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

Invitation for Expression of Interest and Pre-Qualification for the Provision of Integrated Maintenance Services for Nigeria LNG Limited’s Gas Production Plant on Bonny Island

Introduction

Nigeria LNG Limited’s gas production plant is located on Bonny Island, Rivers State, Nigeria. It consists of six natural gas liquefaction trains with a total capacity of 22 million tons of LNG and 4 million tonnes of LPG per annum, with associated gas receiving, storage and loading facilities and utilities.

 

Nigeria LNG Limited (NLNG) hereby invites interested companies with wide experience in maintenance of gas production plants, oil refineries, chemical plants or similar heavy industrial production facilities, to make a submission of an expression of interest to be invited to tender for NLNG’s Integrated Maintenance Services Contract. The companies who demonstrate relevant experience, expertise and a successful history in this type of service will subsequently an invitation to tender for the work.

 

Scope of the Services

The Integrated Maintenance Service will be mainly provided at NLNG’s gas production plant on Bonny, which includes gas receiving, processing, storage and loading facilities, and utilities as well as at the NLNG Port Harcourt supply base and occasionally in the Gas Transmission Networks that extend through Obiafu, Obite, Rumuji, Soku and Ubeta. The services encompass planned/preventive maintenance, breakdown repair, replacement, shutdown overhauls and other services for:

  • Process equipment including vessels, tanks, heat exchangers and cryogenic exchangers
  • Rotating equipment including compressors, pumps and generators
  • Control valves up to 1500mm diameter
  • Hydraulic equipment including loading arms and winches
  • Mobile cranes with capacities between 10T and 200T, and overhead cranes with capacities 5T to 50T
  • Heavy lifting and rigging services
  • Welding, fabrication and pipe fitting of carbon steel pipe up  to 1500mm  diameter, stainless steel pipe and vessels, and on aluminum cryogenic exchangers.
  • Scaffolding up to 40m high including design, load calculations and inspection
  • Insulation, both high temperature and cryogenic
  • Light duty and heavy goods vehicles maintenance including inspection, mechanical and electrical works and bodywork
  • High pressure jetting, grit blasting, painting and coatings
  • Minor civil and-building works, including excavation
  • Plant instrumentation calibration, commissioning, maintenance, defect elimination and IPF testing
  • Explosion proof equipment
  • Electrical integrity and cathodic protection
  • HV & LV switchgear and motors
  • UPS systems and batteries
  • Lighting checks and lamp replacement
  • Training, accreditation and development of the contractor’s own maintenance and support personnel as well as for third parties.

 

NLNG will provide some limited logistical support for these services including living accommodation on Bonny for the Contractor’s Senior personnel, offices, stores, laydown areas, and transport for personnel between Lagos or Port Harcourt and Bonny Island.

 

Pre-Qualification Information

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

 

As part of the pre-qualification process interested parties are required to submit the following. Failure to submit any of the under-listed items may lead to disqualification,

1).      Company profile, organization, size and structure, including any parent or group

of companies to whom they belong, together with key management personnel profiles.

 

2).     Detailed list of experience in maintenance of gas production plant, refineries, chemical plants or similar heavy Industrial production facilities executed in the last 10 years, giving names of clients, location and cost or volume of services provided. These details should indicate experience in planned, preventive, breakdown and shutdown maintenance, itemised in the various elements of the scope of the services defined above.

 

3).     Description of the contractor’s techniques and capabilities in managing, planning, scheduling, resourcing of personnel, plant and materials (including for peak demands such as shutdowns), and cost controlling all aspects of maintenance including details of techniques and methodology, and unique and proprietary software or IT systems that the contractor uses and would apply in delivering the services.

 

4).     Detailed list of plant and equipment owned by the contractor that is deployed in Nigeria and that is relevant to the provision of maintenance services, indicating age and capacity.

 

5).     Curriculum vitae of typical personnel that might be (a) engaged on these services, with evidence of experience in all the relevant aspects of the services.

 

6).    The contractor’s QA/QC policy and details of the standards to which its QA/QC processes are accredited.

 

7).     Detailed company Health, Safety, Environment and Quality (HSEQ) management

procedures, including safety statistics for the last three years.

 

8).    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

 

9).    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.

 

10)    Community relations proposal giving in detail how your company has successfully handled community related issues in the past and propose to during the execution of the service.

 

11)    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 Tax Registration Number.

 

12)    Acknowledgement of willingness to undergo NLNG and Third Party audits

13)    Any additional information that will enhance the application for prequalification.

 

Submission in response to the above requirements shall be completed strictly in accordance with the above, segregated  and arranged  in the  serial order indicated.

 

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 disqualification 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.

 

Commencement and Duration

It is intended to award a contract to the successful bidder in Q3 2012, for a period of up to 5 years starting in Q4 2012.

 

Submission of Responses

Submission 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 Integrated Maintenance 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 Integrated Maintenance 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

 

 

Provision of Engineering Services at Chevron Nigeria Limited

 

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC\Chevron Joint Venture

Tender Opportunity Engineering Services Agreement

Introduction

 

Chevron Nigeria Limited invites interested and prequalified companies for Technical Tendering opportunity for the Provision of Engineering Services under its proposed Engineering Services Agreement Contract.

 

Scope of Work

The scope of work for the Engineering Services Agreement includes but is not limited to:

 

  • Provision of engineering services to support COMPANY’S Facilities Engineering Capital Project portfolio.

 

  • Engineering services required shall include feasibility studies, front-end engineering and design (FEED), detailed design (DD), follow-on engineering (FOE) and procurement support of long lead equipment and material items for Chevron’s portfolio of major capital projects.

 

  • Typical Facilities-Engineering capital project portfolio is comprised of oil, gas and water handling facilities which shall not be limited to platform installations and modifications, oil and gas terminal facility modifications and additions, and infrastructure projects (buildings, roads, airport facilities, community development projects) in COMPANY’S office locations, onshore, swamp and offshore operational areas.

 

  • Provision of sufficient infrastructure and personnel to support all project Management activities related to the delivery of engineering services for the duration of the contract

 

Mandatory Requirements:

1.       To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.01.01 (Engineering  Services,  Project Administration

Services, Contracting, Engineering, Multi-Discipline) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers lots category by the bid close date will receive invitation to Technical Tender.

 

2.       Please note that interested bidders including their sub-contractor(s) shall be required to:

 

a.  meet all JQS mandatory requirements to be listed as PREQUALIFIED” for a category in the JQS database

 

b.  Meet all Nigerian Content requirements stated in this advert in their responses to the invitation to Technical Tender.

 

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”.)

 

To determine if you are pre-qualified and view the product/service category you are listed for: Open 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

 

4.       To initiate and complete the JQS prequalification www.nipexng.com to download the application form, make necessary payments and contact NipeX office, at 30, Oyinkan ABayomi drive, Ikoyi Lagos for further details.

 

Nigerian Content Requirements

Demonstrate that the entity is a Nigerian Company with not less than 51% equity shareholding by Nigerians in accordance with the NOGICD Act, or Nigerian 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. Also submit clear photocopies of your CAC Forms CO2 and CO7

 

  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hour, and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Plan should specify how Company intends to attain in-country Engineering man-hours for FEED and DED as contained in Schedule A to the NOGICD Act. Also provide details of Nigerian Content focal point or manager.

 

  • 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; attach past experience of such patronage.

 

  • Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O.Box)

 

  • Location of in-country facilities (Equipment, storage, workshops, repair and maintenance facilities and, testing facilities

 

  • Contractor must be willing and able to provide evidence of maximization oF made in Nigeria goods and services.

 

  • Provide details on any other Nigerian Content initiative your company is involved in

Only tenderers who are registered in the 3.01.01 (Engineering Services, Project Administration Services, Contracting, Engineering, Multi-Discipline) category in NipeX Joint Qualification System (NJQS) database 8th July 2011 by 4:00pm being the advert close date shall be invited to submit technical bid.

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX. Interested bidders are therefore advised to ensure they are set-up in NipeX with a valid and active official company email address accessible by all in their organization as this shall be the only means to transmit the ITT.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of CNL to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been prequalified in NJQS
  • The tendering process shall be the NNPC contracting process requiring prequalified companies to submit technical tenders first. Following a technical review, only technically qualified contractors will be requested to submit commercial tenders.
  • Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.
  • Bidders who submit bids as a separate entity, and for the purpose of this bid process also enter into a JV, partnership, consortium, etc, to submit another bid, will be disqualified, (i.e. – No bidder shall submit bids twice either as single entity or as part of a JV or Consortium, etc.)

 

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

Management

Chevron Nigeria Limited, 2 Chevron Drive, Lekki Peninsula P.M.B 12825, Lagos

Invitation for Pre-Qualification- (PQ/SPC/1778/11 For Spare Parts Coordinators Services Contract for the Proposed LNG Plant at Brass LNG Limited

BRASS LNG LIMITED

NNPC/Conocophilips/Eni/Total

Invitation for Pre-Qualification- (PQ/SPC/1778/11 For Spare Parts Coordinators Services Contract for the  Proposed  LNG Plant at BRASS Island, Bayelsa State, Nigeria

 

Introduction

Brass LNG Limited intends to award a Spare Parts Information Services Contract for its LNG Plant Project at Brass Island, in Bayelsa State. Nigeria.

 

Brass LNG therefore Invites only interested, suitable, reputable, quali­fied and experienced Spare Parts information Services Contractors and Consortiums having proven experience and resources in execut­ing spare parts information systems with adequate resources in terms of manpower, equipment 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

1.       Spare Parts Information Services core work consists of collection checking, expediting and consolidation into a uniform computer database the spare parts information from multiple EPC Contracts according to specifications agreed with the Owner. These delivery specifications will include requirements to satisfy ISO Standard

15926.

 

2.       Services include standardizing spare parts descriptions in accor­dance with Contractor’s “best practices” and Owner requirements as well as assisting the Owner with consolidation of the recom­mended number of spares required to be ordered for a single part across the information received from all EPC contractors.

 

3.       Services also includes liaison with Other Contractor that will be retained to load the Plant Enterprise Asset Management/ Computerized Maintenance Management System to ensure cor­rect mapping and understanding of the data collected information receipt will be managed by Purchase Order and infor­mation delivery managed by process unit. Delivery will be unit by unit over time. Data loading into the Enterprise Asset Manager e g Maximo, SAP/PM. etc., must be complete by Ready For Fuel into support Commissioning activities.

 

4.       Services also include reports/specifications to be used for ordering initial Operating spare parts, but not the ordering of the parts them­selves. Collection of data will be electronic and at the level of individual data items (names, properties) as well as scanned or other electronic documents. Contractor must provide and manage a secure portal or web site to receive the information input by Other Contractors. References from data items to electronic documents will need to be collected and verified. Contractor will also have to monitor the progress of spare parts database input by other contractors. The electronic documents collected will be associated primarily with spare parts  but some of  the document references  will require  remote access to repositories at the EPC contractors who collected them or an  equivalent  arrangement. Frequent  bilateral exchange  of information with EPC Contractors’ systems is likely to be  required.

 

Key Parameters – estimated totel tags

Mechanical Equipment: 2000 tags;

Electrical: 500 tags

Instrumentation: 24,000 tags (excluding soft tags)

Valves, PSV’s, Specialties: 15,000 tags

 

Licensing, Permits and HSE

1.       Contractor shall have the necessary permits, licences, and accred­itations to perform the Work.

 

2        Contractor shall provide appropriately qualified field supervisors, Meld engineers, laboratory supervisors, and technicians to perform the work and have appropriate Nigerian licenses and qualifications.

 

3        The Contractor shall be responsible for applying, obtaining and maintaining all required licensing, authorizations, registrations and permits that may be required under the prevailing laws of Nigeria for the performance of these services.

 

4.       Contractor shall comply with al! 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 projects HSE Policy Project Construction, Environmental Control Plan, and EIA.

 

Pre-Qualification Requirements

To pre-qualify, it is mandatory that interested Contractors, Consortiums & Subsidiaries must provide the following required information and sup­porting documents for itself, its affiliates, partners, holding company, etc, and in case of a Consortium for each of the members in the same manner and sequence as 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 and 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 CV’s required for the  management  of the consortium/JV/partnership, etc. Contact person’s name, position and contact details. Signed Agreement/ MOU between me 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, Memorandum of articles and association.

 

3.       Accounts and Insurance Records

Audited accounts and balance sheets for last 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, value, term & premium.

 

4.       Resources

List with evidence of Contractor’s owned resources covering Manpower (permanent contract staff) list giving name, position, qualification, age. experience, scope of work, aid nationality. Equipment list giving type, make, specifications, year function, location with ownership proof.

Infrastructure offices, logistics, warehousing, list with evidence giving location,  size in sq ft, facilities and capabilities. Major sub-vendors -list with names, address, contact -person, field of activity/exe­cuted contracts with value and duration.

 

5.       Past Work Experience

List  with evidence of Contractor’s and Consortium’s past Spare Parts Information Services, contracts work experience during the last ten (10) years in Nigeria and Overseas giving brief scope of work, client name, work site, contract award value, contract dura­tion, final contract value, actual complete date & duration, Project Managers name and contact details for:

All Spare Parts Information Services projects completed (attach completion certificate),

All similar projects completed

Maximum value Spare Parts Information Services contract completed

Experience providing portal or website receipt and distribute of spare parts data in electronic format.

 

In the above project list, indicate where ISO 15926 compatibility was specified and provide details of the compatibility requirements  that were delivered.

 

6.       Current  Workload

List with evidence of Contractor/ Consortium ongoing and future projects (2010-2012)  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 & contact details. Graphical presentation showing availability of equipment finance and manpower, for executing this Work between 2011 -2015.

 

7.       Procurement

Procurement Policy and Procedures,

Plan and Organization structure used in a major Spare Parts

Information Services Contract

 

8.       Hearth. Safety and Environment

Standard written HSE Policy and HSE-related Policies, description of current HSE MS and HSE procedures list , summary of the HSE performances (statistics) over the last 3 years (e.g. fatalities.. LTIF, TRIR, recordable incidents, number of worked hours, lost work­days, etc) & experiences for the last (3) years.

 

9.       QA/QC

Policies Standards & Program used for subcontractors, material & services in a major Spare Parts Information Services Contract.

 

10.     Planning,  Cost & Documentation Control

Standard Policies. Procedures, for project, cost and documentation control used in major Spare Parts Information Services Contract

 

11.     Community Relations

Policy and organization structure used in largest Spare Parts Information Services Contract for handling community related issues. Past experience with communities in the Niger Delta Region, List of community development projects completed and in progress Including brief scope of work, client , location, value and duration.

 

12.     Nigerian Content

Consistent with the Nigerian Oil and Gas Industry Content Development BIB, 2010 and the Nigerian Government directives on Nigerian Content, Brass LJMG Ltd is committed to provide maxi­mum opportunities for Nigerian capacity utilization and develop­ment of in-country expertise.

Therefore, Brass LNG expects Contractors and Consortiums to fully comply with the Nigerian Government directives on Nigerian Content including in-country domiciliation of  all personnel, support­ing activities as well as locating both the PMT and Procurement Centres in-country and carrying out in-country scope. 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 directives,.

 

Major companies and consortiums that possess adequate  experience & resources and include Nigerian Companies in their execution strategy and are committed to complying with Nigerian content requirement for this scope of work will have an advantage.

 

Foreign Companies/Consortiums must indicate their Nigerian partners /affiliates and evidence readiness to fully comply with the Governments directives on Nigerian Content They must also be ready to demonstrate how they intend to perform the work with increasing Nigerian Content.

 

Contractors and Consortiums that are structured simply as agen­cies or representatives will be excluded.

 

Responses must include the following:

  • List of works sub-contracted to Nigeria contractors and suppliers, in the last three (3) years for Spare Services Contracts giving names, 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, percentage and value during the contract period in the most recent major Spare Parts Information Services Contract.

 

Plan and strategy utilized in maximizing Nigerian Content in most recent major Spare Parts Information Services Contract, -Proposal for achieving Nigerian Content in this contract.

 

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

In case of Consortiums, 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/ Consortiums will be evaluated for the completeness and quality of the information presented with supporting documents, demonstrating their technical, financial and managerial capabilities in executing the entire and not part of the scope of work.

 

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

 

Confidential –BRASS LNG

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

Pre-qualification for Spare Parts Coordinator  Services Contract

Name of Contractor  or Consortium

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

EPC Contracts & Procurement Manager

Brass LNG Limited

Plot 1680 Sanusi Fatunwa Street

Victoria Island

Lagos, Nigeria.

 

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

Please Note

This advertisement is not  an “invitation for prequalification” and must not  be construed as a commitment on part of Brass LNG  Ltd nor shall it entitle potential tenderers to make aby 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 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 Company Consortium, Subcontractors or Agents.

 

Only short-listed Contractors and Consortiums 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, safety, technical and 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 Contractor company or individual on why it was short-listed or not short-listed.

Construction, Rehabilitation and Procurement of Goods and Services at Nigeria Police Force

 

Nigeria Police Force

Notice

C Department (Works)

Louis Edet House, Shehu Shagari Way, Abuja

Invitation for Pre-Qualification of Contractors for 2011 Recurrent/Capital Projects of the Nigeria Police Force

 

PREAMBLE:

In compliance with the Due Process requirement for the certification of procurements of goods and services in Federal Government Ministries and Parastatals, the Nigeria Police Force invites competent contractors in categories ‘B’ and above to pre-qualify for consideration in tendering for the Construction works, Rehabilitation works and the Procurement of Goods and Services in category ‘B’ below (Lots 1-12).

B.      The Scope of Works Shall Consist Of the Following:

LOT 1        Construction/Rehabilitation

1a      Construction Works

Construction of Police Residential Buildings, Office Accommodations, Dormitories, Police Stations, SPO’s Quarters, Barracks, Cadets Hostels, Work shop/Laboratories, Classrooms, Admin Block, Road, Drainages, Blockwall Fence in all States of the Federation.

 

1b     Construction Works

Construction of Boreholes in Police Formations across the country.

 

1c      Rehabilitation Works

Rehabilitation of Police Residential Buildings and Offices, i.e Police Stations Mechanical Workshops, Police Clinics, State Headquarters Complex, Cadets Hostels, Dormitories and Classrooms in all Police Training Institutions, SPQs Quarters, Inspectors Quarters and Rank and File Quarters in all States of the Federation.

 

1d     Procurement of Construction Equipment

Procurement of Works Department Construction Equipment.

 

1e      Construction of Observation Posts Along Major Highways

Construction of Observation posts along major highways in the Federation.

 

Provision of Traffic Controller’s Housing

Lot 2          Communications

2a  Procurement of Two-Way Radio Communication Equipment (such as UHF Portable/Base/Mobile Transceivers, UHF Repeater Stations, HF Systems, Power Backups, Workstations, Wireless Network Radio Equipment/ Connectivity, Cooling Systems, PABX System, Communication accessories etc)

 

2b  Equipping of Observation Posts on Major Highways with Communication Systems and Monitors (such as UHF/HF Radio Systems, Power Backups, Equipment Desk and Chairs, Communication accessories etc.)

 

2c  Equipment of Communications Training Colleges in Ikeja and Kaduna (such as workstations, Teaching Aid Equipment, Photocopies, Test and Laboratory equipment, PABX System, Local Area Networking (LAN) and Connectivity, UHF/HF Radio Equipment, UHF Repeater Station, Cooling System, Mobile Wireless lab Instructor Station, Support and containment Pack, Electronic/ normal white board, Power backups/Generating sets, Training Laboratory Furniture Fittings etc).

 

Lot 3         Air Wing

3a  Purchase of workshop and Ground handling Equipment for Lagos and Abuja.

 

Lot 4 Medical

4a      Purchase of Hospital Furniture

4b      Purchase of Medical Equipment, Surgical Equipment, Diagnostic Equipment and Laboratory Equipment

4c      Alternative Power Supply Systems (Generators).

 

Lot 5 Dogs

5a      Alsatian /Doberman/Rottweiller Dogs

5b      Sniffer Dogs

5c      Training/Working Leashes

5d      Choke Chains

5e      Grooming Brushes

5f      Grooming Combs (Iron)

5g      Kennel Collars

5h      Tracking Harness

5i       Tracking Lines

5j       Drinking Bowls

5k      Shovels

 

Lot 7 Mounted Troop

7a      Supply Police Patrol Horses

7b      Supping of Police Mounted Patrol Saddles and Bridles (Troopers and Officers Saddles)

7c      Supply of Mounted Patrol Saddles Cloths

 

7d      Supply of Hores Feeding Utensils and Supply of Horses Peeds etc.

 

Lot 8 Transports

8a      Supply of Patrol Vehicles (Pick-up, Patrol jeeps, Patrol cars Kennel Patrol Vans, Buses, patrol Motorcycles, etc).

8b      Supply of other Specialized Operational Vehicles, Buses, Water Tankers, etc)

8c      Supply of Fuel and Lubricants (PMS, AGO and Lubricants)

8d      Supply of Workshop Tools and Equipment

8e.     Auctioning of Motor Vehicles and Cycles

 

Lot 9 Servicom

9a      Procurement of Equipment for SERVICOM Unit in 37 Commands including FCT Abuja

 

Lot 10        Quarter Master

10a    Supply of Clothing and Accountrement to the Nigeria Police Force

 

Lot 11         Computer

11a    Procurement of Computer Hardwares and Equipments

HP Desktop Computers; HP Laptop Computers with the accessories; HP Desk Jet Printers; HP Color Leser Printers; Scanners; White Digital Board; UPS; Inverters.

11b    Software: Design, Development and Installation.

11c    Site Preparation and Supply of Office Furniture / Equipment,

11d    Procurement of Computer Consumables.

 

Lot 12        Force Public Relation Office

12a    Supply of HP laptop computers, HP Desktop computer, colour Photo Printers and Split -unit Air-Conditioners;

12b    Supply of (seminar and Medium size type) Generator Photocopier

machines;

12c    Supply of books and other library materials, majorly on public relations, law and relevant humanities;

12d    DSTV Decoders and Installation;

12e    Seminars, symposia and workshops on Police/ Public Relations;

12f    Electronic media services.

Pre-Qualification Requirements

Submission of Company Profile containing the following:

1.       Company Organogram

2.       List of key personnel (Technical and Administrative) including photocopies of staff qualification and current pay slip.

3.       List of Plant and Equipments owned or to be hired with proof of ownership if owned.

4.       Previous works successfully completed with letters of award and completion certificates attached.

5.       On-going works and their details including locations

6.       Financial statements and bankers

7.       Tax clearance certificate for past three (3) years) to be strictly verified by FIRS Headquarters

8.       Evidence of company Registration with Corporate Affairs Commission (C.A.C)

9.       Evidence of PENCOM Registration.

10.     VAT Certification.

D.      Submission of Pre-Qualification Documents:

The Pre-qualification documents should be neatly packaged in a sealed envelope and marked at the top left-hand corner “Confidential Pre-qualification Document” stating the LOT and addressed to “The secretary, Nigeria Police Procurement Committee, ‘C’ Department (Works), FHQ, Nigeria Police Force, Louis Edet House, Abuja

 

The sealed envelope should be deposited in the tender box provided for this purpose on or before 5th July, 2011 by 1200noon.

Please Note

  • This is Not an invitation to tender. Notwithstanding the submission of Pre-qualification information, the Nigeria Police is neither committed nor obliged to include any company’s name in any bid list or award any contract to any Company on the bid list.
  • There shall be no mobilization fees as any payment shall strictly be based on evaluation of work already done on site.
  • Force Headquarters Purchasing and Tender Board reserves the right to reject any or all pre-qualification packages. This notice of Invitation to Pre-qualify” shall not be construed as commitment on the part of the FHP and TB, nor shall it entitle any company to make claims whatsoever or seek any indemnify from the Nigeria Police.

 

Signed

Inspector-General of Police

‘C’ Department

14th June 2011

Supply of Computers Accessories and Audio Visual Equipment at Community and Social Development Project (CSOP)

 

Community and Social Development Project (CSOP)

Federal Ministry of Finance

Credit No. 4496-NG

Issuance Date: 20th June 2011

 

Invitation for Bids

Computers and Accessories

1.    The invitation for bids follows the general procurement notice for this project the appeared in Development Business WB4617-764/09 of November 12, 2009.

 

2.    The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of the Community and Social Development Project (CSDP) and it intends to apply part of the proceeds of this credit to payments under the contract for supply of Computers and accessories and Audio Visual equipment (CSDP/FPSU/NCB/006).

 

3.    The Federal Program Support Unit of CSDP now invites sealed bids from eligible bidders for the supply of the items listed below:

 

LOT Item Description Quantity Delivery Period Location
A 1 Laptop Computer 8 30 days FPSU, Asokoro Abuja
2 Graphic Laptop Computer 1
3 Server I 2
4 Server II 1
5 Network Laser Printer 2
6 Coloured Laser Printer 1
7 B/W Laser Printer 3
8 Multifunction Printer 1
9 Dot Matrix Printer 1
10 GPS 3
11 Eternal HDD 10
12 Flash Disk 27
13 Digital Camera 6
15 USB to Wireless Adapter 5
16 Dust Blower 1
17 Inverter Power System 1
18 UPS 1
19 Counting Machine 1
20 Automatic Voltage Regulator 1
21 External DVD Writer 3
B 1 Windows Server Enterprise 1
2 Windows Server device CALs 30
3 Windows Server Standard 1
4 SOL server 1
5 SQL server device CALs 30
6 Microsoft SQL server 1
7 Antivirus for server 2
8 Development software 1

4.    Bidding will be conducted through the National Competitive Bidding Procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credit, and is open to all bidders from eligible source countries As defined in the Guidelines.

 

5.    Interested eligible bidders may obtain further information from the Coordinator and inspect the bidding documents at the address given below from 8am to 4pm Mondays to Fridays.

 

6.    A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon  payment of a nonrefundable fee often thousand Naira (N10,000.00). The method of payment will be cash, cashier’s or certified check or Bank draft. The document could be sent by courier or collected by hand.

 

7.    Bids must be delivered to the address below on or before 25th July, 2011 by 12noon. All bids must be accompanied by a bid security of at least 3% of bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below on 25th July 2011 by 12.05 pm.

 

The Coordinator,

Federal Project Support Unit,

Community and Social Development Project,

Federal Ministry of Finance, 14 Moussa Traore Street,

Asokoro District, P.M.B. 600, Garki,

Abuja Federal Capital Territory, Nigeria

Tel: 234-9-314-9233.

Fax. No. 234-9-314-2797

E-mail: csdpnigeria@yahoo.com