Provision of Catering and Housekeeping Services at Total Upstream Nigeria Limited

Total Upstream Nigeria Limited

Operator of the OML 130 Asset

Invitation for Tender Opportunity for Catering and House Keeping Services for OML 130 – AKPO Field Development

 

 

 

1. Introduction

Total Upstream Nigeria Limited (TUPNI) operator of the OML 130 invites interested and reputable Contractors with suitable equipment and relevant experience to apply for pro-qualification for consideration to tender for the provision of Catering and Housekeeping Services on the Offshore AKPO FPSO and other facilities as required.

 

2. Brief description of the work scope:

Services to be provided shall include as a minimum the following:

  • To prepare and serve meals to COMPANTs Personnel onboard the FPSO (estimated to be between 150 and 240 personnel),
  • To provide cleaning and housekeeping services
  • To provide personnel, bedroom and bathroom laundry services
  • To provide Its personnel with personal protective equipment (PPE)
  • To maintain acceptable standard of hygiene and cleanliness
  • To provide the management and administration (onshore & offshore) of the service.

 

 

The commencement date estimated for the provision of service shall be Q3, 2011.

 

3.   Tender Mandatory Requirements

i.            To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Catering Services (3.99.03) (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).
ii.            To determine if you are pre-qualified and view the product services category you are listed for; open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, dick check my supplier status and then click supplier product group.
iii.            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.
iv.            To initiate the JQS pre-qualification process, access www.nipexng.com to download application form, make necessary payment and contact NipeX office for further action.
v.            To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

 

4.    Nigerian Content

COMPANY is committed to the promotion of the Nigerian Oil and Gas business in alignment with the Nigerian Content Act 2010 for the Nigerian Oil and Gas Industry Content Development. It is important that prospective bidders familiarize themselves and comply with the provisions of the Nigerian Oil & Gas Industry Content Development Act otherwise referred to as The Nigerian Content Act at the stage of bidding.

 

As from the commencement of this Act, the minimum Nigerian Content in any project service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set in the Schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board)

 

 

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

 

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

 

 

During the bidding stage, contractors shall:

i.            Develop a Nigerian Content Plan (NCR), which shall explain the methodology  of how it intends to comply with me requirements of the Act and how to achieve the set target(s) in the Schedule of Nigerian  Oil and Gas Industry Content Development Act and any targets set by The Board. How it intends to give first consideration to services provided from within Nigeria, first consideration to good manufactured in Nigeria and first consideration  for employment  and training of  Nigerians in work programme  The NCP shall, consistent with the Act, demonstrate that Nigerian indigenous service companies have  been given exclusive considerations  to bid and execute work m land and swamp operating  areas and their full utilization and engagement in exploration, seismic data processing engineering design, reservoir studies, manufacturing, fabrication and provision of services. That the project or contract has given full and effective support to technology transfer by encouraging foreign and multinational companies to develop joint ventures and alliances with Nigerian service companies and suppliers. Tenderer’s detailed plan to achieve/sustain the minimum percentage Nigerian Content level as prescribed by the applicable measurement metrics in the Schedule of the Nigerian Content Act 2010

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

iii.            Provide detailed description of the location of in-country  committed facilities & infrastructure (assets, equipment, catering outlet, food storage facilities, farms, food processing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the local subsidiaries or submit a credible and verifiable plan towards compliance to these requirements. Submit the detailed description of facilities and infrastructure in Nigeria with evidence of ownership and location in-country.

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

v.            All personnel positions (key & non-key) shall be staffed by Nigerian national employees. These include but not limited to camp boss, assistant camp boss, Chef cook (national & continental), bakers, launderers, kitchen assistants, waiters, general maintenance technician, room stewards, including all other catering and housekeeping personnel required on the contract. Therefore, tenderer shall provide evidence of contractor organization with personnel list by name nationality and position nominated to on the contract.

vi.            Provide description of how bidder has given first considerations to the utilization of Nigerian resources (labour, raw materials & manufactured goods and services) in the execution of this contract, Maximizing Nigerian Content is a key Project priority. Provide concrete and verifiable evidence of partnership with identified farm and farm produce processing and preservation facility to increase capacity, investment and other forms of commitment to acquire new technology and capabilities in targeted areas of agro-allied production processes to industry acceptable standards. All processed agro-allied produce must be to the satisfaction of NAFDAC on quality. Evidence that tenderer is a registered member of the Nigeria hotel and catering institute or similarly affiliated hospitality professional body in Nigeria.

 

5. Closing Date: Only tenderers who are registered with NJQS Product/Category Catering Services (3.99.03) not later than April 13th, 2011 being advert close date shall be invited to submit Technical Bids

 

6. Additional information:

Tenderers eligible for this tender opportunity are expected to be pre-qualified in NJQS under the product/service category. All costs incurred in preparing and processing NJQS pre-qualification shall be for the account of tenderer.

 

This advertisement shall neither be construed as any form of commitment on the part of TUPNI to award any contract to any company and or associated companies, sub­contractors or agents, nor shall it entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from TUPNI and or any of its partners by virtue of such companies having been pro-qualified in NJQS.

 

The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial offers.

 

TUPNI will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

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

Invitation for Expression of Interest for the Management of Sporting Facilities at National Ports Commission, Abuja

The Presidency

National Ports Commission, Abuja

Invitation for Expression of Interest for the Management of Sporting Facilities within the six (6) Federal Stadia and other sporting centres and indoor sports Halls under the Supervision of the National Sports Commission Nationwide

1)    The Federal Government of Nigeria through the National Sports Commission is desirous of developing a sustainable sports facilities management strategy with very strong private sector participation consistent with the objectives of Vision 20:20:20 Programme. This is to reposition for effective national socio-economic re-engineering, attracting major international sporting events into the country while exploiting their benefits for tourism development and the economy. This will also encourage mass participation in sports and recreation with a view to using sporting activities for the improvement of the general health and fitness of the citizenry,

 

2)    The Commission is therefore proposing the involvement of capable private investors with capacity to manage the sporting facilities located in the six (6) Federal Stadia namely: Bauchi, Kaduna, Abuja, Lagos, Enugu, Ibadan and other sports centres nationwide.

 

3)     Accordingly, the National Sports Commission wishes to enter into partnership (not concession) with capable private investors to manage, operate and maintain the sporting facilities at these federal stadia and sporting centres,

 

4)    The Scope of Works to be carried out on each location includes all but not limited to the following:

i)       The management, operation and maintenance of the sporting facilities within the six (6) federal stadia located in Abuja, Surulere Lagos, Ibadan, Kaduna, Enugu and Bauchi and the development of the existing associated facilities and open spaces within and outside the existing stadia perimeter fencing as contained in the original approved land layout plan of allocation for all the stadia,

ii)    The management, maintenance, and operation of the sporting facilities located at multipurpose indoor sports halls in Gombe and Jos.

iii)  Completion, management, maintenance and operation of the 200-bed athletes’ hostel in Package B of the Abuja National Stadium Sports Complex into a Standard Hotel

iv)  Management, maintenance and operation of other federal sporting complexes as proposed by interested private sectors.

 

5) Pre-qualification requirements

Technical and financial proposals are hereby invited from interested private sector partners. The applicants are expected to show evidence of the following:

a)     Certificate of Incorporation with the Corporate Affairs Commission (CAC) and evidence of Annual Returns tiled to CAC for the past five years:

b)    Company’s Audited Accounts for the past three years showing a turnover of not less than N200.00 Million per year over the past three(3) years(2008.2009,2010) for projects listed in 4 (i) & (iii);

c)     Current Tax Clearance for the past three (3) years, 2008, 2009 and 2010 (to expire December 2011) with TIN No. and VAT Registration and proof of Remittance to the FIRS;

d)    Proof of Registration with the National Pension Commission and evidence of remittance of employer’s pension contributions/deductions (where applicable);

e)     Evidence of Financial Capability and Support Letter from a reputable bank.

f)       Verifiable Head Office Address, Telephone and Fax numbers of the firm/company, e-mail addresses and website.

g)     Detailed Company Profile, Partnerships, Organogram and Curriculum Vitae with evidence of experience of key technical personnel

h)    An undertaking that the Company is not under receivership/bankruptcy and that none of its Director has been convicted for any criminal offences relating to fraud, financial impropriety, misrepresentation or falsification of acts relating to any matter.

i)       Any other information that may be relevant to the requirements of the submission.

 

6)    The Commission may verify any or all of the claims made by applicants as structured in 5(a) (i) and shall automatically disqualify any Company whose claims are found to be false.

 

7)    Interested applicants are required   to visit and inspect all facilities at location and to obtain all necessary technical and other relevant information   from   the   Director,   Facilities   and Stadia Development, NSC that will assist them in submission of their bids.

 

8)    Applicants who have worked for the Commission and have history of poor performance. abandonment, termination and/or prolonged contract period need not apply.

9)    Method of Submission

The Technical and financial Bids must be submitted on or before 4th May, 2011 Submission should be made in two(2) separate wax sealed envelopes clearly marked ” Technical Bid ” and or “financial Bid” for the completion and Management of the specific facility and addressed to:

Deputy’ Director (Procurement),

National Sports Commission,

Stadium Manager’s Office,

National Stadium Complex,

Package A (Main Bowl), Abuja.

 

All submissions will be opened on the next Monday after the closing date. It shall be at the National Stadium Conference Room at 10.00am prompt.

 

Note:

  1. Applicants are free to apply for one or more of the facilities in any of the stadia
  2. The technical bids shall not be a commitment on the part of the National Sports Comnission on Award of Contract.
  3. That only successful Technical Bids will be invited to proceed to the financial Bidding stage.
  4. Late submission(s) will not be accepted
  5. All successful bidders will be required to provide a bid security of not less than 2% of the value of their bid price in form of a certified banker’s cheque in favour of National Sport Commission

SIGNED

DD (PROCUREMENT)

FOR: DIRECTOR GENERAL

 

Expression of Interest as Marketing Consultants at National Sports Commission, Abuja

The Presidency

National Sports Commission, Abuja

Expression of Interest as Marketing Consultants

To Seek for Sponsor for the

10th All Africa Games, Olympic Games and

Commonwealth Games

 

The National Sports Commission intends to engage the services of competent Marketing Consultants to drive for partners for the forth­coming 10th All Africa Games from 3rd 18th September 2011 in Maputo, Mozambique, Olympic Games from 27th July to 12th August 2012 in London, United Kingdom and 2014 Commonwealth Games in Glasgow. Interested Marketing Consultants, with cognate competence are hereby requested to submit formal expressions accompanied by the following documents in the order listed below as requirements

 

  1. i.            Evidence of registration with the Corporate Affairs Commission (CAC)
  2. ii.            Company Tax Clearance Certificate for the immediate past three (3) years. 2008, 2009 and 2010
  3. iii.            VAT registration and evidence of past VAT remittances
  4. iv.            Audited accounts of the company for the immediate past three (3) years 2008, 2009 and 2010.
  5. v.            Detailed company profile including the list of key staff with their Curriculum Vitae and relevant positions.
  6. vi.            Evidence of previous experience and pedigree in the area of sponsorship drives

 

 

 

Note:-Original copies of the documents listed above shall be required for sighting during the opening session.

All companies will be assessed strictly on proof of documents submitted to back up their claims.

 

Submission of Expression

All submissions and supporting documents must be delivered in a sealed envelope and clearly marked “Expression of Interest”

BY ONSULTANTS FOR SPONSORSHIP DRIVE”

Lot I –       All Africa Games

Lot 2 –      Olympic Games

Lot 3 –        Commonwealth Games

 

Submission for each Game should be addressed to:

The Head of Procurement,

National Sports Commission,

Room No 3A 1.56,

1st Floor, Federal Secretariat Phase 1,

Abuja.

 

The envelope should be deposited in a tender box at the address above not latter tshan 12.00 noon on 4th May, 2011.

Opening of Application:

The application documents shall be opened in the Conference Hall of the Commission on 4th May, 2011 at 2.00 p.m. Authorised and accredited representatives of firms are strongly advised to attend the bid-opening.

 

Only selected companies/firms shall be further contacted.

Signed:

Director-General

Invitation for Expression of Interest for the Development of District Engineering Infrastructure at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority (FCDA)

Headquarters, No 8 Ayangba Street, Area 11, Garki, Abuja

Invitation for Expression of Interest for the Development of District Engineering Infrastructure by Public-Private-Partnership (PPP) in the Federal Capital Territory

 

 

The Federal Capital Development Authority (FCDA) as an integral part of its vision and policy thrust has embraced the Public-Private-Partnership (PPP) model as a key strategy for the accelerated delivery of district engineering infrastructure in the Federal Capital Territory (FCT).

 

 

FCT with a population of 1.4 million at the 2006 Census and an estimated annual growth rate of 13% is Nigeria’s centre of government and headquarters of ECOWAS. To cater for the population, FCDA aims to develop the infrastructure in the remaining districts in if sustainable and efficient way.

 

FCDA is inviting competent and reputable developers, project sponsors and investors (local or foreign) either as an individual firm or a consortium to express interest for the development of Abuja city’s district infrastructure by PPP. The envisioned PPP model is a Design, Build, Finance and Operate (DBFO) concession and transfer. The PPP process will be carried out in line with the requirements of the approved National Policy on PPP and Guidelines issued by the Infrastructure Concession and Regulatory Commission (ICRC).

Scope of Works

The successful developers will review, complete and adopt the FCDA design, provide financing for the works, build the infrastructure and keep them in serviceable state during the operation and maintenance period. The districts are:

 

 

Mabushi District Durumi District
Kado District Gwarimpa District

 

 

The works comprise roads and bridges, storm water drainage system, foul sewer drainage network, water distribution network, power distribution, street lighting and telecommunication. All works are to comply with the Abuja Master Plan provisions and FCDA Standard Specifications for Engineering Infrastructure Development for the Federal Capital City (FCC).

 

 

 

Pre-Qualification Requirements

In order to be pre-qualified, prospective firms or consortia are required to collect pre-qualification -documents as from now from the address below:

 

The Director,

Department of Mass Housing /PPP,

FCDA Headquarters, No 8 Ayangba Street,

Area 11, Garki, Abuja,

 

 

The Pre-Qualification Questionnaire (PQQ) will enable the FCDA evaluate the economic, financial standing, ability and technical capacity of prospective firms or consortia wishing to submit an Expression of Interest (EOI). The PQQ should be read in conjunction with the accompanying Project Information Memorandum (PIM) which provides prospective firms or consortia with appropriate information and scope of the development.

 

 

Firms are expected to present one submission and if successful in the pre-qualification stage, will be allowed to bid on any of the lots.

Eligibility Criteria

All interested organisations must meet eligibility Criteria which are considered RESPONSIVE, The absence of any one of them would automatically disqualify an applicant for qualification.

 

 

These are:

i.            Certified true copy of Certificate of Incorporation,
ii.            Certified true copy of Articles and Memorandum of Association and current Annual Return with Corporate Affairs Commission,
iii.            Company audited accounts for three years prepared and endorsed by a firm of Chartered Accountants
iv.            Certified true copy of Tax Clearance Certificate for the last three (3) years including Tax identification Number (TIN),
v.            Evidence of VAT registration and remittance of returns for the past three years,
vi.            Evidence of Compliance with Pension Reform Act 2004
If resident in Abuja, evidence of payment of FCT Utility Biff in the past 3 months,
A Statement indicating that the Company does not at this time have any existing loan or financial liability with a bank or other financial institution or third party that is classified doubtful, bad or whose repayment portion has been outstanding in the last three months,
ix.            Letter of reference from Bankers,
x.            Accompanying sworn affidavit of disclosure: to disclose clearly whether any officer (or related person) of the FCTA, FCDA or ICRC is a former or present Director of the company and that the company does not have any Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety

Each member of any consortia must provide separate documentation that meets the eligibility criteria in order for the submission to be considered responsive.

 

 

The pre-qualification documents (arranged in the order of the stated eligibility criteria and Contents of the PQQ) should be loose-bound and submitted in triplicate and clearly marked “Pre-Qualification for the

Development of District Engineering Infrastructure by PPP in the

FCT”

Pre-qualification documents should be submitted to the address below on or before 12 noon, on Wednesday 13th April 2011.

The Coordinator,

Abuja Infrastructure Investment Centre (AIIC),

3rd Floor, ITF House,

No. 6 Adetokunbo Ademola Crescent,

Wuse II,

Abuja.FCT

 

The documents will be publicly opened on the same day (Wednesday, 13th April 2011) at FCDA Headquarters Conference Room, Abuja at 2.00 pm. Representatives of the bidding companies are invited to witness the opening of the documents.

 

It should be noted that:

  1. This invitation does not constitute a commitment on the part of FCDA for negotiations on any of the projects with any firm or consortium expressing interest.
  2. This is not an invitation to submit Request for Proposals (RfP). Only pre-qualified firms will be Invited to submit RfP for any of the projects.
  3. The submission of PQQ documents shall not entitle any of the interested parties to any claims against FCDA by virtue of such firm or consortium having responded to the EOI invitation. All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for information shall be at the respondent’s expense only.
  4. FCDA shall not be responsible for the late arrivals of PQQ documents sent by courier or post. All submissions must arrive before the scheduled time and date,
  5. FCDA shall carry out due diligence on the firms or consortia to verify information included in their submissions.

 

 

 

Signed

Management

Invitation for Pre-Qualification of Contractors at Alvan Ikoku Federal College of Educaton

Alvan Ikoku Federal College of Educaton

P.M.B 1033, Owerri, Imo State

Invitation for Pre-Qualification of Contractors

 

The Alvan Ikoku Federal College of Education, Owerri, is desirous of Renovating Blocks A and B in the School of Arts. Consequently, interested competent and  reputable construction companies are invited for pre-qualification.

 

A.   Scope of Work: Re-roofing and other necessary structural work therein.

 

 

B.   Pre-Qualification Requirements:

Interested contractors are required to submit the following:

i.            Evidence of Registration with Corporate Affairs Commission CAC
ii.            Company Audited Account for the last three years
iii.            Tax Clearance Certificate for the last three years
iv.            Sworn affidavit indicating whether any staff of AIFCE is a former or present Director, Shareholder or has any pecuniary interest in the company
v.            Evidence of PENCOM compliance
vi.            Company profile indicating technical qualification and experience of key personnel Financial Capability     evidence of financial backing/reference from a reputable bank
List of relevant equipment/plant with evidence of ownership
ix.            List of similar projects executed, stating contract sums and evidence of award/completion
x.            VAT registration and evidence of past VAT remittances

 

 

C.   Submission of Documents

Application for pre-qualification which must be in scaled envelop and clearly marked should be forwarded to reach the address below not later than 12.00 noon, on Tuesday, 5th April, 2011.

The Secretary, public Procurement Committee,

Alvan Ikoku Federal College of Education,

P.M.B 1033, Owerri.

 

 

D.      Applications will be opened immediately after closing on the date and time as above

Venue: is the College Council Chambers.