OML-124 Civil Construction Works Call-Off Contract at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited

RC 333615

Contractor to NNPC on OML 124

Invitation for Prequalification TB-2861 OML-124 Civil Construction Works Call-off Contract, Imo State

Introduction

Addax Petroleum Development (Nigeria) Limited (APDNL), invites interested companies indigenous to Uta, Ngaba. Ossu, Izombe areas, or Oguta LGA of Imo State, to pre-qualify for consideration in tendering for civil construction works in block OML-124, essential for tie 2011 Work programme. Work shall take place in the Ossu, Izombe.Uta and Njaba areas of OML-124. The scope of work shall consist primarily of read construction of drainages and culverts, fencing works as well as construction of drilling locations (waste pit, cellar slab and pits, etc). The estimated duration of the contract is two years with an option to extend for a further period of one year.

The Scope of Work is expected to commence in second quarter of 2011.

Scope of Work

The scope of work shall include but not necessarily be limited to the following:

  • Mobilize equipment and material, at the appropriate times for individual mobilizations
  • Clear site of light bush
  • Clear site of heavy bush
  • Scarify excavate and dispose off site any unsuitable material
  • Provide, spread and compact to 100% MDD/WASC bulk fill material
  • Provide! spread, wet and compact to 100% MDD/WASC suitable material 150mm thick as base course
  • Apply prime coat using MC1 cut back bitumen @ 1.2litres/m2, including blinding with sharp sand over area to be specified
  • Apply seal coat using S125 cut back bitumen @ 1.2litres/m2, including covering with 19mm single size granite rock chippings and rolling with a 3.5tonne roller over area to be specified.
  • Provide and lay hot rolled asphalt
  • Construction of single-cell and double-cell road box and ring culverts, plus road drainages as required
  • Supply, spread and compact single size 3/4°granite chippings
  • Construction of chainlink and sandcrete concrete fence as required
  • Construction of soak away and septic tanks.

Concrete works for Drilling locations:

1)      Piling for main cellar slab.

2)      Construction of main cellar slab

3)      Construction of mud tank, generators and diesel tank slabs

4)      Construction of well cellar

5)      Construction of main waste pit

6)      Construction of perimeter drains

7)      Construction of perimeter fence

8)      Fabrication/installation of drain covers

Clean up and demobilise.

Nigerian Content

In accordance with the Federal Government of Nigeria Directives on Nigerian Content target of 70% by end year 2010, companies are to include in their submissions their plan to fully comply with Nigerian Content requirement by identifying the Nigerian scope of work as a percentage of the total overall scope of work in terms of the monetary value that will be created in-country by the deliberate use of Nigerian resources (personnel, equipment and materials) on this project.

Companies are to include the following information in their submissions:-

(a)     Evidence of company’s existence in Nigeria.

(b)     Address and location of office in Nigeria.

(c)      Nigerian content training and development plan.

(d)     Location of the project management and procurement activities in Nigeria

(e)      Evidence that Contractor is of Nigerian origin and indigenous to Uta, Ngaba, Ossu, Izombe areas, or Oguta  LGA of Imo State, the  project locations communities. LGA Imo State, the project locations communities.

Non-compliance with Nigeria Content requirements is a Fatal Flaw” and will be a ground

for disqualification.

Pre-Qualification Criteria

In order to be considered for participation in the tender process. APD(N)L requires that any interested company must comply having current Nigerian Content Directives and in addition must be an indigenous Nigerian company or an indigenous Nigerian  company having a genuine a joint venture with a foreign company with duly signed MOU by chief executive officer* of the two companies.

Only companies able to document the required qualifying experience, resources and proven work record will be invited to competitively tender for the scope of work.

Companies are required to submit a Pre-qualification Screening Questionnaire to be collected at the address below or requested via electronic mail at

contracts.pg@adaxxpetroleum.com . The information to be submitted in response to the Questionnaire shall include, in addition to other relevant information, the following.

Company profile and organizational structure, including names and resumes of key personnel with telephone number e-mail addresses;

Copies of Certificate of Incorporation and valid DPR registration specific to the work, ,    Evidence of similar work experience in the last five (5) years, with names of operators’ representative that can be contacted to verify work history;

Company financial details (including banking details), audited accounts and tax clearance certificates for the last three (3) years.

Documented evidence of any significant relationships with supplying contractors and subcontractors together with details of any technical support agreements with foreign contractors:

A verifiable programme to address Nigeria Content-Federal Government of Nigeria’s Directives on Nigeria Content target of 70% by year end 2010 and as contained in NNPC Directives of 13th October 2006:

Details of Quality Assurance /Quality control (QA/QC) Policy and Quality Manual

Evidence that Contractor is of Nigerian origin and indigenous to Uta, Ngaba, Ossu, Izombe areas, or Oguta LGA of Imo State.

Submission of Pre-Qualification Documents

Companies shall ensure that their Pre-Qualification Documentation is submitted to APD(N)L in strict accordance with the following document format:-

  • Three (3) CD/DVD-Roms of the complete Pre-Qualification Document; and
  • Three (3) originals of the complete Pre-Qualification Document.

Companies are requested to neatly package their documentation in binders and submit the complete Pre-Qualification in three (3) separate envelopes, with each envelope containing one (1) CD/DVD-Rom and one (1) hard copy original document. The envelopes must be sealed and marked as follow:

“Confidential”  Prequalification Information

Addax Petroleum Development (Nigeria) Limited

Tender Number: Tb-2861

Tender Title: OML-124 Civil Construction Works Call-Off Contract.

These envelopes should be delivered to the address given below on or before 7th February 2011.

Addax Petroleum Development (Nigeria) Limited

32 Ozumba Mbadtwe Avenue

Victoria Island,

Lagos, Nigeria

Attention: The Tender Board Secretary

NIPEX COMPLIANCE

Please visit the NipeX portal at www.;pjpgxng for this Advert and other information. Companies are expected to have attained the “Published” status in the NipeX JQS database to be eligible for addition to participate in this exercise. This is a condition to participate in this exercise. Application forms are available at www.nipexng.com

Companies are expected to have their nominated personnel attend a training session on the functionality and use of the NipeX eMarketplace and show evidence that such personnel have received formal certification from NipeX.

Notes

(i)      THIS IS NOT AN INVITATION TO TENDER. Notwithstanding the submission of the pre-qualification information, APD(N)L is neither committed nor obliged to include any company on any bid list or to award any contract to any company and/or associated companies subcontractors or agents.

(ii)     APD(N)L/NAPIMS reserve the right to reject any/or all pre-qualification proposals;

(iii)    APD(N)L will deal only with authorized officers of the tendering companies and not through individuals or agents acting on their behalf

(iv)    APD(N)L will not enter into correspondence with any company or individual on why a company was pre-qualified;

(v)     This advertisement of “Invitation to Pre-qualify” shall not be construed as a commitment on the part of APD(N)L, nor shall it entitle companies to make any claims whatsoever and/or seek any indemnity from APD(N)L in relation thereto.

Provision of Manpower Supply Services (TB-2911) at Addax Petroleum Development (Nigeria) Limited

ADDAX PETROLEUM DEVELOPMENT (NIGERIA) LIMITED

RC No. 333615)

Advert For Technical Opportunity

Provision of Manpower Supply Services (TB-2911)

1.       Introduction:

Addax Petroleum Development (Nigeria) Limited invites interested and pre-qualified

companies for this tender opportunity for the provision of manpower supply services required for the OMLs 123 and 124 work programme in accordance with the Scope of Work detailed below.

The contract is proposed to commence in January 2011 for three (3) years duration with an option to extend for one (1) year,

2. Scope of Work:

Contractor shall provide APD(N)L with high caliber Nigerian and Expatriate personnel on a call-off basis as well as general welfare facilities for these personnel who will cut across the following service areas of the Company:

(a)     Business Support Services

(b)     Facilities Engineering and Major Projects Technical/Support Services

(c)      Drilling Engineering Technical Services

This is a non-exclusive CONTRACT, and APD(N)L does not guarantee any minimum call-offs against this CONTRACT.

The Scope of Work will include but is not limited to:

a)       Identification and supply of competent Manpower in line with APD(N)L requirements, utilizing appropriate screening and matching methods to ensure that only suitably qualified personnel are recommended to APD(N)L in a timely fashion.

b)      Provision of mobilization, demobilization and in-country ground logistics (in case of expatriate manpower).

c)       Provision of appropriate expatriate quota, residency, work permit and visa rights for expatriate staff.

d)      Provision of suitable accommodation (optional) and medical arrangements based on staff assignments/status (expatriate staff).

e)       Ensuring that personnel hold valid statutory certificates, if appropriate

f)       Ensuring that contract staff conform in all matters with all matters with all enactments and regulations of the Nigerian Government and be familiar with and conform to all rules, procedures and policies of APD(N)L

g)       Ensuring prompt payment of contract staff salaries as per their contractual terms and conditions.

3.       Mandatory Requirement:

3.1     To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the Product Group 3.99.18: Manpower Supply, Temporary Staff Hiring Technical category in NipeX Joint Qualification System (NJQS) database. All successfully prequalified suppliers in this category by the bid close date 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 this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Jolayemi Street, Ikoyi Lagos with your DPR certificate as evidence for review and necessary update.

3.2 To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

4.       Nigerian Content Requirements

As requested by the Nigerian Content, each Contractor will be required to:

Demonstrate that the entity proposed for execution of the service is a Nigerian Registered Company, or Nigerian Registered 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.

Plan to ensure that 75% of the spend is domiciled in Nigeria.

Furnish details of company ownership and share holding structure with photocopies of Forms CAC2andCAC7.

Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work to be performed by Nigerian resources relative to total work volume.

Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in execution the work.

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.

Provide detailed plan for staff training and developme

Construction of Projects at College of Education, Zing, Taraba State.

College of Education

PM.B. 1021 ZING, Taraba State

Office of the Provost

Education Trust Fund

Normal Intervention Project 2009/2010

College of Education, Zing, Taraba State

Invitation for Pre-Qualification of Contractor

The Provost, College of Education Zing invites interested and reputable contractors registered with the college to apply for the following ETF job opportunities:

  1. Construction-of 250-seater lecture theatre.
  2. Construction of 750-seater auditorium.
  3. Construction of 1 block of 4-classrooms with offices.

Pre-Qualification Requirements:

The following pre-qualification requirements are to be submitted:

  1. Evidence of Registration with College.
  2. Evidence of Registration with Corporate Affairs Commission.
  3. Current Tax Clearance Certificates for 3 years.
  4. Company Profile
  5. Evidence of capability and credibility from banks
  6. Evidence of similar job executed in pictures
  7. Evidence of audited account for 3 years
  8. VAT Registration Certificate

Submission: Interested applicants are to submit their applications for Pre-Qualification to the office of:

The Provost,

College of Education, Zing

Taraba State.

On or before 30/01/2011, only shortlisted applicants will be invited for pre-qualification.

Signed:

Hussaini Manager, Director Works

For Management.

Provision and Installation of an Enterprise Risk Management (ERM) System at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447/448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic-ng.com website: www.ndic.org.ng

Request for Proposal on Implementation of Enterprise Risk

Management Framework System

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable computer software solution companies with good track record of performance and experience to bid for the provision and installation of an Enterprise Risk Management (ERM) System in the Corporation to drive the implementation of its Enterprise Risk Management (ERM) Framework.

Interested, reputable and competent bidders are hereby invited for technical and financial bids for the proposed ERM software for the Corporation.

Scope of Work

NDIC has established an Enterprise Risk Management Unit to implement its ERM Framework. The proposed ERM software is required to provide a platform for Risk identification, Assessment, Control and Monitoring with ability to generate customized Reports. The proposed software should have web/internet Access with ability to accommodate a minimum of 30 users in the various NDIC locations in Nigeria.

Tender Documents

Interested Companies should obtain the tender documents from the Administration Unit, NDIC Head Office (2nd Floor), Plot 447/448 Constitution Avenue, Central Business District, Abuja on payment of ten thousand naira only (N10,000.00) in Bank Draft and made payable to Nigeria Deposit insurance Corporation, Abuja Further enquires about this tender could be made from the Head, Enterprise Risk Management Unit (ERMU) at the above address. He could be reached either through the telephone numbers: +234-9-4601053, +2348033156688 or e-mail addresses: ayoolasa@ndic-ng.com abiolaayoola@yahoo.com or Head, Information Technology Department (ITD) through telephone numbers: +234-9-4601053, +234-8052263325 or e-mail addresses: amoosk@ndic-ng.com samuelamoo@hotmail.com

Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC).
  • The current 3 year Tax Clearance Certificate of the Company (2008 -2010).
  • Last three months (September – December) financial (Bank Account) statement of the company.
  • The Company’s audited accounts for the past three years (2007 -2009).
  • Evidence of financial capacity or bank support.
  • Evidence of having successfully carried out similar works within the past three years.
  • Company profile showing evidence of availability of requisite and appropriate staff/skill for the job.
  • Evidence of VAT registration and remittance to relevant tax authority.
  • Evidence of pension fund remittance to appropriate PFC/PFA.
  • Sworn Affidavit that the company is not in receivership and that none of the company directors was ever convicted of any fraudulent activity.
  • Foreign firms are expected to comply with similar laws in their countries of operations and must show evidence of compliance.

Submission of Tender Documents

Five (5) bond copies of the tender documents must be submitted on or before 15th February 2011 by 4:00 pm in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” respectively both put in a third envelope sealed and marked on the right hand top corner “Tender   for the   Implementation   Of   Enterprise Management Framework System (Erm) Software” and addressed to:

The Director of Administration,

Nigeria Deposit Insurance Corporation,

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja Nigeria

Hard Copies

The tender documents are to the dropped in the tender box at the Head Office, Abuja. Companies dropping tenders are expected to sign the tender register as evidence of submission. Submission of tender by post or courier will not be acceptable, and any tender submitted after the closing date/time specified above stands automatically disqualified.

Electronic Submission

Tender documents can also be submitted electronically by following this link or clicking on the “Click Here to submit you tender documents online” link on www.ndic.org.ng

Opening of the Tenders

Public opening of tenders shall be on the next working day after the closure of submission. The name of the successful Company shall be posted on the NDIC Notice Board at the Head Office and the Corporation’s Website. Only the successful Company will be contacted. Representatives of the responding companies are invited to come and witness the opening of the bids in our Office on the day mentioned above.

Additional Information

  • Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender.
  • NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties.
  • NDIC shall reserve the right to reject any submission based on unverifiable information.
  • All commercial bids should be quoted in Naira for all Nigerian-based Companies, while foreign-based companies should avail themselves with the most current (prevailing) exchange rate from Central Bank of Nigeria website in their quotations.
  • This advert also serves as invitation to any interested NGO and members of the general Public who may wish to witness the opening exercise.

Signed:

Management

Procurement of Goods at Shiroro Hydroelectric Plc

Shiroro Hydroelectric Plc

P. M. B. 125 MINNA, NIGER

General Procurement Notice Invitation to Tender

Preambles:

In compliance with the Public Procurement Act 2007 (as amended) the Management of Shiroro Hydroelectric plc wishes to notify the General Public on its need to procure Goods and services in 2011 fiscal year. The procurement of these Goods and Services are to be funded from year 2011 Federal Government Appropriation and the Multi Year Tariff Order (MYTO)/ Internally Generated Revenue (IGR).

The company wishes to invite interested, competent, reputable and qualified contractors to tender in respect of its approved projects under the 2011 Appropriation.

Lot SH 1 WORKS/SERVICES
Lot SH 1A 5-Yearly Comprehensive Inspection of the Dam/Hydraulic Structure and Upgrading of instruments
Lot SH 1B Repair of Spillway Gate No. 4 Superstructure
Lot SH 1C Consultancy Services for overhaul of Unit 411G1
Lot SH 1D Block walling and Partitioning of main Stores
Lot SH 1E Supply, Installation and Commissioning of Package Unit
Lot SH 1F Supply, Installation and Commissioning of Refrigerating Unit

Lot SH 2

Goods

Lot SH 2A Supply of 75kw Pump-Motor Set
Lot SH 2B Supply of Oil Injected Rotary Screw Compressor

Tender Requirements:

All bids must be accompanied with the following:

  • A copy of Certificate of Incorporation s Registration with Corporate Affair Commission (CAC) in Nigeria.
  • Current Company Tax Clearance Certify last 3 years in case of a Nigerian company. Originals to be produced for sighting
  • Updated Value Added Tax Registration Certificate (VAT) and evidence of VAT remittances in the last three years
  • Company profile including, among others, organizational structure and key professional staff, relevant manufacturing capacity; copy of company and equipment brochure should be submitted along side bids
  • Evidence of having successfully done similar work/supply/services and respective locations in the past.
  • Evidence of financial capacity (Please submit company’s Bank Statement in the last one year)
  • Detailed list of equipment owned/to be hired by the company for works.
  • Sworn affidavit affirming that information being provided by bidders are correct.
  • Any other relevant information that will place the bidding company on a comparative advantage over others.

Important Information

  1. All documents submitted will be subjected to verification from the relevant agencies
  2. Only technically qualified companies will be allowed to participate in the competitive tender.
  3. Bids can only be submitted within working hours
  4. This advertisement shall not be construed as a commitment on the part of Shiroro Hydroelectric Plc nor shall it entitle responding bidders to seek any indemnity from the station by virtue of such bidder having responded to this advertisement.
  5. Late submission will not be entertained.

Collection of Tender Documents

Interested Contractors are to pay a non-refundable fee of N10,000.00 to the Finance and Accounts Department as pre-requisite for collection of Tender Documents. Tendering Documents will be collected by hand from the Procurement Department.

Submission of Tender Documents:

Completed with other tender requirements must be submitted in sealed envelopes indicating clearly the category and Lot number as contained in this advert marked “Tender for Lot.” which must be submitted on or before 1st March 2011 and addressed to:

The Chief Executive Officer,

Shiroro Hydroelectric Plc

P. M. B. 125

Minna.

Niger State.

Submission of the bid shall close at 12 noon, on Monday 28th February 2011.

Visit our website our at www.shirorohydroelectricplc.org for further information.

Management