Provision of Electrical Logging Services at TOTAL E&P NIGERIA LIMTED

TOTAL E&P NIGERIA LIMTED

OPERATOR OF THE NNPC/TEPNG JOINT VENTURE

Pc 2979

Tender Opportunity For

Provision of Electrical Logging Services (Usan-CT-080) For Usan Deepwater Development Project

1. Introduction

TOTAL E&P Nigeria Limited (TEPNG) invites interested and reputable contractors with suitable equipment and relevant experience to tender for the technical bidding phase for the provision of Electrical Logging Services for the OML138 USAN Deepwater Development Project.

2.  Scope of Work                                                                                        \

Service includes the provision of Personnel and Equipment required  for  the   engineering,   equipment,   preparation   and   operation   of Electrical Logging Services for the West Capella drilling unit (and any other potential unit) operating on OML138 deep offshore Nigeria, for USAN development or any other additional Permit Area in which  COMPANY has the right to conduct petroleum operations within Nigeria. In order to drill and complete the USAN development wells the contract duration shall be for two (2) firm years plus one (1) year extension option.

3. Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 3.04.10 Electrical Logging Services category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).
  • 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.
  • If you are not listed in the product/ service category and you are registered with the Department of Petroleum Resources (DPR) to carry out business in the Nigerian Oil & Gas Industry, contact the NipeX administration office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for necessary update
  • To initiate the JQS pre-qualification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.
  • To be eligible, all tenders must comply with the requirements of the Nigerian Oil and Gas Industry Content Development Act, 2010

Non compliance shall result in disqualification from bidding for this opportunity.

4.   Closing Dates

Only Tenderers who are registered with NJQS Products /category (3.04.10 Electrical Logging Services) as at Tuesday March 8th 2011being the advert close date shall be invited to submit Technical Bids

5.   Nigerian Content

Tenderers are to note that they will be requested during the technical tender to give full details of their relevant strategy to ensure that they fully comply with the Nigerian Oil and Gas industry Content Act 2010 available at www.nnpcgroup.com and www.nigcontent.com as non-compliance will constitutes FATAL FLAW in all Contract evaluations. In line with the above, contractors are required to ensure that information on the following is included in their technical submission, to show their level of compliance with the provisions of the NOGICD Act (2010):

  1. i.            Verifiable   evidence   of  compliance   with   Nigerian  Content requirements on past projects/contracts for a period of 3 years.
  2. ii.            Evidence that entity is a Nigerian company, supported by certified true copies of CAC forms. 10, 02 & 07 including company memorandum & article of association.
  3. iii.            for  indigenous  companies  with  foreign-owned  companies  and multinationals as their sub-contractors/technical partners, a 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 will be required.
  4. iv.            Project-specific training plan, man-hour budget, skill development and  technology  transfer  proposal  for  Nigerian   personnel  or indigenous business including evidence of past Nigeria Content 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,   project   management, procurement, construction, installation, start-up & commissioning, maintenance, testing and operations.
  5. v.            Overall list of consumables, goods, products & chemicals, tools  and equipments to
  6. vi.            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, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up
  7. Provide details of the percentage of your key management positions held by Nigerians and what percentage of total work force is Nigerian.
  8. Evidence of compliance with Nigerian Cabotage Act
  9. ix.            Describe the amount of work to be performed by Contractor in Nigeria and proposed utilization of Nigerian resources (manpower services through subcontracting where applicable, equipment and materials, etc.) in order to achieve the minimum requirement specified in the schedule to the NOGICD Act 2010 (45% for Electrical Logging Services). Note that non-compliance with Nigerian Content Act shall result in disqualification from bidding on this project,

Additional Information

  • Interested suppliers must be pre-qualified for this product/service category in NJQS.
  • Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS.
  • This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of TEPNG to award a contract to any supplier and/or associated companies, subcontractors or agents.
  • This advertisement shall not entitle pre-qualified companies to make any claims whatsoever and/ or seek any indemnity from TEPNG and/ or its partners by virtue of such companies having been pre-qualified in NJQS.
  • NNPC/ TEPNG reserves the right to reject any and/ or all pre-qualified suppliers at its sole discretion and at no cost whatsoever.
  • All costs incurred in registering and pre-qualifying for this and other products/services categories in NJQS shall be borne solely by suppliers.
  • Suppliers that are pre-qualified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone numbers) of their company and authorised/responsible personnel is up to date in their company profile in the NJQS data base.
  • TEPNG shall communicate only with the authorised/responsible personnel of pre-qualified companies and not through unauthorised individuals or agents.

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

Invitation to Express Interest in the Renovation of an MDR-TB Laboratory at Family Health International (FHI)

The Science of Improving Lives

Invitation to Express Interest in the Renovation of an MDR-TB Laboratory

FHI Nigeria is the lead implementing partner in the United States Agency for International Development (USAID)-funded Global HIV/AIDS initiative Nigeria (GHAIN) project. GHAIN provides HIV/ AIDS and other services in Nigeria, and as part of the required infrastructure, GHAIN wishes to shortlist competent construction companies that will be invited to tender to provide services for the building renovation of Nigeria Institute for Medical Research (NIMR) Multi-Drug Resistant Tuberculosis (MDR-TB) Laboratory in Lagos, which is being supported by FHI Nigeria

Contract Scope

The scope of work will include:

1.       Partial demolition and reconfiguration of an existing building,

2. Provision of HVAC for the provision of negative pressure within the laboratory, and

3.       Reticulation of existing water system to the laboratory’s operational units.

Pre-Qualification Criteria

Interested companies are invited to submit the following documents:

1.       Company profile, including contact details of key personnel;

2.       Evidence of registration with the Corporate Affairs Commission;

3.       Evidence of financial capability from a bank;

4.       Three years tax clearance certificate;

5.       Tax Identification Number (TIN);

6.       Verifiable business address;

7.       Evidence of technical partnership with an HVAC specialist organization and proof of negative pressure installations;

8.       Documents showing the organization’s experience in similar projects, particularly capacity to manage a laboratory project, within the past five years; e.g. photos and other documents showing name of client, location, value, and completion dates, and same for current jobs at hand;

9.       Documents showing the organization’s commitment to health, safety and environment (HSE) policy and plan; and

10.     Documents showing how quality will be managed on site (procurement of materials, procedures, quality assurance, etc.)

Method of Application

All organizations applying should submit their sealed expression of interest labeled and marked “EOI – Renovation of NIMR MDR-TB Laboratory” to FHI Nigeria country office in Abuja on or before 5.00 p.m. March 4th 2011, and addressed to:

Associate Director (Procurement, Contracts and Grants)

Global HIV/AIDS Initiative Nigeria (GHAIN)

Family Health International

GODAB Plaza, Plot 1073-A1

J. S. Tarka Street, Garki Area 3

Abuja

NB: EOI applications should not be submitted by e-mail.

Applications will be thoroughly vetted by FHI Nigeria to assure capability for managing laboratory projects. Only successful applicants will be contacted to tender for the renovation work.

Request for Proposals Facilities Maintenance and Management Services at nahco aviance

Nigerian Aviation Handling Company Plc

Request for Proposals Facilities Maintenance and Management Services

I.       Introduction

nahco aviance is requesting proposals from qualified building management service providers for the management of tenancies, building operations and maintenance and other related services for its facilities located within the Murtala Muhammed International Airport, Ikeja, Lagos.

II.      Description of Facilities

The facilities maintenance and management services cover four buildings located within the airport. One building consists of a high occupancy office complex, with office spaces and banking halls on two floors with a spacious car park while the others are of low occupancy administrative use.

III.    Requirement and Scope of Work

The interested service provider will be expected to provide a full range of building maintenance and management services including rents collection and tenants’ relationship management.

These services include but are not limited to:

  • Cleaning/janitorial services for common areas, conveniences and car park
  • Security services (including regular patrols)
    • Grounds maintenance and landscaping
    • Minor interior fabric maintenance
    • Electrical lighting
    • Fire and safety
    • Plumbing
    • Generator operations and maintenance

nahco aviance is seeking evidence from interested firms that they can satisfy in the following experience requirements:

a)       showing that in the last 36 months they have held a public or private sector contract or the type and size described in this request for proposal and have satisfactorily completed the contract

b)      Have been employed in the type of service being proposed and can provide references as to their satisfactory performance

c)       Can adequately demonstrate that they have the ability to provide the necessary expertise and resources to satisfactorily execute the contract

IV. General Provisions

  • nahco aviance expects to enter into an initial two-year contract, renewable annually subject to an annual evaluation of the firm’s performance
  • nahco aviance reserves the right to reject any or all proposals for any reason or to accept any proposal in whole or in part on the basis of proposals received, which the nahco aviance in its sole unrestricted discretion deems most advantageous to itself.
  • The lowest or any proposal may not necessarily be accented
  • The interested firm acknowledges nahco aviance’s rights under this clause and absolutely waives any right of  action against the nahco aviance concerning the nahco aviance’s failure to accept its proposal or any proposal whether such right of action arises in contract, negligence, bad faith or any other cause of action.
  • The acceptance of any proposal is subject to budget funds being available as well as the approval of the Board of nahco aviance
  • nahco aviance makes no representation or warranty, either express or implied, with respect to the accuracy or completeness of any information contained or referred to in this Request for Proposal. Each interested firm is solely responsible to ensure that they have obtained and considered all information necessary to understand the requirements of the Request for Proposal and to prepare and submit their proposal.
  • Proposals must remain valid for sixty (60) days following the closing time and date.
  • Unless otherwise requested in writing, interested firms must not contact or communicate with any elected or appointed officer or employee of nahco aviance other than Manager, Legal Services in relation to the proposal prior to the award of such proposal as outlined herein. Any such communication will result in disqualification of the proposal from further consideration.

V.     Proposal Submission

Interested firms must submit the following documents in the following order – proposals will be evaluated in part on adhering to these instructions:

1.       Cover letter indicating your understanding of the requirements of the Request for Proposal and identifying the primary contact for the contract. The letter must be signed by an authorized company representative.

2.       Curriculum vitae of the principal personnel including name, contact information, years of experience, specific technical qualifications.

3.       At least three recent references from similar sized/type clients including current contact information. Outline for each client:

  • Type of service provided
  • Number of years services have been provided
  • Square footage of facility(s)
  • Age of facility(s)
  • Approximate annual cost of services provided (excluding management fee)

4.     %C

Tender Opportunity for Provision of Directional Drilling/Measurement While Drilling/Formation Valuation While Drilling Services at TOTAL E&P NIGERIA LIMTED

TOTAL E&P NIGERIA LIMTED

OPERATOR OF THE NNPC/TEPNG JOINT VENTURE

Pc 2979

1- Introduction

Tender Opportunity for Provision of Directional Drilling/Measurement While Drilling/Formation Valuation While Drilling Services for the OML 138 USAN Deepwater Development Project.

2.   Scope of Work

Service includes the provision of Personnel and Equipment required for the engineering, equipment, preparation and operation of Directional Drilling/Measurement While Drilling/Formation valuation While Drilling

Services for the West Capella Drilling Unit (and any other potential unit) operating on OML138 deep offshore Nigeria, for USAN development or any other additional Permit Area in which COMPANY has the right to conduct petroleum operations within Nigeria. In order to drill and complete the USAN development wells, the contract duration shall be for two (2) firm years plus one (1) year extension option.

3.   Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the 3.04.31 Directional Drilling Services category of the NipeX Joint Qualification (NJQS) Database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).
  • 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.
  • If you are not listed in the product/ service category and you are registered with the Department of Petroleum Resources (DPR) to carry out business in the Nigerian Oil & Gas Industry, contact the NipeX administration office at 30, Oyinkan  Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for necessary update,.
  • To initiate the JQS pre-qualification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action
  • To be eligible, all tenders must comply with the requirements of the Nigerian Oil and Gas Industry Content Development Act. 2010. Non compliance shall result in disqualification from bidding for this opportunity.

4.   Closing Dates

Only Tenderers who are registered with NJQS Product/category (3.04.31 Directional Drilling Services) as at Tuesday March 8th 2011 being the advert close date shall be invited to submit Technical Bids.

5.       Nigerian Content

Tenderers are to note that they will be requested during the technical tender to give full details of their relevant strategy to ensure that they fully comply with the Nigerian Oil and Gas Industry Content Act 2010 available at www.nnpcgroup.com and www.nigcontent.com as non-compliance will constitute a FATAL FLAW in all Contract evaluations. In line with the above, contractors are required to ensure that information on the following is included in their technical submission, to show their level of compliance with the provisions of the NOGICD Act (2010):

  1. i.            Verifiable   evidence   of  compliance   with   Nigerian   Content requirements on past projects/contracts for a period of 3 years
  2. ii.            Evidence that entity is a Nigerian company, supported by certified true copies of CAC forms 10, 02 & 07 including company memorandum & article of association.
  3. iii.            for indigenous companies with foreign-owned companies and multinationals   as   their   sub-contractors/technical, a Binding Agreement of the alliance duly signed by the CEO of both parties and stating the specific work scope to be perform each member of the alliance will be required.
  4. iv.            Project-specific training plan, man-hour budget, skill development and  technology transfer proposal for  Nigerian  personnel or indigenous business including evidence of past Nigeria Content 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,   project   management, procurement, construction, installation, start-up & commissioning, maintenance, testing and operations.
  5. v.            Overall list of consumables, goods, products & chemicals, tools and equipment to be procured & used in the execution of this contract and identify in tabular form those that are of Nigerian origin and the proposed suppliers.
  6. vi.            Detailed description of the location of in-country commuted facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up,
  7. Provide details of the percentage of your key management positions held by Nigerians and what percentage of total work force is Nigerian.
  8. Evidence of compliance with Nigerian Cabotage Act.
  9. ix.            Describe the amount of work to be performed by Contractor in Nigeria and proposed utilization of Nigerian resources (manpower services through subcontracting where applicable equipment and materials, etc.) in order to achieve the minimum requirement specified in the schedule to the NOGICD Act 2010 (90% for Directional Drilling and for Measurement While Drilling). Note  that non-compliance with Nigerian Content Act shall result disqualification from bidding on this project.
  1. 6. Additional information
  • Interested suppliers must be pre-qualified for this category in NJQS.
  • Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS.
  • This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of TEPNG to award a contract to any supplier and/or associated companies, subcontractors or agents.
  • This advertisement shall not entitle pre-qualified companies to make any claims whatsoever and/ or seek any indemnity from TEPNG and/ or its partners by virtue of such companies having been pre-qualified in NJQS.
  • NNPC/ TEPNG reserves the right to reject any and/ or all pre-qualified suppliers at its sole discretion and at no cost whatsoever.
  • All costs incurred in registering and pre-qualifying for this and other products/ services categories in NJQS shall be borne solely by suppliers.
  • Suppliers that are pre-qualified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone numbers) of their company and authorised/responsible personnel is up to date company profile in the NJQS data base.
  • TEPNG shall communicate only with the authorised/responsible  personnel   of   pre-qualified   companies   and   not through  unauthorised individuals or agents.

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

Invitation to Bid for the Supply, Implementation and Optimization of SAP (All-In-One) Software at Society for Family Health

Society for Family Health

Public Procurement Advert:

Invitation to Bid for the Supply, Implementation and Optimization of  SAP (All-In-One) Software

Introduction:

Society for Family Health, a Not-for-Profit/Non-Governmental Organization hereby invites tenders from reputable and competent consulting firms for the Supply, Implementation and Optimization of SAP (Ail-In-One) ERP software.

2.0 Sap Software – Minimum Functional Requirements:

  1. Finance and Accounting
  2. Projects & Program Management
  3. Funds/Treasury Management
  4. Grants Management and Advances Management
  5. Projects Workplans & Deliverables Reporting
  6. Procurement
  7. Warehousing & Inventory Management
  8. Fixed Assets Register & Equipment Maintenance
  9. Internal Audit and Controls
  10. Income/Revenue Recognition
  11. Expenditure/Payment processing
  12. Management Reporting
  13. Human Capita! Management & Payroll
  14. Employee self service
  15. e-Recruitment
  16. SAP Business Objects(Business Intelligence Reports)

3.0      Organisational Scope:

  1. Headquarters in Abuja, which centrally manages Finance, Administration, Payroll, Procurement, Fixed Assets, Projects Management, Logistics and Human Resources.
  2. Eight (8) Territorial/Zonal Offices,
  3. Seventeen (17) Regional/State Offices (Average of two regional offices reporting to each Territory/Zone)
  4. Seven (7) ENR State Offices [operate similarly to the territorial offices)
  5. One (1) central warehouse in Lagos (operations includes packaging of commodities and inventory)
  6. Estimated user base of 120 (One Hundred & Twenty) active users
  7. Approximately 350(Three Hundred & Fifty) Self Service Users
  8. Estimated 40(Forty) Core users of SAP Business Intelligence Objects .
  9. Unlimited Report Recipients from SAP Business Intelligence Objects

4.0 Technical Requirements:

  1. SAP All-ln-One Version ECC 6,0 EHP 4
  2. SAP Business Objects Edge Series
  3. Applicable Licenses

5.0 Consultant’s (Bidder) Scope of Work:

  1. Project Management using a defined and formally recognized project methodology
  2. Business Process Re-Engineering
  3. Solution configuration & customization (including data migration)
  4. Training & Knowledge Transfer-System Administrators, End users (all categories). Trainers
  5. Documentation-User Manuals, Technical & Functional Specifications, etc
  6. Testing-Test planning, Systems testing and support for SFH’s User Acceptance testing efforts
  7. Change Management-compliance with and active participation in SFH’s Change Management policies and procedures
  8. Post go-live support- Onsite and Remote
  9. Logistics (Travel, Accommodation etc)

6.0       Hardware Requirements:

  1. Complete server specifications for Development/Test and Production environments-must include al! hardware including database, application server, etc
  2. Minimum requirements for client access machines
  3. Additional hardware required such as scanners, printers, etc
  4. Network/bandwidth requirements-bidders should specify the optimal/preferred network and bandwidth requirements

7.0 Resource Requirements:

Bidders to provide     profiles of key project staff and an indicative Implementation Plan:

  1. Milestones and key timelines
  2. Project organization/structure, highlighting interface points with SFH’s project team
  3. Resources plan showing the type of staff who will be responsible for key tasks

8.0   Data Management:

Each bidder must describe their recommended approach to data migration as follows:

  1. Data migration requirements
  2. Data migration method
  3. %