Expression of Interest for Security Services at Federal Medical Centre, Gusau

Federal Medical Centre, Gusau

P. M. B. 1008, Sani Abacha Way,

Gusau,  Zamfara State.

Expression of Interest for Security Services

 

The Board of Management of the Federal Medical Centre, Gusau seeks to engage the services of Security Companies/Firms with relevant experience and good tract records in security services.

 

Such firms are to submit the underlisted documents with their letter of interest to be pre-qualified.

 

  1. Certificate of Registration with the Corporate Affairs Commission.
  2. Evidence of Tax Clearance for the last 3 years
  3. VAT Certificate
  4. Audited Accounts of Firms for the last 3 years
  5. List of key professionals with evidence of registration wun relevant professional bodies.
  6. Companies profile and address
  7. Evidence of similar services conducted by the Firm/Company,
  8. Evidence from Firm/Company’s bankers as to its financial strength, credit worthiness and solvency.
  9. Evidence of Registration with relevant security agencies,
  10. In compliance with Pension Reform Act 2004 for expression of interest, the Firm/Company should submit:

a)     Evidence of Employees Open Retirement Savings Account  (RSA) with Pension Fund Administration of their choice

b)    Evidence of remittance for both employer and employee Pension Contributions to the appropriate Pension Fund Custodian not later than  7days from the date of payment of salaries.

c)     Evidence of transfer of all pension funds and Assets to the commencement of the Pension Reform Act to Licenced Pension operators.

Other Relevant information:

  1. The Federal Medical Centre, Gusau reserves the right to reject any or all expressions of interest and to terminate the selection process at any time without liability whatsoever to the Centre,
  2. All documents should in a sealed envelop and addressed to:

The Medical Director,

Federal Medical Centre, Gusau,

Zamfara State.

The documents should be submitted not later than 12th August, 2011

 

Signed:

SANUSI SANI

Ag. Head of Administration

Supply and Provision of Goods and Services at Nigeria Security and Civil Defence Corps

Ministry of Interior

Nigeria Security and Civil Defence Corps

National Headquarters, Wuse District, Zone 5, Abuja

Invitation for Pre-Qualification/Tender

 

In compliance with the Procurement Implementation Guideline in Part V Section 19(A) of the Public Procurement Act, 2007, the Nigeria Security and Civil Defence Corps hereby invite reputable suppliers and service providers through their companies and other outfits to submit an eligibility indication of interest for the supply and provision of services in the following areas

 

 

 

 

A.      Purchase of Motor Vehcles

Lot 1:                   Hiaee Bus Ambulance

Lot 2:          4×4 Double Cabin 2 .7 Litre (Petrol Engine) Pick Up

 

B. Purchase of Office Furniture

Lot 1:          Settee Furniture

Lot 2:                   2.0 HP Split Air Conditioners

Lot 3:                   Office Furniture

Lot 4:                   Executive Chairs and Tables

Lot6:           Victory Shelves

 

 

C. Purchase of Operational and Surveillance Equipment

 

Lot 1:                   Anti-Riot Shield

Lot 2:                   Anti-Riot Mask

Lot 3:                   Electric Jack

Lot 4:                   Foreign Reflective Jackets

Lot 5:                   Audio Jammer Detector

Lot 6:                   Gilat’s customer Tailored VSAT Solution

Lot 7:                   Intercom Equipment  (Panasonic Products KSTDA 200)

Lot 8:                   Installation of 2 Pieces of Emmasat Communication Equipment

Lot 9:                   “808” Micro Digital Camera

Lot 10:        Tracking Machine

Lot 11:        Designing of Mould for Hologram Laminate

Lot 12:        Customised Hologram

Lot 13:        Encoding Software

Lot 14:        Compact Power Unit

Lot 15:        Hose Reels

Lot 16:        Rescue Cylinders

Lot 17:        Water Evacuating Machine

Lot 18:        Emergency Temporary/Mobile Shelters

Lot 19:        Tramigo T22 Portable Tracker

Lot 20:        DMR Recorder 16 Channels PR 930 Surveillance Camera

Lot 21:        Acquisition of VIGISCAN Surveillance Devices (Infrared Panoramic Surveillance System)

Lot 22:        Motor Cycles

Lot 23:        Walkie Talkie

Lot 24:        Double Cabin Pick Up Van

Lot 25:        Tape Recorder

D. Uniforms Other Clothing

Lot 1:                   Navy Blue Uniform

Lot 2:                   Grey Suit Material

Lot 3:                   Dark Blue Suit Material

Lot 4:                   Green Suit Material

Lot 5:                   Black Suit Material

Lot 6:                   Ox Blood Material

Lot 7:                   Lanyard

Lot 8:                   Belts

Lot 9:                   Berets

 

 

E. General Contract

Lot 1:                   Rain boot

Lot 2:                   Alarm Stun Gun

Lot 3:                   Hand Cuffs

Lot 4:                   Leg Cuffs

Lot 5           Bed with Mattresses (6 x 7) in 12”

Lot 6:                   Student Furniture (Table and Chair)

Lot 7:                   Student Double Bunk Bed and Mattresses

Lot 8:                   Office Table with Drawers and Office chairs

Lot 9:                   Fire Proof Cabinet Model GB 4 x 3

Lot 10:        HP Pavilion (Vista Premium) Model Laptop

Lot 11:        Laptop computer (Touch Padpen Laptop)

Lot 12:        Desktop Computer Set

Lot 13:        Census Spy Glasses

Lot 14:        Swimming Jackets

 

 

 

Pre-Qualification and Tender

It is expected that the potential contractors should be reputable and technically competent with verifiable track record of performance on similar supplies.

Consequently, interested contractors are invited to submit the following pre-qualification/tender documents,

  1. Evidence of registration with Corporate Affairs Commission (CAC)
  2. Current Tax Clearance Certificate for the last three (3) years
  3. Valued Added Tax (VAT) Registration Certificate
  4. Evidence of similar jobs handled in the fast three (3) years
  5. Evidence of Technical and Financial Capability
  6. Evidence of compliance with PENCOM
  7. Evidence of audited account for the past 3 years
  8. Any other document that will enhance the Company’s chance

Submission of Pre-Qualification and Tender Documents

Tenderers are required to submit separate sealed pre-qualification and financial bids. The pre-qualification documents should be neatly bound and submitted separately in a sealed envelope boldly marked at the top left hand corner “PRE-QUALIFICATION”, Financial Bid should also be neatly bound and submitted separately in another envelop, sealed and clearly, marked at the top left hand corner “Financial bids for……………..”The job for which the tender is submitted should be clearly indicated on the envelope (e.g. Financial Bids for supply of Belts).

Both the pre-qualification and tender documents should be addressed to The Commandant General of Nigeria Security and Civil Defence Corps, National Headquarters. Wuse Zone 5, Abuja and to deposit same in the Tenders Board Secretariat Nigeria Security & Civil Defence Corps, Zone 5, Abuja. All submissions close at 10,00am on 16th August, 2011, While the bids shall be opened at  1:00pm of same day at the same venue. Bidders or their representatives and NGOs are invited to witness the bids opening

 

N.B

Late submission will be rejected

This advertisement of “invitation to pre-qualification/Tender” shall not be construed as commitment on the part of the Corps to award any form of contract to a respondent or claim of any form of indemnity from the corps.

Tender s submission of companies not pre-qualified will not be opened

 

For further information contact the Secretariat of Civil Defence Tenders Board Office.

Signed

Director Procurement (NSCDC)

Expressions of Interest at Standards Organisation of Nigeria

Standards Organisation of Nigeria

 

Selection of consultant for the Architectural, Structural and Mechanical/Electrical Designs and drawings of a 4-story (including basement) Laboratory complex at Ogba, Lagos

 

Expressions of Interest

The Standards Organisation of Nigeria intends to engage the service of a reputable Consultants to prepare

  • Architectural Designs and drawings,
  • Structural Designs and Drawings,
  • Mechanical/Electrical Designs and Drawings and
  • Bill of quantities

Of A4-Story (Including Basement) Laboratory Complex at Obga, Lagos

Submission of Expression of Interest (EOIs)

Prospective Consultants should submit an Expression of Interest detailing the

Following minimum requirements as a basis for pre-qualification:

  • Profile of firm including ownership structure with full contact details,
  • Evidence of business registration in home country and evidence of tiling of Annual Returns,
  • Capability profile of the –firm
  • Copies of unabridged financial reports for the last 3 years.
  • Copy of the firm’s current Tax Clearance Certificate and Taxpayer Identification Number (TIN)
  • Evidence of VAT registration m& remittance,
  • Detail information on equipment/facilities of the firms/organization
  • Evidence of compliance with the Pension Act and
  • Description of experience working in Nigeria

 

 

Expression of Interest must be submitted in six (6) copies in a sealed envelope clearly marked “Expressions of Interest for selection of Consultants (Laboratory Complex)” including a CD-ROM Version

 

 

The expression of interests should be addressed and delivered on or before 17th August, 2011 at the address below:

Director General,

Standard Organisation of Nigeria (SON)

Corporate Headquarters,

No. 52, Lome Crescent,

Wuse Zone 7,

Abuja

Attention: Director (Testing Services)

Interested applicants may obtain further information at the address above from 8:00am to 4:00pm, Monday  to Friday (except public holidays) from:

Name: Eng. John Achukwu, Tel, 08023133

Email: achukwujohn@yahoo.com

 

OR

Name: B. Jatau, Tel. 08033481765

Email: barnabasjatau@yahoo.com

 

Only short-listed Consultants will be contacted

Expression of interest through email or fax will not be entertained.

 

Furthermore, submissions shall not be construed to be a commitment the part of the Agency to select any consultant nor shall it entitle any individual/firm submitting Expression of interest to claim any indemnity from the organization

 

Signed

Management

 

Invitation for Pre-Qualification for Tender for 2011 Goods, Works and Services at Raw Materials Research and Development Council (RMRDC)

Raw Materials Research and Development Council

Federal Ministry of Science and Technology

 

Plot 17Aguiyi-lronssi Street Maitama District

P.M.B. 232. Garki, Abuja

E-mail: ceo@rmrdc.gov.ng

Website: www.rmrdc.gov.ng

TEL: 234-9-4137420

234-9-4136035

234-9-4137416

FAX: 234-9-4136034

 

Invitation for Pre-Qualification for Tender for 2011 Goods, Works and Services

 

 

A.         Preamble

The Raw Materials Research and Development Council (RMRDC) is a Parastatal under the aegis of Federal Ministry of Science and Technology. The Council is charged with the responsibility of promoting Research & Development, as well as investment in local sourcing of Industrial Raw Materials. Council programmes cover Raw Materials for all industrial Sectors including:

 

  1. Food, Beverages and Tobacco
  2. Wood and Wood Products
  3. Pulp, Paper and Paper Products, Printing and Publishing
  4. Textile, Wearing Apparel, Leather and Leather Products
  5. Domestic and Industrial Plastic, Rubber and Foam
  6. Chemicals and Pharmaceuticals
  7. Base Metals. Iron and Steel
  8. Non-Metallic Minerals
  9. Motor Vehicle and Miscellaneous
  10. Electrical and Electronics
  11. New and Advanced Materials

 

 

 

B.         Areas for Pre-Qualification

The RMRDC invites competent Contractors, Consultants, R&D Resource Persons and Researchers for various projects, works and services, which are listed hereunder.

 

 

Lot 1: Consultants, Resource Persons and Researchers

  1. Research and Development Programmes and Projects (Research Proposals in all areas of Raw Materials Development, Consult RMRDC Prospectus for Programmes and Projects or RMRDC Website: www.rmrdc.gove.ng
  2. Research Surveys
  3. Research Evaluation and Monitoring
  4. Assessment of R&D Proposals and Analysis of Reports
  5. Participation in various Technical Committees
  6. Development of Resource Materials (Books, Technical Reports, Monographs, etc),
  7. Raw Materials information System
  8. Upgrading of Raw Materials Display Centre in the States
  9. Staff Training and Development
  10. Publicity and Documentaries
  11. Entrepreneurship (Skill Acquisition in Raw Materials Processing),

 

 

Lot2; Raw Material Processing Clusters

The Council intends to support existing Raw Materials Processing

Clusters and promote establishment of new ones based on R&D results.

This will be executed under PPP arrangement.   Partners are invited including State Governments and their Agencies, Local Governments, Cooperatives Societies, NGO’s, Entrepreneurs, Higher Institutions, Industrialists,   Organized   Private Sector (MAN,   NASSI,   NASME, Financial Institutions including Microfinance Banks etc.) Only letters of intent are required at this stage,

 

 

Lot3: Supply of Project and Utility Vehicles

  1. Saloon Cars
  2. Pickup Vans

 

 

Lot 4: Supply and Installation of Printing Equipments

Lot 5: Supply of Sporting Equipment

Lot 6: Supply of Library Books, Journals, Periodicals, Library Accessories

Lot 7: Construction   of   Raw   Materials   Resource Testing and Analysis Centre

Lot 8: Construction of Phase II- Headquarter Office Complex

C,      Pre-Qualification Requirements

 

Interested Consultants,   Resource   Persons and  Contractors are required to submit the following Documents:-

  1. Certificate of Incorporation with Corporate Affairs Commission.
  2. Value Added Tax (VAT) Registration Certificate,
  3. Tax Clearance Certificate for the last Three (3) years.
  4. Evidence of Financial Capability from a reputable Bank.
  5. Company’s Audited Account for the last Three (3) years (2008,  2009, 2010),
  6. A detailed Company Profile showing list of Professional Staff and their experience.
  7. Evidence of Previous Jobs and experience in the area of Pre- Qualification.
  8. For Resource Persons and Researchers, only a Detailed CV and proposals are required.

 

D.      Submission Of Pre-Qualification Documents

All the documents must be in a sealed envelope marked “2011″ Pre-Qualification and the Lot Number written on the top left side of the envelope and addressed to:

The Secretary,

Procurement Planning Committee,

Raw Materials Research and Development Council,

17, Aguiyi Ironsi Street, Maitama,

P.M.B.232,Garki Abuja.

To reach him on or before 29th July, 2011 .The bids will be opened same day at 12 noon at the Council’s Committee Room.

 

 

NOTE;

“This PRE-Qualification to Tender” shall not be construed to be a commitment, on the part of Raw Materials Research and Development Council Abuja, It shall not entitle such Person to make any claims whatsoever or seek for any remedy /indemnity from Raw Materials Research and Development Council, by virtue of such person having responded to this advert.

Late submission will not be accepted. However, proposals for Research and Partnerships for Raw Materials Clusters can be submitted anytime. Research Proposals can also be sent by e-mail to ceo@rmrdc.gov.ng
Submission should be very clear on the area of specialization and LOT(S) of interest.

 

Signed:

Secretary

Procurement Planning Committee

Provision of Cement Pumping Unit and Casing/Liner Cementing and Engineering Services at Pan Ocean Oil Corporation Nigeria

SPAN Ocean Oil Corporation

Operator of the NNPC/PAN Ocean Joint Venture

Tender Opportunity: Provision of Cement Pumping Unit and Casing/Liner Cementing and Engineering Services

1.    Introduction

Pan Ocean Oil Corporation Nigeria, Operator of NNPC/Pan Ocean Joint Venture in OML-98, located onshore in Edo and Delta states, requires the services of competent and qualified contractor with suitable equipment and relevant experience for the provision of Cement Pumping Units and Cementing and Engineering Services.

 

Scope of work

Contractor shall have relevant cement slurries preparation equipment such as Cement Pumping Unit, Batch Cement Mixer, Bulk Cement Handling Equipment., etc capable of adequately cementing Casings/Liners sizes from 4.5″ to 20″.

Contractor shall have the capacity of ca.rryi.ng out various types of cement jobs, viz Primary/Secondary cementing. Squeeze Cementing, Top Jobs, Setting of Cement Plugs with slurry weights range of 10.5 – 17,2 ppg and Reservoir pressures from 3500psi – 6000 psi. Mud weight

ranges from 8.6 ppg to 14.2 ppg. Water Based and SOBM. Mud types.

Contractor shall also have facilities of Laboratory Testing of Cement Slurry and Water Sample and also capable of designing and developing cementing programme for all types of cement jobs.

Contractor shall in addition provide pumping facilities to perform primary, secondary and remedial cement jobs, carry out pressure testing of BOPs, choke manifold, kill lines, wellhead valves, Leak-off/integrity tests, casing/tubing tests and circulation during well control operation. Test pressure  ranges from 1 000 – 6000 psi.

Contractor shall have adequate personnel with, adequate experience/capacity to handle the  cementing and pumping equipments mentioned above and should be able to fix minor problems  when they occur at all times.

 

2. Well Tracjectories

The wells in the OML 98 are mainly straight and deviated trajectories with deviation angles ranging from 0 -48 degrees  20″ Conductor Pilling at +/-250′ Refusal depth; 16″/13 3/8″ Surface hole size/casing sizes with setting depth at 5000 – 6000’, 12 ¼ Intermediate/Production hole size/9 5/8″ casing with setting depth. 9000′ – 10000′, 8 1/2 Production Hole/7″ Liner setting depths of 13000 -14500′, 6″ Production Hole/5″ or 4 ½ Liner with settings depths of 13,000 -14500′.

 

3.       Mandatory Requirements

1.       To be eligible for this tender exercise, interested bidders are required to be prequalified in the Cementing Equipment & Line Hanger systems 1.01.05 category in the NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this NJQS category will receive Invitation to Technical Tender (ITT).

2.       To determine if you are prequalified and view the product/service category you are listed for: 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 click supplier product group.

 

3.       If you are not listed in this product category and you are registered with DPR to do business, contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi, and .Lagos with your DPR certificate as evidence for necessary update

 

4.       To initiate the JQS pre-qualification process, access www.nipexng.com to down

load an application form, make necessary payments, and contact the NipeX office for further action.

 

5.       To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX  system

 

Nigerian Content Development Strategy

In consonance with Nigerian Oil & Gas Industry Content Development Act, Pan Ocean Corporation Nigeria is committed to providing opportunities for indigenous Nigerian capacity development and utilization in pursuant of the aforementioned, the prospective bidders must therefore, comply with the following criteria:

  • Demonstrate that the entity is a wholly owned Nigerian company, or in genuine partnership with foreign companies, and that the company is not a commissioned  agent
  • Provide a verifiable local involvement plan through employment and sub-contracting plans for Nigerians.
  • Submit an organizational structure to substantiate the information and address of location,
  • Provide information of in-country facilities
  • Explain further innovative proposals that would enhance and sustain Nigeria Content on this  project.
  • Provide what other information, innovative or plans you have that will increase Nigerian content  development in the  contract.
  • The  successful contractor  will adjudged on its commitment  to comply with the  Nigerian Local Content requirements within optimal and practical use of Nigerian resources on the  project.
  • Demonstrate that all quantities of line-pipes would be  procured  from pipemill(s) in Nigeria as  required under the Nigerian Oil & Gas Industry Content Development Act.

 

4.       Close Date

This tender opportunity is open for 3 weeks (15) working days and shall close to interested bidders by 1200hrs on Tuesday, 26th July, 2011.

Only Tenderers who are registered with NJQS Product/Category as at 26th July, 2011  being the advert close date shall be invited to submit Technical Bids.

 

5.       Additional Information

A.      Interested contractors must be prequalified for this product/service category in

NJQS

B.      Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS

C.      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of Pan Ocean to award a contract to any supplier and/or associated companies, sub-contractors or agents

D.      This advertisement shall riot entitle prequalified companies to make any claims whatsoever and/or seek (my indemnity from Pan Ocean and/or its partners by virtue of such having been pre-qualified in NJQS E.

E.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall become solely by suppliers

F.      Pan Ocean shall communicate only with the authorized/responsible personnel of

companies and not through unauthorized individuals or agents.

Note: Please visit the NipeX Portal at www.nipexng.com for this advert and other information.