Invitation for Technical and Financial Tender for the Printing of Revised Standard Bidding Documents and other BPP Handbooks and Pamphlets at Bureau of Public Procurement (BPP)

 

The Presidency

Bureau of Public Procurement

Invitation for Technical and Financial Tender for the Printing of Revised Standard Bidding Documents and other BPP Handbooks and Pamphlets

 

Bureau of Public Procurement – Economic Reform and Governance Project (ERGP) Public Sector

Consulting services

Credit No. CR. IDA 40110-UNI

Project ID No: PC) 88150

 

The Federal government of Nigeria has received credit from the World Bank towards the Economic Reform and Governance Project (ERGP) and intends to apply a portion of the loan for eligible payments under the contract for the Printing of Revised Standard Bidding Documents and other Handbooks and Pamphlets for the Bureau of Public Procurement (BPP).

 

The BPP therefore invites contractors and/or Printing firms to submit Technical and Financial Bids for the Printing of 120.000 x copies of Revised Standard Bidding Documents with the following Specification:

 

Cover:                  200gsm Art Card/Glazy Full Processed Colour (Gloss Laminated)

Inside:                   80gsm Bond Paper (Black and White)

Finishing:             Perfect Binding, Offset Printing; Cover- Process Colour, Inner-Black Colour

Size:                      A4

No. of Pages:        100 (inclusive of cover)

Total Quantity:    120,000 copies

 

Technical Prequalification and Financial Bids Evaluation shall be conducted in accordance with the procedures as specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA credits, (current edition)

 

Qualification Requirements

Interested eligible bidders MUST provide information showing that they are qualified to perform the services (brochures and description of similar assignments, experience in similar conditions etc.) to include:

i)     List of similar printing works carried out in the last 5 years with evidence of at Least N25m worth of jobs in the last one and half years including Award Letters and Certificate of Satisfactory Completion.

ii)    Financial Capability: Submit 3 years Audited Accounts showing Annual Turnover of not less than N50 million; Certified Bank Statement for the last six (6) months

iii)   Evidence of Current 3 x Years Tax Clearance Certificate corresponding with declared Turnover

iv)   List of relevant printing equipment and evidence of availability for the required works.

v)    Evidence of CAC Registration

vi)  Evidence of Pension Compliance Letter from National Pension Commission

Payment Terms

Payment will be made in two Milestones of 50% each. Advance Payment shall NOT be paid.

 

All documents submitted by Bidders will be subject to Due Diligence checks in accordance with the Public Procurement Act, 2007

 

Technical and Financial Bids must be submitted in two separate, clearly marked envelopes and delivered to the address below by 12.00 noon on or before Friday 22nd July 2011. Late applications will be rejected.

Bureau of Public Procurement

Attn: Engr. Nasir Bello. (Project Procurement Officer)

Programme Manager, BPP-ERGP Team, Bureau of Public Procurement (BPP), II, Suleiman Barau Street, State House, Abuja

 

Three copies of Technical and Financial Bid Documents must be packaged in two separate scaled envelopes clearly market “TECHNICAL and FINANCIAL BIDs FOR THE PRINTING OF STANDARD BIDDING DOCUMENTS” and left in the appropriate Tender Box at the above address

All BIDS will be opened immediately after the deadline in the Bureau’s conference room in the presence of bidders in attendance

 

All enquiries to info@bpp.gov,ng or call: 09-6252380, 6252377

Visit: www.bpp.gov,ng

Bureau of Public Procurement (BPP),

II, Suleiman Barau Crescent,

State House, Abuja.

 

 

Invitation for Pre-Qualification to Tender for Rock Blasting at Man Associates Ltd.

Invitation for Pre-Qualification to Tender for Rock Blasting

Preamble:

Applications are hereby invited for Pre-qualification to tender for Rock Blasting in an Estate Land (ROCKVILLE GARDENS), located at Guzape/Apo District of FCT.

 

Qualification Criteria:

The invitation to submit relevant technical proposal is based on meeting prescribed criteria regarding a company’s experience, personnel, equipment capabilities, compliance with the regulations of appropriate authorities/agencies and financial position. All technical bids should be accompanied with photocopies of the following:

a)    Evidence of Registration with the Corporate Affairs Commission (CAC).

b)    Tax Clearance Certificate for the past 3 years.

c)    Evidence of VAT Registration and Remittance in the last 3 years.

d)    Audited Account for the past3 years.

e)    Company Profile including Curriculum Vitae of key Personnel.

f)     Evidence of ownership of equipment and or Lease from the concerned company.

g)    Evidence of executing similar works in the past 3 years,

h)    Evidence of compliance with Pension Reform Act 2004.

i)     Proof of company being licensed by the Federal Ministry of Mines and other statutory authorities/agencies to carry out Rock Blasting,

j)     Evidence of compliance with safety regulations in Nigeria.

k)    Evidence of financial capability/letter from banker

I)     Evidence of payment of Non-refundable N100,000:00

Bank Draft made in the name of BAUHAUS INTERNATIONAL LIMITED.

 

Submission of Pre-Qualification Documents:

All documents should be submitted on or before 6th July 2011 by (12 Noon) and should be addressed to:

 

The managing director,

Man Associates,

Suite 19 Jinifa Plaza,

Plot 1014, Samuel Ademulegun/Buhari Way,

Central Business District,

Abuja.

E-mail: manconsults@yahoo.com

Pre-Qualification of Contractors at Brass LNG Limited

BRASS LNG LIMITED

NNPC/ CONOCOPHILLIPS / ENI /TOTAL

INVITATION FOR PRE QUALIFICATION-  (ES/NCDMB/CERT BRASSLNG-ADVERT/26/05/11000-MD/DYN AMICS)

 

Introduction

Brass LNG Limited intends to award a Contract for the provision and implementation of Microsoft Dynamics AX as the Company’s principle information system for financial, procurement and human resources management. The implementation work will be

carried out in the Brass LNG Head Office on Vitoria Island, Lagos Nigeria

 

Brass LNG therefore invites only interested suitable, reputable, qualified and experienced Microsoft Dynamics AX Certified Partners, having proven experience and resources  in performing complete systems installations and executing services of this nature and size within Nigeria with adequate resources in terms of manpower expertise and finance to submit proposals for the pre-qualification of Contractors to tender for the following brief and indicative Scope of Work.

 

Scope of Work

The scope of work that is hereby presented in this advertisement and that will be subsequently awarded by Brass LNG is for the provision and implementation of Microsoft Dynamics AX as the Company’s principal information system for Finance, Procurement and Human Resources. The successful contractor will provide the personnel required to perform the work at the company Head Office, respecting normal office hours; Brass LNG will make no provision for transport or accommodation of such personnel. The works to be performed are summarized below as a premise for this advertisement but shall be defined in detail in the scope of work to be presented in the invitation to ten­der document  that will be issued to qualified bidders after this prequalification  exercise. Below is a summary of the works to be performed.

 

1.       Project Planning and Quality Management ,

2.       Verification of server hardware

3.       Software installation

4.       Validation and documentation of previously identified business processes

5.       Definition of functionality to be configured in AX, -in Microsoft SharePoint and in Microsoft SQL Server Reporting Services and Analysis Services

6.       Configuration, implementation and testing ct the system

7.       User training

8.       Data cleaning and migration from existing systems

9.       Pre- and post-go-live support

10.     On-going business support,

 

Licensing, Permits and HSE

Contractor shall have the necessary permits, licences, and accreditations to perform the Work in Nigeria Contractor shall provide an appropriately qualified project manager to super­vise the work.

 

The Contractor shall be responsible for applying, obtaining maintaining all required licensing, registrations  and permits that may be required under the prevailing laws of

Nigeria for the performance of these services. Contractor shall comply with all applicable health, safety and environmental laws and will be solely responsible  for initiating, maintaining and supervising  all HSE precautions  and programs  in line  with the Company HSE Policy.

 

Pre-Qualification Requirements

To pre-qualify it is mandatory that interested Contractors, Consortia & Subsidiaries must provide the following required information and supporting documents for itself, its affiliates, partners, holding company and any sub-contractors in the manner and sequence listed below.

 

Failure to provide any of the requested information will disqualify  the applicant

 

1.       Company Profile

Ownership, Form, Structure-sole contractor/consortium/with Parent company as subsidiary/ partners, affiliates, giving name and details. Organization structure, charts, with list of key management & technical personnel, giving names, posi­tion, qualifications, experience, age, role, nationality with CVs for Contractor and each participating member, parent holding, partners, affiliates, etc. If not a sole contractor then provide structure, charts, list of key management & technical person­nel, giving names, position, experience, qualifications, age, responsibility with CVs required for the management of the consortium / JV / partnership, etc. Contact person name, posi­tion & contact details. Signed Agreement/ MOU between the members specifying management structure and work respon­sibility. Any literature, brochures, etc.

 

2.       Certificates and Registrations

Current copies of Certificate of Incorporation Registration in Nigeria Department of Petroleum Resources (DPR) Permit Pay As You Earn (PAYE) Value Added Tax (VAT)* Business Permit and Income Tax Clearance (ITC) Certificate* for last three (3) years. ISO Certification. Memorandum and Articles of Association.

 

3.       Accounts and Insurance Records

Audited accounts and balance sheets for test, three (3) years, Financial ratios to assess liquidity profitability; e.g. current, asset turnover debt/equity, turnover, etc, Fixed assets certi­fied list & values, Bankers in Nigeria and Overseas, Bank -reference letters giving limits, and Insurance Policies- list giving type, coverage,  term & premium.

 

4.       Resources

List with evidence of Contractor’s owned resources covering Manpower (permanent contract staff) list giving name, posi­tion, qualifications, age, experience, scope of work, and nationality.

 

5.       Past  Work Experience

List  with evidence of Contractors and any sub-contractors’ past similar work experience on projects and service con­tracts during the last four (4) years in Nigeria and Overseas giving brief scope of work, Client name, work site, contract award value, contract duration, final contract value, actual completion date and duration, Project Manager’s name, and client contract details.

 

In the above project list, indicate where a third party contrac­tor or sub-contractor was specifically involved and provide details of the requirements that were delivered by using their skills

 

6.       Current Workload

List with evidence of Contractor/Consortium ongoing and future projects (2011-2012) in Nigeria and Overseas giving brief scope of work, client name , work site, contract award value, contract duration, percentage completion supported by milestone completion certificates, Project Manager’s name and contact details.

 

Graphical presentation showing  availability of equipment, finance and manpower, for executing this work during 2011 and 2012.

 

Procurement

Procurement Policy & Procedures,

Plan  & Organization structure used in a major Services. Contract of a similar scope.

 

8.       Health, Safety and Environment

Standard written Policy and Program, Track record – fatali­ties, lost workdays, etc. & experience for the last. {3) years.

 

9.       QA/QC

Policies, Standards & Program used for subcontractors and Services in major Services Contract of a similar scope.

 

10.     Planning, Cost & Doc. Control

Standard Policies and Procedures for project, cost and docu­mentation control used in a major Services Contract of a similar scope.

 

11.     Community Relations

Not applicable for the current work.

 

12.     Nigerian Content

Fully compliant with the Nigerian Oil and Gas Industry Content Development Act of April 2010, Brass LNG Ltd is committed to providing maximum opportunities for Nigerian capacity utilization and development of in-country expertise.

 

Therefore, Brass LNG expects Contractors and Consortia to fully comply with the Nigerian Government Act on Nigerian Content supporting activities and periodic reporting require­ments assigned to Project promoter, Contractor shall provide a plan and strategy showing commitment to meeting the Nigerian Content targets and how the Contractor intends to perform the work consistent with the Nigerian Government Act.

 

All Microsoft Dynamics AX potential bidders must indicate their partners /affiliates and provide evidence of their readi­ness to fully comply with the Government’s directives on Nigerian Content. They must also be ready to demonstrate how they intend to perform the work with substantive Nigerian content as required by the above stated Law.

 

Contactor and consortia that are structured simply as  agencies or representatives will be excluded.

 

Responses must include the following;

List of works sub-contracted to Nigerian contractors and suppliers, in the last three (3) years for similar Services Contracts giving  name of subcontractor/supplier, LGA, work site location, client’s name, contract description, contract value, brief scope of work, duration, and per­centage of total contract value.

 

Nigerian manpower hired giving number, and value during the contract period in the similar Services Contract.

 

13.     Any additional Information that will enhance Contractor’s / ‘Consortium’s prospect for pre-qualifications.

 

In case of a Consortium, the above requirements are to be furnished for each and every member demonstrating joint and-several liabilities to perform.

 

Failure to provide any of the requested information and  documents will disqualify the applicant. Please note that contractors/consortia will be evaluated for the completeness and quality of the information presented with supporting documents, demonstrating their technical, financial and managerial capabilities in executing entire and not part of the scope of work.

 

Pre-qualification proposals should be submitted in three (3) sets of hard copy plus two (2) sets of CD-Rom. Each set must be properly indexed, separated and arranged ito the 13 sections, in the serial order as indicated above & submitted in a sealed envelop printed to show the following:

 

Confidential- Brass LNG

PPQ/UO/XXX/06Q/UO/XX/06

Pre-qualification for ERP Services Contract

 

Name of Contractor or Consortium

 

Pre-qualification documents must be submitted on or before 3.00pm of the  11th of July, 2011 at the following  address:

 

The Purchasing Manager

Brass LNG Limited

Plot 1680 Sanusi Fafunwa

Victoria Island, Lagos, Nigeria.

 

Late submission of the proposals will not  be considered under any circumstances.

 

Please Note

This advertisement is not an “Invitation to tender” but only an ‘invitation for pre-qualification’ and must not be construed as a commitment on part of Brass LNG Ltd nor shall it entitle poten­tial tenderers to make any claims whatsoever and/or seek any indemnity from Brass LNG Ltd and/or any of its shareholders by virtue of such potential tenderers having responded to this advertisement.

 

Notwithstanding submission of the pre-qualification information, Brass LNG Ltd is neither committed nor obliged to include your Company on any bid list or bear any expenses related to the preparation and submission of the pre-qualification documents or to award any form of contract to your Company and/or asso­ciated Companies, Consortium, Subcontractors or Agents.

 

Only short-listed Contractors and Consortia having similar past experience, adequate equipment and financial, manpower, tech­nical capabilities and resources will be invited to participate in further activities leading to tender stage.

 

Full tendering procedure will be provided only to the pre-qualified companies. In addition to the review of the proposals, team vis­its to facilities, and safety, technical & financial audits may be conducted.

 

Brass LNG will only deal with authorized officers (with Power of Attorney) of the pre-qualifying & tendering  companies and NOT through individuals or agents.

 

Brass LNG will not enter into correspondence with any or individual on why it was shortlisted or not shortlisted.

Renovation, Rehabilitation and Procurement of Goods and Services at Ministry of Education Sokoto

 

Ministry of Education Sokoto

P. M. B. 2111 Sokoto, Sokoto State

Invitation for Pre-Qualification for Education Trust Fund Intervention Project GP.2010 (Sokoto Teachers College)

 

The Ministry invites reputable and competent contractors for pre-qualification as pre-requisite or tender of the following year 2010 ETF special projects.

 

1.       Renovation and rehabilitation of all the hostels at Sokoto teachers college

2.       Drilling of 1no. Borehole, water reticulation and rehabilitation of existing reservoir;

3.       Procurement of 4no. air conditioner

Prequalification Requirements

1.       Evidence of incorporation by CAC

2.       Evidence of Professional qualification of key staff

3.       Audited account for the past three (3) years

4.       Evidence of registration with M.G.E as contractor

5.       Letter of attestation from Bank to confirm financial strength and readiness to support the company financially to execute the project.

 

Submission of Per-Qualification Documents

i.        The pre-qualification documents must be sealed and submitted to the office of the Director planning Block 18 Giginya Secretariat, Sokoto on or before 5th July 2011.

ii.       The Ministry reserves this right to reject any or all pre-qualification and or submissions and or discontinue the tendering process at any time. Nothing in this advert should be construed to be a commitment on the part of the Ministry nor shall it entitle any potential tender to make claims whatsoever and seek an indemnity from the ministry on account of responding to this advert. The ministry would, not enter into correspondence with non-qualified constructors in any form.

 

Tender Documents

Only contractors who have satisfied pre-qualification conditions above may be allowed to tender on payment of non-refundable fee of twenty thousand naira only (N20, 000.00) in bank draft payable to Hon. Commissioner, Ministry of Education Sokoto. Tender documents which must be completed and returned within one week to the office of Director of Planning.

Signed

Permanent Secretary

Ministry of Education

 

 

 

Invitation for Expression of Interest and Pre-Qualification for the Provision of Aircraft and Ancillary Services at Nigeria LNG Limited

Invitation for Expression of Interest and Pre-Qualification for the Provision of Aircraft and Ancillary Services for Nigeria LNG Limited

Introduction

Nigeria LNG Limited (NLNG) requires fixed wing aircraft and ancillary services to support its aviation needs both for personnel and freight activities within Nigeria. NLNG hereby invites aviation companies with experience in providing fixed wing aircraft and ancillary services to express their interest to participate in the tendering for this service.

 

Scope of the Service

The fixed wing aircraft, to be dedicated to NLNG service, will regularly fly, seven (7) days per week, between Lagos, Bonny, Port Harcourt and Abuja for the purpose of transporting NLNG staff, business associates, as well as freight.

 

Current number of passengers being transported by fixed wing aircraft per month between LOS-BNY-LOS (600 each way) is 1200 (one thousand two hundred); while passenger transported  between PHC-BNY-PHC (1200 each way) is 2400 (two thousand four hundred). It is envisaged that future passenger usage will increase by 25% (twenty five percent).

 

Aviation services on Bonny Island will operate from the new Bonny River Terminal Airstrip (BRT Airstrip), Bonny Island, which is currently undergoing construction. Aviation services for the other locations will operate from existing established commercial  airports.

 

The aviation company will be required to provide ancillary services in all locations including but not limited to, radio operations/ apron movements and associated plant, aircraft maintenance, passenger management services including ticketing, check-in, scanning and scanning equipment, baggage handling services and baggage handling equipment.

 

In addition to dedicated aircraft the aviation companies are also invited to express interest in providing an alternative service between Bonny island and Port Harcourt to connect * existing commercial flights to Lagos and Abuja.

 

Functional Specification

The following “Functional Specification” stipulates general requirements for the aircraft. Full specification will be included in the Invitation to Tender.

 

The preferred aircraft options are 2 No Beechcraft 1900D each operating 6 days per week with 1 day per week downtime per aircraft for maintenance, on No Dash 8-300, supplemented by an alternative aircraft possibly of different type during maintenance periods to provide 7 days per week service.

 

Alternative aircraft types will be considered provided they meet with the following minimum specifications;

  • The aircraft must comply with type-certification standards of 14 CFR Part 23 (FAR 23) Amendment 23-34.
  • Emergency exit must comply with Amendment 23-46.
  • The aircraft must as a minimum comply with the performance requirements of FAR 135 Appendix A, or equivalent, but ideally they should comply with CS 23.45 through  CS23-77 (or FAR 23 equivalents) at CS 23, Issue 1
  • The aircraft must have Flight Data Monitoring (FDM).
  • The new BRT airstrip will be operational normally only during daylight hours however emergency services including medical evacuation may be required at night.

 

Commencement and Duration

The expected date of commencement of the service is third quarter of 2012 and the duration is likely to be 5 years with an option to extend.

 

Prequalification

A pre-qualification exercise of interested companies will be carried out and only companies successful in the pre-qualification exercise will be invited to provide a competitive tender for this service.

To be considered for pre-qualification, interested companies are required to submit the following mandatory documents:

  • Company profile, organization, size and structure, including any parent or group of companies to whom they belong, together with key management personnel profiles
  • Curriculum vitae of typical personnel that might be engaged on these services, with evidence of experience in all the relevant aspects of the services;
  • Submission of certified true copies of CAC Forms 10,02 & 07 including company Memorandum and Articles of Association where Company is a fully registered Nigerian company
  • Air Operators Certificate (AOC) and Approved Maintenance Organisation Certificate (AMO)
  • Audited Financial accounts for the last three years and management accounts for the current year and Tax Clearance Certificates for the past three (3) years and Nigerian Tax Registration Number
  • Copy of Safety Management System (SMS) manual
  • The Contractor’s QA/QC policy and details of the standards to which its QA/QC processes are accredited
  • Description and specification of aircraft currently owned and operated and / or to be supplied by contractor
  • Details of relevant verifiable experience of Regular Public Air) that contractor has undertaken as main contractor has undertaken as main contractor/airline  operator over the past five (5) years
  • Detailed company Health, Safety, Environment and Quality (HSEQ) management procedures
  • Details of the Contractor’s capabilities and experience in managing labour relations and welfare, including negotiations on pay and conditions with individual workers, collective groups, individual unions and government departments
  • Community relations proposal giving in detail how your company has successfully handled community related issues in the past and propose to do during the execution of the service
  • Acknowledgment of willingness to undergo NLNG and Third Party audits
  • Any additional information that will enhance the potential of the company.

 

Nigerian Content

Nigeria LNG Limited is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development

 

Interested companies shall comply with all the provisions of the Nigerian Content Act that relate to this service and in particular comply with the minimum Nigerian content percentage (%) for the scopes which are covered in the schedule of the act.

 

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development policy of the Nigerian government-shall result in :: ^qualification from bidding for this contract.

 

As part of their submissions, companies signifying interest by responding to this advertisement shall submit:

(a)               (i)      The Process and Procedure that explain the methodology of how it intends to comply with the requirements of the Act and how to achieve

 

(ii)     the set target(s) in the Schedule of Nigerian Oil & Gas Industry

Content Development Act and any targets set by The Board,

(iii)    its  plan for giving first consideration to services provided within Nigeria with a list of work packages, 3rd Party Services and subcontracts that should be reserved indigenous contractors.

 

(iv)    its plan for giving first consideration to raw materials manufactured and assembled goods of Nigerian origin

(v)    its plan for technical skills transfer to Nigerians employed on the contract.

 

(b)     A Research & Development plan (R&D Plan) which shall explain the methodology of how it intends to promote education, attachments, training, research and development in Nigeria.

 

(c)      A Technology Transfer Plan (T&T Plan) which shall explain the methodology of how it intends to promote the effective transfer of technologies to Nigerian individuals and companies.

 

(d)     An employment and training plan (E&T Plan) which shall explain how first considerations shall be given to employment and training of Nigerians on the contract, and training needs with a breakdown of the skills anticipated skill shortage in the Nigerian labour force including the training and understudy program for succession planning.

 

(e)      A project-specific training, 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 Proposed training plan for Nigerians on the project including a brief training outline for OEM products, engineering, software & hardware, maintenance, testing and operations.

 

(f)      Documentation to demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 24, 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.

 

(g)     A 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, to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local  subsidiaries.

 

(h)    Details of their corporate organization showing management, supervisors, senior and junior skilled officers, unskilled personnel identifying positions manned/occupied by Nigerian nationals and the positions manned/occupied by other nationals.

 

Support Facilities

  • NLNG will provide BRT Airstrip which is a private category airstrip in Bonny Island with the following facilities;
  • A runway which is 1700m long X30m wide with 7.5m shoulders. Simple approach (PAPI) and runway lighting and an NDB will be installed. Airstrip is Code 3C, non-precision approach. The apron is designed for parking of 2 No DHC 8 and 2 No large helicopters (roll in roll out). Expected commissioning of the airstrip is mid 2012.
  • A terminal building with space for check-in, passenger and baggage handling, offices, control tower and MET station.
  • Rescue and Fire Fighting Services (RFFS) and Security Services.

 

There will be no workshops, aircraft hangars, fuelling facilities or living accommodation provided by NLNG on Bonny Island or elsewhere.

 

Submission of Responses

Submissions in response to the above requirements shall be completed strictly in accordance with the instructions given in this publication, segregated and arranged in the order indicated.

 

Failure to submit any of the documents may result in the disqualification of the applicant.

 

The Expression of Interest document should be submitted:

In hard copy in a sealed envelope and marked “CONFIDENTIAL Expression of Interest and Pre-Qualification for Provision of Aircraft and Ancillary Services for NLNG” to:

The Head, Business Strategy & Support,

CPM Department,

Production Division,

Nigeria LNG Limited,

Bonny Island, Rivers State.

 

AND

In electronic copy in PDF format by e-mail to vendor.enquiry@nlng.com with “CONFIDENTIAL Expression of Interest and Pre-Qualification for Provision of Aircraft and Ancillary Services for NLNG” in the subject line.

 

The submission in either format must be received by Nigeria LNG Limited on or before 19th July, 2011.

 

Please Note:

This is not an invitation to tender. Full tendering procedure, will be provided to applicants who successfully pass pre-qualification in accordance with NLNG’s pre-qualification procures.

 

Please Note:

This is not an invitation to tender. Full tendering procedure will be provided to applicants who successfully pass pre-qualification in accordance with NLNG’s pre-qualification procedures.

 

Notwithstanding the submissions of the Expression of Interest, NLNG is neither committed nor obliged to include any company and/or associated companies, agents or subcontractors  on any bid list or award any form of contract to and/or associated companies, agents or subcontractors.

 

This advertisement  for Expression of Interest and Prequalification shall not be construed as a commitment by NLNG, nor  shall it entitle respondents to claim any indemnity from NLNG, technical advisers and/or any of its shareholders by virtue of having  responded to this  advertisement.

 

Signed

Management