Company and title of the project should be clearly written on the reverse side of the envelope

iv)     Insert the Envelopes containing the Technical documents and the Financial bid in another bigger envelope, seal and address to:

 

 

The Deputy Director Procurement,

Federal Ministry for Niger Delta Affairs

Federal Secretariat Complex Phase I

Shehu Shagari Way, (CBD)

Abuja, Nigeria

 

v)      The reverse side of this envelope should also have the company name and the title of the project clearly written on the reverse side.

vi)     Deposit the sealed and clearly marked Envelope in the Tender Box located in Room 4B-334, 3rd Floor, Federal Secretariat, Phase I, Shehu Shagari way Abuja, no later than 12.00 Noon, 16th August 2011. The tender documents will be opened on the same day, 16th August 2011 by 2pm at the SGF conference room, ground floor, Federal Secretariat Phase 1 Abuja

 

5.0 Bids Opening:

This serves as invitation to representatives of companies and civil society groups who may wish to be present at the bids opening

 

 

6.0 Late Submission:

Late Submission shall not be accepted.

 

7.0     The MNDA may reject any/all bids at any time without any liability whatsoever. This advertisement shall not be construed as a commitment on the part of MNDA by virtue of such bidders having responded to this advertisement. Bidders are hereby notified that only the Financial Bids of companies whose Technical Bids meet the minimum shall be opened. The Financial Bids of unsuccessful companies will be returned unopened.

 

Signed

Atiku A KIGO

Permanent Secretary

For: The Honorable Minister

Ministry for Niger Delta Affairs

Provision of Electric Submersible Pump and Related Services (Offshore) at Chevron Nigeria Limited

 

Chevron Nigeria Limited

R.C.6135

Operator of the NNPC/Chevron Joint Venture

Tender Opportunity

Provision of Electric Submersible Pump and Related Services (Offshore) To Support Offshore Drilling and

Completion Operations

Introduction:

Nigerian National Petroleum Corporation (NNPC) / Chevron Nigeria Limited (CNL) joint venture invites interested and prequalified companies for provision of Services listed under ‘Scope of Work/Service Requirements’ which will be carried out in respect of NNPC/Chevron Nigeria Limited 2011 – 2012 Oil and Gas Wells Drilling. Completions and Workovers for Offshore Operations in Nigeria.

Availability to commence provision of Services is required for an anticipated Commencement Date: Third (3rd) Quarter 2012. With a Primary Term of two (2) years with a possible Optional Term of one (1) Year.

scopE OF work

DRL-2011-886757 ELECTRIC SUBMERSIBLE PUMP AND RELATED SERVICES (OFFSHORE)

 

  • Interested Applicants must be able to provide the following as required for Offshore Electric Submersible Pump Services:

 

  • All necessary connections for the ESP. Step-Down Transformers. VSD. Step-Up Transformer, all on-skid cabling, Skid Junction box. Wellhead Junction Box and cable between wellhead junction box and the pump. Finally, marine cables to link platform and the well.

 

  • COMPANY prefers a skid-mounted system configured to reduce the amount of inter-module cabling and to minimize  footprint requirements. The equipment shall be packaged with the Step-Down Transformers, Variable Speed Drive (VSD), Step-Up Transformer and Skid Junction Box on one skid.

 

  • Bidder shall provide Completion Schematics for Completions proposed, Schematics should be of same quality (professional, international standard) that COMPANY should expect to receive from BIDDER during Operations.

 

  • Bidder is to include detailed Schematics with a list of all Equipment and Tools required and detailed procedures for each type of Job to be listed.

 

  • Detailed list of Spare Parts for proposed Equipment in-country and/or a written guarantee that Spare Parts not in- country will be available within one (1) Calendar Month of Contract Award.

 

  • Spare Parts and consumables in locations designated by CNL for Joint Venture Operations in Nigeria: such Spare Parts will be maintained within Minimum-Maximum Levels as approved by CNL

Mandatory Requirements:

  • To be eligible for this tender exercise, interested Bidders are required to be pre qualified in Category 1.04.05 (Submersible Pumps) in Nipex Joint Qualification System (NJQS) database. All successfully pre-qualified Bidders in above categories shall receive Invitation to Technical Tender.
  • Note, interested Bidders including their sub-contractor(s) shall be required to:
  • Meet all JQS mandatory requirements to be listed as “PRE-QUALIFIED” for a Category in the NJQS database.
  • Meet all Nigerian Content requirements stated in this advert in then responses to the Invitation to Technical Tender.

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”)

 

  • 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 noted above, and you are registered with DPR to do business for this Category, please contact Nipex office at 30 Oyinkan Abayomi drive, Ikoyi Lagos with your DPR Certificate as evidence for review and necessary update.

 

  • To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact Nipex office for farther action.

 

  • Demonstrate that the entity is a Nigerian Indigenous Company, or Nigerian Indigenous 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; submit clear photocopies of your C AC Forms C AC 2, CAC 7.

 

  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians: show overall percentage of work-to be performed 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; 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 and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of and specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

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

 

  • Location of in-country facilities (Equipment, storage, workshops, repair and maintenance facilities and, testing facilities.

 

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

 

  • Provide details on any other Nigerian Content initiative your company involved in.

 

Close Date

Only tenderers who are registered with NJQS Product/Categories 1.01.10 (Production String Components), 3.04.21 (Well Completion Services) and/or

3.15.04 (Well Services) on 19th August 2011 by 4:00 pm., being the advert close date shall be invited to submit technical bid.

 

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.
  • Bidders who, for the purpose of this bid process enters into a JV. Partnership, consortium, etc with another bidder bidding on this project will be disqualified.
  • 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 Chevron Nigeria Limited 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 CNL 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 and evaluation, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • CNL will communicate only with authorized officers of the pre-qualified companies and NOT through individuals or Agents

Please visit the Nigerian Petroleum Exchange (Nipex) public Opportunity Portal, www.nipexng.com for copy of this advertisement and any other required information.

 

Management:

Chevron Nigerian Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos

 

 

Provision of Gas Lift Services (Onshore) at Chevron Nigeria Limited

 

Chevron Nigeria Limited

R.C.6135

Operator of the NNPC/Chevron Joint Venture

Tender Opportunity

Provision of Gas Lift Services (Onshore) to Support

Onshore Drilling and Completion Operations

 

Introduction

Nigerian National Petroleum Corporation (NNPC) / Chevron Nigeria Limited (CNL) joint venture invites interested and prequalified companies for provision of Services listed under ‘Scope of Work/Service Requirements’ which will be carried out in respect of NNPC/Chevron Nigeria Limited 2011 – 2012 Oil and Gas Wells Drilling. Completions and Workovers for Onshore (Swamp and Land) Operations in Nigeria, Availability to commence provision of Services is required for an anticipated Commencement Date: Third (3rd) Quarter 2012 with a Primary Term of two (2) Years with a possible Optional Term of one (1) Year.

 

Scope of Work

DRL-2011 -874071 GAS LIFT SERVICES (ONSHORE)

Interested bidders must be able to provide Gas Lift Equipment and Services in compliance with relevant API and COMPANY specifications. The scope of WORK shall include but not limited to the provision of:

 

  • Provision of gas Lift related services such as rental equipment (gas meter, 2-pen recorder, echometer and kick-over tool), loading and pressure test.
  • Gas Lift Equipment shall include mandrels, latches and valves being capable of installation in deviated or horizontal wells with Casing/Liner sixes of 9-5/8” through 5” and Tubing sizes from 2-3/8” to 4-1/2”
  • A Quality Plan outlining procedures to ensure that Company receives Equipment that has been properly prepared for utilization. Dedicated QA Personnel will be supplied by contractor to ensure rigorous adherence to Contractor’s Quality Plan.  Quality Plan will define shop Equipment required to makeup and test Completion Equipment prior to shipment Onshore.
  • Gas Lift Engineering support personnel in Lagos available for daily consultation with COMPANY’S Drilling and Completion staff and logistical coordination for required materials /services.

 

Mandatory Requirements:

  • To be eligible for this tender exercise, interested Bidders are required to be pre-qualified in Category 1.01.10 (Production String Components), 3.04.21 (Well Completion Services) and /or 3.15.04 (Well Services) in Nipex Joint Qualification System (NJQS) database. All successfully prequalified Bidders in above categories shall receive invitation to Technical Tender.

 

  • Note, interested Bidders including their sub-contractor(s) be required to:

 

  • Meet all JQS mandatory requirements to be listed as “PREQUALIFIED” for a Category in the NJQS database
  • Meet all Nigerian Content requirements stated in this advert in their responses to the invitation to technical tender.

(Failure to meet the Nigerian Content requirements is a “FA TA L FLAW”.)

 

  • To determine if you are pre-qualified and view the Product/Service Category you are listed for Open www.nigexng.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 noted above, and you are registered with DPR to do business for this Category, please contact Nipex office at 30 Oyinkan Abayomi drive, Ikoyi Lagos with your DPR Certificate as evidence for review and necessary update.

 

  • To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact Nipex office for farther action.

 

Demonstrate that the entity is a Nigerian Indigenous Company, or Nigerian Indigenous 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; submit clear photocopies of your C AC Forms C AC 2, C AC 7.

Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians: show overall percentage of work-to be performed 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; 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 and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of and specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5)years.

 

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

 

  • Location of in-country facilities (Equipment, storage, workshops, repair and maintenance facilities and, testing facilities.

 

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

 

  • Provide details on any other Nigerian Content initiative your company involved in.

 

Close Date

Only tenderers who are registered with NJQS Product/Categories 1.01.10 (Production String Components), 3.04.21 (Well Completion Services) and/or

3.15.04 (Well Services) on 19th August 2011 by 4:00 pm., being the advert close date shall be invited to submit technical bid.

 

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX. Interested Bidders are therefore advised to ensure they are set-up in NipeX with a valid and active official company email address accessible by all in their organization as this shall be the only means to transmit the ITT
  • Bidders who, for the purpose of this bid process enters into a JV. Partnership, consortium, etc with another bidder bidding on this project will be disqualified.
  • 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 Chevron Nigeria Limited 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 CNL 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 and evaluation, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • CNL will communicate only with authorized officers of the pre-qualified companies and NOT through individuals or Agents

Please visit the Nigerian Petroleum Exchange (Nipex) public Opportunity Portal, www.nipexng.com for copy of this advertisement and any other required information.

 

Management:

Chevron Nigerian Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos

Procurement of Operational Vehicles at Community and Social Development Project (CSDP)

Invitation for Bids (IFB)

Community and Social Development Project (CSDP)

Credit No, 4496-UNI

IFB Title: Procurement of Operational Vehicles

IFB Number: NGCSDA/MV/NCB/11/01

Issuance Date: 2nd August, 2011i

 

1.       This invitation for bids follows the General Procurement Notice for this project that appeared in the Development Business, issue no WB4617-764/09 of November 13, 2009 and in the Nigerian Dailies of November 16, 2009.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Community and Social Development Project (CSDP) and it intends to apply part of the proceeds to payment under the contract for Procurement of Operational Vehicles – NGCSDA/MV/NCB/11/01.

 

3.       The Niger State Community and Social Development Agency now invites sealed Bids from eligible and qualified Bidders for the Procurement of the followings:

 

 

 

No. Description of Goods Quantity

 

Delivery Location

 

Lot l

 

2×4 Saloon car (SEDAN CAR)

 

1(One)

 

Abdullahi Kure House, No.A6 Muazu Muhammed Road, Minna. Niger State,

 

Lot 2

 

18 Seater Bus

 

1(One)

 

Abdullahi Kure House, No.A6 Muazu Muhammed Road, Minna. Niger State.

 

Lot3

 

4WD SUV (JEEP) 1(One)

 

Abdullahi Kure House, No,A6 Muazu Muhammed Road, Minna. Niger State.

 

 

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 is open to all bidders from eligible source Countries as defined in the Guidelines,

 

5.       Interested eligible bidders may obtain further information from the General Manager, Niger State Community and Social Development Project Minna, Niger State-Nigeria, at the address given below and inspect the Bidding Documents from 10.00am-4pm, Mondays to Fridays except on Public Holidays.

6.       Qualifications requirements include:

  • Evidence of previous supply (Sale) of similar Goods procured for the last five (5) years Last Three (3) years Audited Financial Statement to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital.

 

A margin of preferred for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of hard copy Bidding Documents in English Language may be purchased by interested Bidders on submission of a written application to the address below and upon payment of a nonrefundable fee of Ten Thousand Naira (10,000.00) only.

 

8.       Bid must be delivered to the address below at or before 12noon on

6th September, 2011. Electronic Bidding will NOT be permitted. LATE bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 12noon on September 6th 2011. AH bids must be accompanied by a Bid Security or certified Bank Draft of at least 2.5% of the Bid price.

 

The Address referred to above is:

Community and Social Development Project (CSDP),

(Niger State Agency)

Abdullahi Kure House,

No. A 6 Muazu Muhammed Road,

Minna, Niger State Nigeria.

Enquiries:

08036543166