Request for Expression of Interest (Consultancy Services) at Gombe State Malaria Control Booster Project

Request for Expression of Interest (Consultancy Services)

 

Country: Nigeria

Project: Malaria Control Booster

Project Sector:   Health

Consulting Services:

Impact Evaluation study: Household, Community, Public Primary Health, Facility,

Patent Medicine-Vendor and Community-Directed Distributor Surveys.

 

Credit Number: 4250-UNI

Project ID Number: P970921

Expression of Interest

This request for Expression of interest follows the General Procurement Notice for the project that appeared in the Development Business: No-GNP/002/07 of 9th September 2006 and February 2007, Newspaper advertisement in the Guardian and Daily Trust of 28th July, 2011.

 

Gombe State Government has obtained financing from the Internal Development Association (IDA) World Bank via a subsidiary credit agreement SCA between the State Government and the Federal Government of Nigeria and plans to apply part of the proceeds for consulting services for the Malaria Booster Project in Gombe.

The project is aimed at reducing morbidity and mortality due to malaria and related childhood ailments in the State through the delivery of the Malaria plus Package (MPP). The prime targets for these interventions are children under 5years and pregnant women.

 

The Consultant to:

  1. Contribute to Instrument finalization and manual development: Co-develop with Project Management and MIEP/Pls, final survey Instruments and manual, formatting of questionnaires and manual development.
  2. Reproduce questionnaires in a quantity sufficient to cover survey needs.
  3. The firm should have sufficient human resource: Interviewers and Medical Assistants Data Entry Operators; Supervisors; Senior Medical Experts(s); GIS experts (s); etc.
  4. To Provide Logistic support such as: office space and training venue, all necessary survey management, Computers, GPS units, malaria rapid diagnostic tests, etc and to provide all necessary logistic support
  5. Sample Design: Sampling strategy based on guidelines from Project Management and.MIE/PIs, Household listing and selected areas, additional listing in selected areas as required, section of survey and replacement households and communities and calculation of sample weights following data collection.
  6. Training: Conduct training of trainers, Interviewers and Supervisors, Medical Assistants and Supervisors, Data Entry Operators and to provide Training Materials.

7. Conduct Data Collection: Public Primary Health Facility, Patent Medicine Vendor, Community Directed Distributor, Household and Community Surveys.

 

8. Data Management and Quality Control: Organize and apply quality control measures during data collection, Create a computerized double-entry data entry template using CSPro with relevant quality control tools/measure, carry out data entry, ensure safe handling and security of all data in both hard and soft formats, enforce strict anonymity of data and to transmit full data set to Gombe State Malaria Control Booster Project, the NMCP and MIEP/Pls.

 

The Gombe State Malaria Control Booster Project now invites eligible consultants to indicate their interest in providing services in Firm to Implement Impact Evaluation Survey. The consulting services are to extend over a period of 12 months initially and renewable as needed depending on satisfactory performance.

 

Method of Application

Interested Firms must provide information indicating that they are qualified to perform the services (brochures, description of similar assignment, experience in similar condition, availability of requisite skills, etc). Consultants may associate to enhance their qualifications.

 

Firms will be selected in accordance with the procedures set out in the World Bank Guidelines; Selection and employment of Consultants by World Bank Borrowers (January 2011)

 

Interested Firm should obtain further information at the address below during office hours on Mondays to Fridays between 10:00-16:00 except on public holidays.

 

Expression of Interest must be delivered to the Address below on or before 11th August, 2011

 

Gombe State Malaria Control Booster Project

Project Implementation Unit,

New GRA, Behind Bulma Guest Inn, Gombe

Gombe State

Attention:        Project Manager

GSM. No 08023706184, 07062518618

Email: arnobe195@yahoo.com

 

Invitation for Pre-Qualification of Contractors/Suppliers and Tender Bidding at Division of Agricultural Colleges Ahmadu Bello University, (ABU) Zaria

Division of Agricultural Colleges Ahmadu Bello University

Zaria (Office of the Secretary)

Ref: DAC/SEC-161

Invitation for Pre-Qualification of Contractors/Suppliers and Tender Bidding

 

  1. The Division of Agricultural Colleges Ahmadu Bello University, Zaria intends to execute projects under the Year 2009 and 2010 (merged) Education Trust Fund intervention for College of Agriculture and Animal Science, Mando Road Kaduna. The Management invites experienced and reputable contractors/suppliers to apply for Pre-qualification and Tender Bidding in respect of the underlisted projects:

 

LOT1:         Supply of 18 Seater Toyota Hiace Bus VVTI A/C petrol engine.

 

LOT2:         Supply of HP Computers 620 laptop intel Cou. 3GB/500 HDD, Webcam

 

LOT 3:        Supply of Butterfly Sewing Machines, Laboratory and Meteological Equipment

 

LOT 4:        Supply of Fishery Equipment and Livestock Kit.

 

LOT 5:        Supply of Poultry Equipment (Uni-plate Elisa Reader, Automatic Plate Washer, vortemp shaking incubator, Battery cage and Artificial Insemination kit for poultry.

 

LOT 6:        Supply of P20KVA Wilson Perkins Sound Proof Generator

 

2:       Technical Bid:

The pre-qualification documents should include:

a)     Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC)

b)    Evidence of current Registration with Ahmadu Bello University and/or FWRB/FME/FMH/FMWH in the relevant category C or D.

c)     Current Company Tax Clearance Certificates for the last three (3) years (2008-2010)

d)    Company Audited Accounts for the last three years (2008-2010) including annual turn-over

e)     VAT Registration and evidence of remittance in the last three years (2008-2010)

f)      Evidence of remittances of pension contribution funds for staff of the company from reputable pension Administrative as provided in section 16, subsections 6 (d) of the public Procurement Act 2007.

g)     Evidence of Financial capability to execute the project i.e. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment of provide loan facility for the execution of the contract if eventually won

h)    List of similar, verifiable and successful executed projects or ongoing by the Company with letters of award and completion certificates, in the last five years (2005-2010). Only letters of award and interim certificate of payment should be attached for projects that are ongoing.

i)       List of Managerial, Key Technical and Administrative Staff of the Company which should include names, curriculum, vitae and copies of certificates for each key staff

j)       List of Equipment owned or on lease-hold by the company relevant for smooth execution the project. Evidence of ownership and pictures with company Logo is an added advantage

 

3:       The Pre-Qualification form, and the Tender documents which are available at the Estate Department A.B.U., Zaria will be issued to each contractor upon presentation of a payment receipt and making the required payment of the non-refundable processing fee to the Finance Officer. Division of Agricultural Colleges for this exercise as follows:

  1. i.            Interested Bidders should role that they will be required to pay a non-refundable fee of N10, 000.00 (ten thousand naira) only for pre-qualification.
  2. ii.            And (Fifteen thousand naira) N15,000.00 only as Tender processing fee for each lot

 

The Completed pre-qualification and bid documents must be in a sealed envelope and the title of the project tendered for should be marked clearly on the top left hand corner of the envelope. Photocopy of the payment receipt should be enclosed

 

4.       Submission for Prequalification Tender Documents

The pre-qualification and bid documents should be addressed to:

The Secretary Division of Agricultural Colleges, Ahmadu Bello University Samaru-Zaria and to be deposited tender box at the Office of the Secretary, DAC, ABU, Zaria. The receipt of pre-qualification and bid documents will close 10th August , 2011. All bids will be opened at 1.30 pm in the DAC Board Room, ABU, and Zaria in the presence of bidders or their representatives.

 

5.       Please Note

a)     Submissions of pre-qualification documents to DAC/ABU, Zaria is neither a commitment nor an obligation to award any contract to any supplier/contractor agent.

b)    Advertisement for invitation for expression of interest for pre-qualification and Tender Bidding should not be construed as a commitment on the part of DAC/ABU. Zaria or shall it entitle supplier/contractor to make any claims whatsoever or seek an indemnity from DAC/ABU Zaria

c)     Due diligence would be followed as all documents submitted would be verified. Past Executed works and supplier/contractor offices may be visited. Any discrepancies found would summarily disqualify the contractor

 

Signed

Management

Tender Opportunity Provision of Surface Testing Equipment and Services in OML 126/137 at Addax Petroleum Exploration (Nigeria) Limited

 

Addax Petroleum Exploration (Nigeria) Limited

(RC No. 333613)

Tender Opportunity Provision of Surface Testing Equipment and Services in OML 126/137

1.    Introduction:

 

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below, at APE(N)L’s OML126/137 [Offshore] facility. The contract are proposed to commence in Q1, 2012 and continue for a duration of two (2) years with APE(N)L having the sole option to extend the duration for a further period of one (1) year

 

2.       Scope of Services Requirements:

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of Surface Testing Equipment and Services suitable for use in water depths up to 1,500 feet with requirement for both l0,000psi and 15,000psi rated H2S environment.

  • ETB-0488 Surface Testing Services: Contractor must be able to provide Surface Testing Equipment and Services to full the following requirements:
  • Surface testing equipment and personnel required to handle flowback of well effluent during well Testing and clean up operations on offshore floating drilling facilities. The SOW covers the equipment needed from the rotary table through to the burner booms. The equipment proposal must be able to fulfill the following requirements
  • Safe flow, containment and control of well effluent during all phases of the operation
  • Safe disposal of well effluent according to regulatory environmental requirements
  • Measurement and sampling of well effluent during flow-back operations
  • Measurement and recording of all flow parameters
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

3.    Mandatory Requirements:

3.1.  To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Surface Testing Services (3.04.16) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

3.1.1. To determine if you are pre-qualified and view the product/services category you are listed for. You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your long in details, click on continue Joint Qualification Scheme tool click’ check my supplier status and thereafter click on supplier product group.

 

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

 

3.1.3. To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.2.    In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4.    Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil and Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and www.nigcontent.com in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

 

  • Demonstrate that the entity proposed for execution of the service, 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. With photocopies of its CAC Forms CO2 and Co7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resource relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • 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.
  • 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 any 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).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair maintenance and testing facilities).
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.
  • Provide MOA with Oil and Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project
  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

5.       Closing Date

Only tenderers who are registered with NJQS under NJQS Product/Category Surface Testing Services (3.01.07) as at 16th August, 2011 by 12:00 pm being the advert closing date shall be invited to submit Technical Bids.

6.       Additional Information:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

 

  • This Advert shall neither be construed as any form of commitment on the part of APE(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:

 

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

 

(ii)     Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

 

  • APE(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will not communicate through individuals or appointed Agents.

 

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

 

 

 

Tender Opportunity Provision of Gravel Packing, FRAC and PERF Packing services in OML 126/137 at Addax Petroleum Exploration (Nigeria) Limited

 

Addax Petroleum Exploration (Nigeria) Limited

(RC No.333613)

Tender Opportunity Provision of Gravel Packing, FRAC and PERF Packing services in OML 126/137

 

1.     Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below, at APE(N)L’s OML126/137 [Offshore] facility. The contracts are proposed to commence in Q1, 2012 and continue for a duration of two (2) years with APE(N)L having the sole option to extend the duration for a further period of one (1) year.

2.       Scope of Services Requirements:

As a minimum requirement the selected Contractor shall have the necessary experience, capability and snail be fully responsible for the provision of Gravel Packing, Frac Packing, Single Trip Pert Packing Equipment and Services suitable for use in water depths up to 1,500 feet with requirement for both 10,000psi and 15,000psi rated H2S environment.

 

  • ETB-0489 Gravel Packing Services: Contractor must be able to provide Gravel Packing. Frac Packing. Single Trip Pert Packing Equipment and Services including but not be limited to the following:
  • Pumping Equipment (pumping unit, flowlines, valves, hoses, acid mixer, acid return tanks, etc);
  • Packing Materials (chemicals, proppant. etc):
  • Downhole Tools to perform standard Gravel Packing.
  • Complete Downhole Tools to perform Frac Packing in various hole sizes;
  • Downhole Tools including DST tools, TCP tools and Guns to perform a Single Trip Perf Packing System in various hole sizes;
  • Selective Horizontal Open Hole Gravel Packing with Inflow Control devices on the screens.
  • Various sizes of premium wire wrap sand screen in various mesh sizes and design profiles suitable for each of the packing methods listed above;
  • Filtration of packing fluid;
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the above services

3.    Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Gravel Packing Services (3.04.33) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive invitation to Tender (ITT).

 

3.1.1. To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check my supplier status and thereafter click on supplier product group’.

 

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

 

3.1.3. To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.2.    In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to that they fully company with the Nigerian Oil and Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, 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. With photocopies of its CAC Forms CO2 and Co7
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resource-relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • 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
  • 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 any 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).
  • Provide detailed description of the location of in-country facility (Equipment, storage, workshops, repair maintenance and testing facilities).
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.
  • Provide MOA with Oil and Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project
  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary.

 

5.       Closing Date

Only Tenderers who are registered with NJQS under NJQS Product/Category Gravel Packing Services (3.04.33)  as at 16th August,  2011 by 12:00 pm being the advert closing date shall be invited to submit Technical Bids.

6.       Additional Information:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

 

  • This Advert shall neither be construed as any form of commitment on the part of APE(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:

 

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

 

(ii)     Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

 

  • APE(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will not communicate through individuals or appointed Agents.

 

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

 

 

 

 

Tender Opportunity Provision of Drilling Tools Rental Services in OML 126/137 at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited

(RC No.333613)

Tender Opportunity Provision of Drilling Tools Rental Services in OML 126/137

1.       Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L”) invites interested and qualified Contractors to respond to this tender opportunity for the provision of the following services as detailed in item 2 below, at APE(N)L’s OML126/137 [Offshore] facility. The contracts are proposed to commence in Q1,  2012 and continue for a duration of two (2) years with APE(N)L having the sole option to extend the duration for a further period of one (1) year.

 

2.       Scope of Services Requirements

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the provision of Drilling Tools Rental Services suitable for use in water depths up to 1,500 feet with requirement for both 10,000psi and 15,000psi rated H2S environment,

 

  • ETB-0492 Drilling Tools Rental Services: Contractor must be able to provide Drilling Tools Rental Services including but not be limited to the following:

 

  • Drilling tools (various sizes of drilling jars, subs, hole openers, under-reamers, accelerate drill collars heavy weight drill pipes, drill pipes, pup joints, crossovers, bit subs, non-magnetic drill collars, etc):

 

  • BOP related equipment (various sizes of flanges, riser spools, BOP flanges, BOP rams and other accessories IBOP valves, Kelly valves, side entry subs, safety clamps, stabbing guide, mud basket etc);

 

  • All necessary consumables and spare parts; and

 

  • All other related equipment, tools and experienced personnel necessary to  satisfactorily perform the above service

3.    Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the other Drilling Services (3.04.99) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

 

3.1.1.          To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click on ‘check my supplier status and thereafter click on supplier product group’

 

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

 

3.1.3.          To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.2.   In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil and Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com and www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

  • Demonstrate that the entity proposed for execution of the service, 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 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. With photocopies of its CAC Forms CO2 and Co7
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work, force are Nigerians and also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • 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
  • 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 any 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 centres in Nigeria with physical addresses (not P.O.Box)
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities)
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services
  • Provide details on any other Nigerian Content initiative the company is involved in.
  • Provide MOA with Oil and Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on-the-job training attachment for the duration of the project.
  • Provide evidence of minimum 50% equity ownership of equipment by Nigerian subsidiary

 

5.       Closing Date:

Only tenderers who are registered with NJQS Product/Category Other Drilling Services (3.04.04) as at 16th August 2011 by 12:00 pm, being the advert closing date shall be invited to submit Technical Bids.

 

6.    Additional Information:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.
  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.
  • This Advert shall neither be construed as any form of commitment on the part of APE(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek any indemnity from APE(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires prequalified Contractors to submit their documentation in the following manner:-

(i)      Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders.

(ii)     Following the Technical evaluation process, only technically acceptable and financial qualified contractors will be requested to submit their Commercial Tenders.

  • APE(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process as necessary, and will NOT communicate through individuals or appointed Agents

 

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