Invitation for Pre-Qualification at Federal Medical Centre, Katsina

Federal Medical Centre, Katsina

Murtala Mohammed Way

P.M.B 2121

Katsina

Invitation for Pre-Qualification

The Federal Medical Centre wishes to bring to the notice of interested, competent   reputable contractors/suppliers that the centre would carry out procurement of the

under listed goods and works under its year 2011 capital projects.

 

a.       Supply and Installation of Medical Equipment

b.       Construction Works

c.       Supply of Hospital Furniture

d.       Road Construction.

 

2.       Pre-qualification Requirements

i).      Certificate of Incorporation/Business registration

ii)      Current Tax Clearance Certificate for the last three (3) years

iii).    Value Added Tax Registration Certificate

iv)     Verifiable evidence of previous experience  in area of interest

v)      Company profile

vi)     Evidence of Registration with Centre

vii)    Evidence of Financial Capability

 

3.       Submission of Documents

All Contractors/Suppliers are expected to submit relevant documents on or before 1st August, 2011 and clearly indicate area of interest with a non refundable fee of N20, 000.00 to:-

 

The Medical Director

Federal Medical Centre

Murtala Mohammed Way

P.M.B 2121

Katsina

Katsina State.

 

Note

This pre-qualification invitation shall not be construed to be a commitment on the part of Federal Medical Centre Katsina nor shall it entitle any company to make any claim whatsoever and or seek any indemnity from the Centre by virtue of such Company having responded to the advert. The Centre is not under any obligation to include your company on its list of contractors.

 

Signed

Medical Director.

 

 

 

Provision of Engineering Services for Various MPN Projects at Mobil Producing Nigeria Unlimited

 

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

 

Tender Opportunity:

Provision of Engineering Services for Various MPN Projects

1.  Introduction:

Mobil Producing Nigeria Unlimited (MPN), Operator of NNPC/MPN Joint Venture, plans to engage the services of competent and qualified engineering firms to provide engineering services on a call-off basis to support various MPN projects. Required engineering services may consist of Conceptual, Preliminary, Detailed and Project Support Engineering. Anticipated contract term shall be four (4) years with a one (1) year optional renewal period.

 

2.   Scope of Work:

Engineering services are to be provided for MPN’s offshore and onshore facilities. Those services comprise of Concept. Preliminary, Detailed, Project Engineering Support, Procurement Technical Support and Construction/installation Support, and may include but not limited to the following disciplines:

 

 

  • Process Engineering
  • Mechanical Engineering
  • Civil/Structural Engineering
  • Instrumentation/Controls/Electrical Engineering
  • Pipeline Engineering
  • Subsea Engineering
  • Materials and Corrosion Engineering

3.       Mandatory Requirements

A.      To be eligible for this tender exercise, interested contractors are required to be prequalified in the Engineering Services Category Service Codes: 3.01.01 – Project Administration Services; 3.01.02 – Steel / Construction/ Architectural Services; 3.01.03 – Process / Utilities / Piping / HVAC Services; 3.01.04 – Equipment / Mechanical Services; 3.01.05 – Electro/ Control/ Instrumentation Services, 3.01.06 – Pipelines Services. 3.01.07 – Subsea / Diving / ROV Technology Services; 3.01.09 – Civil Engineering/ Concrete Structures Services, 3.01.13 – Material Technology / Anti -Corrosion/ Surface Protection Services; 3.01.14 – Marine Technology / Hydro /Aerodynamics Services; 3.01.17- Construction Management and Supervision Services; 3.01.99 – Other Engineering Services) in Nipex Joint   Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive invitation to Technical Tender (ITT).

 

B.      To determine if you are prequalified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log-in details, dick on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

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

 

D.      To initiate the JQS prequalification process, access www.nipexng.com to download an application form, make necessary payments and contact Nipex Office for further action.

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

 

4.       Nigerian Content:

Nigerian Content (NC) in the upstream sector of the Nigerian oil and gas industry is defined as:

“the quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capability deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”

 

The Federal Government of Nigeria (FGN) in line with its vision for Nigerian Content (NC) development has enacted the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act).

 

NNPC/MPN JV requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the Nigerian Content Development Monitoring Board.

 

Bidders shall consider Nigerian content as an important element or their overall project development and management philosophy for project execution.

 

To be pre-qualified, bidders will be expected to provide the following details at this prequalification stage:

i.        NC Plan that addresses utilization of Nigerian Labor. Services, Materials and Equipment for this service.

ii.       A detailed description of your company’s committed infrastructure in Nigeria (addresses of engineering offices, list of equipment and engineering software packages, etc).

iii.      Details of your company’s Ownership Structure. Attach copies of CAC  forms (CO2 and CO7).

iv.      Training and certification program you have in place for your Nigerian personnel including list of relevant training attended by indigenous staff in the last 3 years

 

v.       The percentage of key Management positions (line managers) that held by Nigerians. Also provide percentage of total Company workforce and staff (direct and in-direct employees) that are Nigerians.

 

In line with the NOGICD Act, Bidders will also be required to submit as part of its technical submission a Nigerian Content Plan demonstrating compliance with the NC requirements in the Act.

 

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

 

5.       Close Date:

Only tenderers who are registered with the relevant NJQS Product Categories by 1600 hours of Friday, July 22nd 2011 being the advert close date shall be invited to submit technical bid.

6.       Additional Information

A.      Interested suppliers 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 MPN to award a contract to any supplier and/or associated companies, sub -contractors or agents.

D.      This advertisement shall not entitle prequalified companies to any claims whatsoever, and/or seek any indemnity from MPN and/or its partners by virtue of such companies having been prequalified in NJQS.

E.      All costs incurred in. registering and prequalifying for this and other product/service categories in NJQS shall be borne -suppliers.

F.      MPN shall communicate only with the authorized/responsible personnel of prequalified companies a individuals or agents.

 

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

 

Mobil House, Lekki Expressway, Victoria Island, P.M.B 12054, Lagos

Invitation for Pre-Qualification to Tender Under ETF 2009/2010 Merged Intervention Project at Jigawa State College of Agriculture

 

Jigawa State College of Agriculture

P.M.B. 013, Hadej1a Jigawa State

Invitation for Pre-Qualification to Tender Under ETF 2009/2010 Merged Intervention Project

A.     Introduction

The College wishes to invite reputable but, interested contractors to apply for pre-qualification to tender for the following projects to be financed through the normal intervention for the 2009/2010

 

B.      Description of Works:

The works include:

i.        Procurement of practical materials for ND Programme in Agricultural Technology ETF Project No. JSCOA/Hadejia/09-10/01

ii.       Procurement of practical materials for ND Programme in Animal Health and Production ETF Project No, JSCOA/Hadejia/09-10/02

iii.     Procurement of practical materials for ND Programme in Fisheries Technology ETF Project No. JSCOA/Hadejia/09-10/03

iv.     Procurement of practical material for ND Programme in Forestry Technology ETF Project No. JSCOA/Hadejia/09-10/04

v        Procurement of practical materials; for foundation courses on General Studies ETF Project No. JSCOA/Hadejia/09- 10/05

vi.     Procurement of practical materials for metal and wood work workshop ETF Project No. JSCOA/Hadejia/09-10/06

C.      Qualification Criteria

Applicant must satisfy the following criteria to pre-qualify to tender

i)       Evidence of certificate of incorporation /business name registration

ii)      Three (3) years TAX clearance certificate (most recent)

iii)     Evidence of financial capability backed by a reputable bank

iv)     Variable evidence on similar job(s) done in the last three years.

v)      Company profile with names of technical and administrative staff with their qualifications

 

D.      Submission of Documents

Pre-Qualification documents should be forwarded to the under signed, in sealed envelope marked “PRE QUALIFICATION TO TENDER UNDER 2009/2010   (MERGED) FTF INTERVENTION PROJECTS”.

 

It ought to reach the College on or before 18th July 2011, and that documents will be opened on Tuesday 19th July 2011, by 11:00am after which successful bidder(s) will be communicate accordingly.

 

Please Note That:

i)       The College is neither committed not obliged to include any nor award contract to any contractor irrespective of pre-qualification documents submitted.

ii)      The College reserves the right to reject any or all pre-qualification documents submitted.

iii)     The College does not enter in to correspondence with any contractor on why he was pre-qualified

iv)     This advertisement to pre-qualification exercise should not be misconstrued as commitment on the part of the College nor entitled any contractor to make any claim what so ever and seek indemnity from the College.

v)      And therefore full tendering procedures will be applied to tenders that are found qualified capable to execute the projects.

 

Signed

Auwalu U/Madori

Ag. Registrar

Execution of Projects at Borno State Government

Borno State Government

Marte Local Government

Invitation for Prequalification and Tendering Of Contractors for Capital Projects

Marte Local Government in its bid to execute projects that have direct bearing on the lives of the people is inviting contractors to submit tenders for the execution of the following projects:

  1. Drilling of one Bore Hole
  2. Sinking of 10 cement Wells
  3. Drilling of 15 wash Bore Hole with Pumps
  4. Construction of one Health Clinic
  5. Construction of two Blocks of Class Rooms, Offices and Stores
  6. Repairs of Broken Dawn Bore Holes at Marte Dispensary, Garadai, Kulu, Ngubdori, Gumaa Kura, Deshari, Ala Village, Musune, and Bulawu.

 

Interested contractors are expected to submit tender documents along with the folio wings:

  1. Evidence   of registration   with   the corporate affairs commission
  2. Evidence  of tax clearance for the last three years
  3. Company profile  including details of technical manpower
  4. Evidence of execution of similar projects experienced.

 

 

Submission

All   documents of tender in a sealed envelope clearly marked with the title of the project of interest should be sent to the office of the executive chairman not later than 19th July, 201. With no refundable fee of N5, 000.00

 

Signed:

Hon. Alhaji Abba Mamman Lawn

Caretaker Chairman, Marte local

Government Council

Invitation to Tender for the Execution of Year 2011 Capital and ETF 2009 Roll-Over Projects at Headquarters Nigerian Army

Headquarters Nigerian Army

Ministry of Defence

Area 7, Garki Abuja

Invitation to Tender for the Execution of Year 2011 Capital and ETF 2009 Roll-Over Projects for The Nigerian Army

A.      Preamble

In partial fulfillment of requirements of the Public Procurement Act 2007 in the procurements of goods and services by Federal Government Ministries, Departments and Agencies, the Nigerian Army wishes to undertake the execution of the under-listed projects under the Year 2011 Capital Appropriation ending December 2011. To this end,  competent contractors/vendors are invited to submit both technical and financial bids in line with the defined scope and technical specifications for the projects:

 

1.       Procurement of Internal Security Vehicles for the Nigerian Army

Procurement of customized Fire Fighting Security Vehicles for the Nigerian Army. This shall be by Selective Tendering.

 

2.       Procurement of Tyres. Batteries & Service Parts for B Vehicle

Supply of tyres, batteries & other spare parts for B-Vehicles for the Nigerian Army. This shall be by Open Tendering.

 

3.  Supply of Uniforms and other Military Kits: This shall be by Selective Tendering.

 

4.       Procurement of Airborne Training Parachutes for the Nigerian Army. Procurement of Airborne Training parachutes for the  Nigerian Army School of Infant, Jaji. This shall be selective tendering.

 

5.       Procurement of Counter Terrorist and Counter Insurgency Training Equipment and Kitting. This shall be by selective  Tendering.

 

6.       Procurement of Explosive Ordnance Disposal (EOD) Vehicles and Engineer and Electrical Mechanical Engineer (EME) Tools. This shall be by selective Tendering.

 

7.       Procurement of Engineering Water Treatment Equipment

The procurement of Engineer Water Treatment Equipment for the Nigerian Army Engineers. This shall be by Open Tendering.

 

8.       procurement of Charlie Horse Mobile Healthcare Delivery System. This shall be by Selective Tendering.

 

Qualification Requirement

Tenders should indicate dearly the area of interest and locations on the Technical   and   Financial   Bid submissions and also Include;

(a)     Company 3 years audited account report,

(b)     Certificate of Incorporation with CAC

(c)      Tax clearance for the last three-years,

(d)     VAT Certificate/Evidence of Remittances

(e)      Verifiable  evidence of execution of similar Projects in the past to include the contract sums, Including copies of letters of award and completion certificate and  other works experience.

(f)      Evidence of financial capacity from a reputable Bank.

 

D.      Verification of Claims in Qualification Documents

The Nigeria Army reserves the right to verify the authenticity of claims made in the tender documents submitted and to take action as to whether to accept or reject the bids.

 

E.      Collection and Return Tender Documents

Tender documents are to be collected from the Assistant Director Army Tenders   Board,  Army Headquarters on payment of the non-refundable tender fees of Fifteen Thousand Naira Only (N15,000.00)  for all Categories of projects, Collection of tender requirements commences on Friday 1st July 2011. Submission of bids (the completed tender documents) should be in 2 separate envelops, sealed and dearly marked as Technical or Financial indicating the project bid for and the location. This is to be deposited in the Tenders Box located in the Assistant Director, Army Tenders Board’s office at the Department of Logistics, Army Headquarters, Ministry of Defence, Area 7, Garki Abuja, on or before Friday 22nd July, 2011.

 

F.      Public Opening of Bids

The Nigerian Army Procurement banning Committee will analyze and pre-qualify all the Technical Bids submitted by 12.00 noon on Monday 25 July 2011. Thereafter,   successful   Contractors   or   their representatives shortlisted from the Technical Bid Evaluation shall be invited to witness the public opening of the Financial Bids on Thursday 28 July 2011 at Army Headquarters Restaurant, Area 7 Garki, Abuja.

 

Nothing   in   this   advertisement   shall   imply commitment on the part of the Nigerian Army to undertake the project, reply any company not found suitable or entitle any bidder to make any claim(s)   whatsoever   in   respect of any expenses(s)   incurred   in   preparation   for qualification.  Late   submission  will  not  be considered. The decision of the Nigerian Army Planning Committee is final.

 

Signed

Chief of Logistics (Army)

Army Headquarters