Expression of Interest to Provide Services in the Drafting of Legal Instruments at Nigerian Maritime Administration and Safety Agency (NIMASA)

 

Nigerian Maritime Administration and Safety Agency (NIMASA)

Established Under the Nigeria Maritime Administration and Safety Agency (NIMASA Act 2007)

Maritime House: 4 Burma Road, Apapa, Lagos.

P.M.B 12861, Lagos. E-mail: info@nimasa.gov.ng

Website: www.nimasa.gov.ng

Expression of Interest to Provide Services in the Drafting of Legal Instruments


Introduction:

Nigeria is a maritime nation and member of International Maritime Organisation (IMO)’s Council. The growing concern for the future of the Nigerian marine and coastal environment in relation to pollution threats due to human activities has informed Nigerian Maritime Administration and Safety Agency (NIMASA)’s commitment to develop strategy for effective implementation of all relevant international instruments (conventions) for the management of the nation’s marine and coastal environment within Nigerian waters. This is in furtherance of the nation s commitment to fully comply with International obligations towards ensuring pollution-free marine environment in line with IMO’s objective for achieving cleaner oceans and safer shipping across the global Marine Environment Management for enhanced maritime businesses.

Similarly, section 335 of the Merchant Shipping Act of 2007 on “prevention of pollution from ships” and sections 22(2) (a), 23(9) (b), 44 and 45 of the NIMASA Act, 2007 on “The prevention and control of Marine Pollutions” have empowered the Agency to respond to issues of marine pollution in tandem with provisions of international instruments. In this regard, Nigeria has domesticated various relevant IMO instruments for the protection and management of marine environment and its resources. These include the following among others.

 

PACKAGE NO: NIMASA/L.S./01/2011

i.     International Convention for the Prevention of Marine Pollution from Ships, 1973 as modified by the protocol of 1978 (MARPOL 73/78)

ii.    International Convention on Oil Pollution Preparedness, Response and Cooperation (OPRC) 1990

iii.   1992 Civil Liability Convention

iv.   International Oil Pollution Compensation Fund (IOPC)

v.    International Convention on the Prevention of Marine Pollution by Dumping of Wastes and other Matters 1972 (London Convention).

vi.   International convention on the control of Harmful Anti-fouling System on Ships (AFS) 2001.

 

The Nigerian Maritime Administration And Safety Agency [NIMASA], is seeking Proposals from Reputable Legal Practitioners with cognate experience in Maritime Law to develop Regulations on the provisions of the Conventions listed above.

 

Qualification Requirements:

a)       Ability to undertake Legal Drafting with clear understanding of maritime Conventions and Codes.

b)      Provide evidence of previous successful assignments undertaken in similar Field

c)       Firm profile including registered office and functional contact address including e-mail address and telephone numbers

Submission of Proposals:

All Proposals shall be submitted in two (2) sets – (one original, one copy and two sets of CD-rom each

Address For Submission:

Office of the Deputy Director, Procurement

5th floor

Nigerian Maritime Administration and Safety Agency (NIMASA)

Maritime House, 4 Burma Road, Apapa

P.M.B. 12861, GPO Marina Lagos

 

DEADLINE: for submission shall be on Friday, 26th August, 2011, at 12.00 noon.

 

Enquiries: All enquiries regarding this advertisement should be directed

Procurement or call the following telephone numbers: 07031510448,07055792922, 08050765455.

 

Verification of Claims:

The Agency reserves the right to verify die claims made in the submissions.

 

PLEASE NOTE:

i.        This notice shall not be construed to be a commitment on the part of the Nigerian Maritime Administration and Safety Agency to award any form of Contract to any respondent nor shall it entitle any Law firm submitting documents to claim any indemnity from the Agency.

ii.       The Agency is not bound to accept the lowest or any tender submitted.

iii.      Bidders shall be responsible for all costs incurred in preparation and submission of their proposals.

 

Signed:

Management

Request for Proposal to Act as Transaction Adviser for the Concessions and Leasing of Maritime Platforms at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

Established Under the Nigeria Maritime Administration and Safety Agency (NIMASA Act 2007)

Maritime House: 4 Burma Road, Apapa, Lagos.

P.M.B 12861, Lagos. E-mail: info@nimasa.gov.ng

Website: www.nimasa.gov.ng

 

Request for Proposal to Act as Transaction Adviser for the Concessions and Leasing of Maritime Platforms

 

PACKAGE NO: NIMASA/M.S./01/2011

 

The Nigerian Maritime Administration and Safety Agency (NIMASA), is seeking Proposals from Reputable and Experienced Maritime Consultants to submit Proposals as Financial Adviser for the Concessioning and Leasing of Maritime Platforms under a Public Private Partnership (PPP) Scheme.

 

Qualification Requirements:

a)       Naval Architect with evidence of Registration with the relevant Professional Body or

b)     Marine Engineer with evidence of Registration with the relevant Professional Body and

c)      Evidence of previous successful assignments undertaken in similar field.

d)      Firm profile including registered office and functional contact address      including e-mail, and telephone numbers

 

Submission of Proposals:

All Proposals shall be submitted in two (2) sets – (one original, one copy and two sets of CD-rom each)

 

 

Address for Submission:

Office of the Deputy Director, Procurement 5th Floor

Nigerian Maritime Administration and Safety Agency

Maritime House, 4 Burma Road, Apapa

P.MB. 12861, GPO Marina Lagos.

 

 

Processesing Fee:

Submissions should be made with evidence of payment of a non-refundable Tender fee of Thirty Thousand Naira (N30, 000. 00) only at the Agency’s Finance Department.

 

Deadline: for submission shall be on Friday, 26th August, 2011, at 12.00 noon.

 

 

Enquiries:

All enquiries regarding this advertisement should be directed to the office of The Deputy Director, Procurement or call the following telephone numbers: 07031510448, 07055792922, 08050765455.

 

Verification of Claims:

The Agency reserves the right to verify the claims made in the submissions.

 

 

Please Note:

i.        This notice shall not be construed to be a commitment on the part of the Nigerian Maritime Administration and Safety Agency to award any form of Contract to any respondent nor shall it entitle any firm submitting documents to claim any indemnity from the Agency

ii.       The Agency is not bound to accept the lowest or any tender submitted.

iii.      Bidders shall be responsible for all costs incurred in preparation and submission of their proposals.

 

Signed:

Management

Tender Opportunity Provision of Drilling, Completion Fluids and MUD Engineering Services in OML 126/137 at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited

(RC No. 333613)

Tender Opportunity Provision of Drilling, Completion Fluids and MUD Engineering 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 shall be fully responsible for the provision of Drilling/Completion Fluids/Chemicals and Engineering 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-0491 Drilling/Completion Fluids and Engineering Services: Contractor must be able to provide Drilling/Completion Fluids/Chemicals and Engineering Services including but not be limited to the following:
  • Mud design, formulation and engineering;
  • Materials/chemicals and engineering for water based and synthetic based drilling fluids;
  • Materials/chemicals and engineering services for reservoir drill-in fluids;
  • Materials/chemicals and engineering services for well completion fluids;
  • Base oil;
  • Liquid and bulk storage facilities;
  • All drilling/completion fluids and chemicals must be approved by DPR.
  • All necessary Consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to above services.

 

3.       Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Drilling Fluids / Mud Services (3.04.15) (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 you 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 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, 201o 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 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 business 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 Product/Category Drilling Fluids / Mud Services (3.04,15) 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.

 

 

Provision of Fast Crew Boat Services at Total E&P Nigeria Limited

Total E&P Nigeria Limited

Operator of the NNPC/TEPNG Joint Venture RC 2979

Tender Opportunity for OML 138: Usan Field Development

Provision of Fast Crew Boat Services

 

1.    Introduction

Total Exploration and Production in Nigeria (TEPNG), operator of the OML 138; invites interested and reputable Contractors with suitable equipment and relevant experience to apply for consideration to tender for the provision of 2 Fast Crew Boat(s) for the Deep Offshore USAN Field Development,

 

2.    Brief description of the work scope;

The vessel(s) shall be used to transport passengers between offshore installations as well as field support, stand by duties, or rescue in case of an emergency. The vessel shall have the following specifications:

–        Craft to be classified by ABS, BV, LR, DNV or RMS

–        Suitable engine sizes to achieve desired cruising and maximum speed requirements for each craft

–        Minimum cruising speed of 25 Knots

–        Cruising speed to be achieved with 50% passenger and 50% cargo capacity loaded

–        Maximum speed not less than 30 knots

–        Sailing speed of 30 Knots

–        Fuel capacity for minimum 10 hours cruising

–        Minimum two waterjets for main propulsion

–        Suitable clear landing area in forward part to land a personnel transfer basket

–        Suitable clear deck area for deck cargo. Cargo deck area to be rated to accept 4 tonnes minimum spread evenly over the cargo deck area

–        Suitable bow access for safe transfer of passengers

–        Bow passenger transfer system to comply with Total specification GS EP SIR 901

–        Craft No. 1 Minimum 20 passengers, maximum 30 passengers

–        Craft No. 2 Minimum 70 passengers, maximum 90 passengers

–        Suitable storage space for passenger luggage

–        Suitable comfortable passenger seating certified for high speed craft

–        Suitable TV type display screens to show personnel transfer procedures plus suitable equipment to show procedures

–        Passenger toilet facilities

–        Air conditioning

–        Minimum Navigation Equipment: Marine VHF, GPS, Search light, Magneto Compass and Deviation Chart, Radar, Navigation charts of operational areas

–        Master and at least one crew member to be fluent in English. All crew to be trained to appropriate STCW95 standard for size of craft

–        Life saving Appliances fitted according to SOLAS

–        Lifejackets – Inflatable life jackets to be provided for all passengers

–        Craft to be provided with suitable storage space to accommodate essential engine and general spare parts and routine equipment held on board

–        Fire fighting Appliances fitted according to SOLAS

–        Craft to be certified by Nigerian Authorities to conduct operations at all Total offshore locations up to 200 miles offshore.

–        Suitable means to recover persons from the water at lightest operational draft

–        Built: after 2004

–        The bow of the work boat shall be compliant with the boat landing of Total offshore facilities in order to transfer personnel safely. For this purpose, the boats shall comply with Total specifications, according to Total rule: GS-EP-STR-901-EN, available upon request to TEPNG.

3.       Mandatory Requirements

To be eligible for this tender exercise, interested bidders are requested to be pre-qualified in the NIPEX Joint Qualification Scheme (NJQS) database for:

–  Product Group 3.08.18 Stand-by Vessels.

 

All successfully pre-qualified tenderers in these NJQS categories by advert close date will receive Invitation to Technical Tender for this service.

 

To determine if you are pre-qualified for this product/service category, visit 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 dick supplier product group.

 

If your company is not listed in this product/service category and you are registered with DPR to do business for this category, please contact NipeX for NJQS registration and qualification details at 30 Oyinkan Abayomi Street, Ikoyi, and Lagos for review and necessary update.

 

 

To initiate and complete the JQS pre-qualification process, access www.NipeXng.com to download the application form, make necessary payments and contact NIPEX office for further action.

 

Evidence of proper documentation substantiating the ability to undertake the scope of work will be demanded as part of the technical requirements.

 

 

4.    Nigerian Content

COMPANY is committed to the promotion of the Nigerian Oil and gas business in alignment with the Nigerian Content Act 2010 for the Nigerian Oil and Gas Industry Content Development. It is important that prospective bidders familiarize themselves and comply with the provisions of the Nigerian Oil & Gas Industry Content Development Act otherwise referred to as The Nigerian Content Act at the stage of bidding. As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set in the Schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board ) ,

 

Prospective bidders shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content % for the scopes (engineering, procurement, construction & installation) which are covered in the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfilment of the Nigerian Content Act, during the bidding stage.

 

 

Contractors that demonstrate their commitment to meet or exceed the Nigerian Content Act requirements  shall be a ground for preferential consideration in the technical and commercial bid evaluation.  Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian government shall result to disqualification from bidding this contract.

 

During the bidding stage, contractors shall:

I        Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian Oil & Gas industry Content Development Act and any targets set by The Board. How it intends to give first consideration to services provided from within  Nigeria, first consideration to goods manufactured  in Nigeria and first considerations for employment and training of Nigerians in work programme. The NCP

shall be consistent with the Act, demonstrating that Nigerian indigenous service companies have been given exclusive considerations to bid and execute work in land and swamp operating areas and their full utilization and engagement in exploration, seismic data processing, engineering design, reservoir studies, manufacturing, fabrication and provision of services. That the project or contract has given full and effective support to technology transfer by encouraging foreign and multinational companies to develop joint ventures and alliances with Nigerian service companies and suppliers. Tenderer’s detailed plan to achieve/sustain the minimum (%) percentage Nigerian Content level as prescribed by the applicable measurement metrics in the Schedule of the Nigerian Content Act 2010.

 

ii.       Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and multinationals in alliance with a local company, submit evidence that the local company is an indigenous company and the binding Agreement of the alliance duly signed Agreement by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance.

 

iii       Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries or submit a credible and verifiable plan towards compliance with these requirements. Submit the detailed description of facilities and infrastructure in Nigeria with evidence of ownership and location in-country.

 

iv.      Provide a project-specific training, man-hour budget, skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past performance on training and development for Nigerians nationals & indigenous business. Plan for sponsorship of Nigerians to acquire competence and/or certification. Further development of local employees as professionals including proposed training plan for Nigerians during the execution of the contract.   Bidders would be requested to execute an enforceable MOA with Local Training Service Provider for the provision of training services in specific technical disciplines involved in the services.

 

v        Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians. Submit tenderer’s corporate organization’s overall human resources structure (management, supervisors, senior & junior skilled officers, etc) identifying positions manned/occupied by Nigerian national employees with evidence of type of employment in-country and identifying the positions manned/occupied by other non-national employees.

 

vi       Provide description of how bidder has given first considerations to the utilization of Nigerian resources (labour, raw materials & manufactured goods and services) in the execution of this contract. Maximizing Nigerian Content is a key Project priority

vii      Vessels must be minimum 80% manned/crewed by Nigerian nationals.

viii     Vessels must have evidence of minimum 60% equity ownership by Nigerians

ix       vessels must be registered in Nigeria under the cabotage regime of Nigerian Registrar of ships.

 

5.       Close Date:

This tender opportunity is open for fifteen (15) working days and shall close to interested bidders by 3:00pm on Thursday 18th August, 2011 .

 

 

6.    Additional Information

Tenderers eligible for this tender opportunity are expected to be pre-qualified in NJQS under the product/service category. To enable interested pre-qualified suppliers use the NipeX system to progress the tender, they should contact NipeX and include in their company profile a name of a principal personnel, his/her phone number and the company’s general office e-mail address for set-up and training.

 

All costs incurred in preparing and processing NJQS pre-qualification shall be for the account of tenderer. This advertisement shall neither be construed as any form of commitment on the part of TEPNG to award any contract to any company and or associated companies, sub­contractors or agents, nor shall it entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from TEPNG and or any of its Partners by virtue of such companies having been pre-qualified in NJQS.

 

The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial offers. NNPC/TEPNG reserves the right to reject any and or all pre-qualified suppliers at its sole discretion and at no cost whatsoever. TEPNG will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com for this advert and other information.

Supply and Installation of Analytical Equipment and Equipment for the establishment of organic based fertilizer plant at National Research Institute for Chemical Technology (NRICT)

National Research Institute for Chemical Technology

Federal Ministry of Science and Technology

Science and Technology Education Post-Basic Project

Credit No: 4304-UNI

Invitation for Bids (IFB)

Supply and Installation of Analytical Equipment and Equipment for the establishment of organic based fertilizer plant

IFB NO. NARICT/STEP-B/G/ICB/1/11

New Deadline for Submission of Bids: 2.00pm, Wednesday, August 3rd 2011

New Bid closing Date: Wednesday, August 3, 2011 at 2.00pm

Addendum No.1 to Bid Document

In accordance with Section I, Clause 8 of the  instruction to Bidders (ITB) at  page 12 of the bidding  document, this  Addendum is to correct the following specifications in Part 2, Section VI. Employer’s Requirements

 

Section VI, Lot l, Page 2 -5, Item No. 1

 

Replace “NUCLEAR MAGNETIC RESONANCE (Cap NMR Probe) with “FT – NMR Spectrometer 600 MHz, 14.1 Telsa”.

 

Section VI, Lot

1, Page 2-5,

Item No. 1

 

Under Detailed Specifications: Magnetic Specification line 2 replace “Central Field: 9.4 Telsa  (600MHz 1H)” with “Central Field 14.1 Telsa (600 MHz)”.

 

Section VI, Lot 1, Page 2-6, Item No. 1

 

Under Detailed Specifications: LIQUID NITROGEN DETAILS, line 6, replace “Nitrogen hold-time in static condition: 21 days” with “Liquid Nitrogen Hold time: at least 2 weeks”.

 

Section VI, Lot 1, page 2-6, Item No.1

 

Under Detailed Specifications: LIQUID HELIUM DETAILS, line 6-7  replace “Helium hold time during normal operation (static magnetic fields, leads withdrawn): 365 days” with ‘”Liquid I Helium hold time: Liquid Helium hold time at least 340 -365 days (boil off rate should be low)”.

 

Section VI, Lot 1, Page 2-6, Item No.1

 

Additional detailed specification: “Automatic Helium level Monitoring:

  • Auto shimming (for 1H/2H) and gradient base experiment facility
  • Workstation: Fast state of Art Work station (preferably PC) with at least 80GB Hard Disk
  • Window NT/2000/XP/Linux operating system. Complete software for 1D/2D/3D/ data acquisition and processing.
  • LaserJet Printer
  • Air compressor: Oil free Air Compressor complete with dryer suitable for 600MHz NMR system Anest Iweta or equivalent
  • UPS 5KVA capacity with one hour back up time
  • Contact for refilling of liquid helium for 2 years (cost to be included in the quotation)
  • Liquid Helium required for initial charging of the magnet to be supplied by the supplier (cost to be included In the quotation)
  • Dewars or equivalent for Liquid Nitrogen 50ltrs capacity (2 Nos.)

 

Section VI, Lot 1, page 2-15, Item No.13

 

Replace “MILLJPORE WATER DISTILLER REVERSE OSMOSIS” 1 1, page 2-15,    j with “Water Distiller Reverse Osmosis”,

Section VI, Lot 1, page 2- 15 Item 15

 

Under VACUUM DRYER, Bullet 10,   replace “Condenstor” with

“Condenser”,

 

Section VI, Lot 1, page  2-23, Item 24

 

Replace Analytical Weighing Balance (5 Decimal Places)” with “Analytical Weighing Balance”.

 

Section VI, Lot 1, page 2-23, Item 24

 

Replace bullets 1-3 and nos. 1&2: “5 decimal places, least count 0.01mg, 0.00001mg, Capacity 25kg, capacity -150g, 1.c.-0.00001g (1 mg), capacity -30kg, 1.c -0.5g” with ‘210g x0.0001g (readability: 00001g)
Section VI, Lot 1, page 2-24, Item 29

 

 

Replace “POLYMER MELT FLOW INDEXER-LM14000 SERlES/DYNISCO with “POLYMER MELT FLOW INDEXER”

 

Section VI, Lot I, page 2-24 a 2-25,  Item  29

 

Under detailed Specifications, Line 1- 17 replace Ambient I temperature; 20°C ASTM D123B & ISO 1133 -2005 standards, Operating temperature; 425 °C Temperature control;  ±0.1°0C  temperature sensor; 4  -wire RTD, Timer accuracy; 0.001 second, Digital encoder displacement accuracy; ±O.25mm, over  25.4mm, Weights; stainless steel, ±0.5 %  Display; 4-line by 20-  character vacuum fluorescent, keypad; membrane type, Parallel I port; Epson/IBM compatible or equivalent, Serial port; R S 232, Overall dimensions; 300mm(w) x 350mm(D) x 570mm(H), Net weight; 15kg, Electrical; 120/60HZ or 230vac/50Hz ±10%, Power consumption; 40w max. 60w typical at set point, Shipping weight; 21kg”   with “Fully automatic & Compliance with ISO 1133 and ASTMD -1238 Methods A Si B; Automatic calculation of Melt  Flow Index , Melt Flow Rate, Melt Volume Rate and Melt density/viscosity using auto flow rate timer; Auto weight loader; Auto cut off device. Power Supply;- 230V AC single phase SO Hz;     Temperature Controller ;- Microprocessor based Digital PID controller with range up to 400%, resolution of 0.1°C  &  accuracy of +/- 0.1°C Timer: – Microprocessor based Digital Timer with range up to 999 .9 sec & facility of selecting auto cycling with buzzer indication starting 4 sec early to get ready for sample cut. Standards Weights: – 1kg, 2.16kg, 3.8kg, 5kg hard chrome plated.    Accessories: Stainless Steel Orifice, Piston, Spanner, Plumb line, Material charger, orifice cleaner, cylinder cleaner, Barrel cleaner tool, sample cutter; Automatic Cut off Device  with Digital Timer, Paint;- Powder Coated.

 

Section VI, Lot 1, Pages 2-25 & 2-26, Item 31

 

Hydraulic Press: Specifications, Line 1-7, replace “Main capacity (Ton) 250, Forming capacity (10s-40s); 4”-8”, system pressure (kg/cm2): 250, oil tank capacity (L); 1200, Motor (Hp); 50, one cycle time  (sec); 50-110, N.W (kgs) 36000” with:

“Extend rate (sec): 10-20

Retract rate (sec): 10-15

No eject system is required

Scope of supply: Main equipment and protective shield

Corrosion factor? There is none presented by manufacturers

Cylinder stroke is not limited to 153mm but 6” is required

Main capacity of the system hydraulic pressure; 30 tons (Min) – 60 tons (Max)

Cycle time (sec); 50 -110

Heated Platens temp (°F): 650 – 800

Platen size (inches); 15 x 15

Thermostatic Digital Temperature control: Yes

Daylight opening (inches): 0-12

Automatic platen cooling

Cycle time (sec): 50 – 110”

Section VI, Lot 1, Pages 2-15, Item 13 Under MILLI PORE WATER DISTILLER REVERSE OSMOSIS specifications, Line 2: Replace “Accommodates flask sizes’ 10ml to 2L “with “Required flow rate/output: 50L/hour’.
 

Section VI, Lot 1, page 2-25, Item 13

Under MILLIPORE WATER DISTILLER REVERSE OSMOSIS,

Additional Specifications

“Automatic descaling mechanism

Steam consumption = 102% under air pressure in the 0.1 0.25Mpa

The equivalent could directly use natural water/pip e-borne water

Snail style spiral pipe evaporation with outside cooling  pipe

Grounded heating element to prevent electrical shock

Automatic temperature controller

Maintains oven temperature up to 220°C C± 1°C

Automatically turns off power to oven if thermocouple fails or disconnects, CE complaint

Reservoir tank capacity of 20, 000L with metal base stand”.

 

Section VI, Lot 1, Page 2-25, Item 28 Replace “HARDNESS TESTER  – NEXUS 4500 SERIES/VICKERS” with “Hardness Tester”.
Section VI, Lot 1 pages 2- 25, Item 28 Under MILLIPORE WATER DISTILLER REVERSE OSMOSIS Additional Specifications: “with centtile vered indenter and Motorized automatic operation”.

 

Signed

Dr. A.S. Agbaji

Project Manager

For: Director- General/CEO

Science & Technology Education Post-Basic (Step-B) Project

National Research Institute for Chemical Technology (NARICT)

Kilometer 4, Old Kano Road, Basawa

P.M.B 1052, Zaria, Kaduna State

Tel:  +234-08037021156, +234-08037443817

Email: narictstepb09@gmail.com