Supply of Medicines, Medical and Laboratory Equipment, Medical and Laboratory Consumables and Reagents at Crown Agents Nigeria Ltd

Invitation for Expressions of Interest for the

Supply of Medicines, Medical and Laboratory Equipment, Medical and Laboratory Consumables and Reagents

The Department for International Development (DFID) have requested Crown Agents Nigeria Ltd (CANL) to carry out the procurement process to provide the Partnership for Enhancing Health Systems II Programme (PATHS 2) with the supply of medicines, medical and laboratory equipment, medical and laboratory consumables and reagents. (This will be undertaken using a restricted procurement process which initially requires potential bidders to submit a pre-qualification questionnaire. Successful candidates will then be eligible for inclusion in a tender to establish framework agreements to supply products for health projects funded by DFID, or their Managing Agents, in their programme countries throughout the world).

In order to ensure efficiency of supply to PATHS 2, Crown Agents Nigeria Ltd is looking to establish Framework Agreements for the duration of 4 years with a further annual review where applicable.

Interested candidates should apply to CANL, for a pre-qualification questionnaire.

Following successful evaluation of the pre-qualification questionnaire, tender documents will be made available to the shortlisted companies at the nominal cost of GBP 50.00 only.

Completed pre-qualification questionnaires must be delivered to the address below by 2,00pm 24th January 2011. Two copies should be submitted in a sealed envelope and marked “CA/DFID Health FA 2011-Lots 1-13” (applicable).

Crown Agents Nigeria Ltd

44 Durban Street

Off Adetokunbo Ademola Crescent

Wuse 2,

Abuja

Construction of Fence, Gate and Gate House of the Administrative Block Complex at National Centre for Energy and Environment

National Centre for Energy and Environment

(Energy Commission of Nigeria)

University of Benin, Benin City, Nigeria

Invitation to Tender

Introduction:

The National Centre for Energy and Environment (NCEE), an agency of the Energy Commission of Nigeria (ECN) invites interested and reputable vendors and contractors with vast experience in building and construction work to apply for the following under listed job provided for in the 2010 capital project.

Scope:

Construction of Fence, Gate and Gate House of the Administrative Block Complex

Tender Qualification/Requirements

The following requirements must be submitted

  • Evidence of registration with the Corporate Affairs Commission (Valid Certificate of Incorporation)
  • Evidence of tax Clearance and VAT certificate for the past three (3) years
  • Company Audited Account for the past three (3) years
  • Evidence of registration with the National Centre for Energy and Environment.
  • Company profile with list of Technical/Management staff with evidence of previous work experience, detailed clients, nature of work/contract, contract sum etc.
  • Articulated Work Plan and Methodology
  • Evidence of VAT registration/payment
  • Evidence of Financial Capability
  • Evidence of submission of Annual returns from CAC
  • Experience in handling similar job is an added advantage
  • Full Office Address of the Company and GSM Number(s)

Collection and Submission of Tender Documents

Interested vendors and contractors are to pay a non – refundable TENDER fee of N30,000.00 (thirty thousand naira only) in bank draft payable to the National Centre for Energy and Environment before collecting the tender documents from the office of the Director, PTDF Building, Ugbowo Campus, University of Benin, Benin City.

  • Three copies (Original Plus Two Duplicates) of the completed Tender documents should be submitted in sealed envelope marked CONFIDENTIAL with the job title at the top left hand corner.
  • The documents are to be addressed to the Director, National centre for Energy and Environment (NCEE), PTDF Building, Ugbowo Campus, University of Benin, PMB 1154, Benin City, Nigeria, not later than 20th January, 2011.
  • The deadline for the submission of bid documents is 12 noon, on Thursday 20th January, 2011 and all submissions will be opened at 2p.m the same date at the Faculty of Engineering Board Room, University of Benin, Benin City.
  • Any Tender that does not comply with the above provisions shall be disqualified. In addition, the Centre is not bound to accept the lowest or any Tender.

NB:

This advertisement of “Invitation to Tender” shall not be construed to be a commitment on the part of the Centre to award any form of contract to any respondent nor shall it entitle any Company submitting documents to claim any indemnity from the Centre.

Signed

The Director

National Centre for Energy and Environment

Construction of Projects at Federal Polytechnic Nekede, Owerri

Federal Polytechnic Nekede, Owerri

P.M.B 1036, Owerri-Imo State, Nigeria

Invitation for Pre-Qualification of Contractors in Respect of 2010 Internally Generated Revenue (ICR) Projects

Preamble

The Federal Polytechnic Nekede. Owerri invites for  pre-qualification,  reputable contractors for the execution of its 2010 IGR project

The works are categorized as follows:

  • Construction of Modern Bookshop Complex
  • Construction of Modern Nursery & Primary School
  • Construction of Classroom/Office Complex for Evening Programme
  • Construction of Classroom/Office Complex for Weekend Programme

Pre-Qualification Requirements

  1. Valid Certificate of Registration/Incorporation
  2. Current Tax Clearance Certificate
  3. VAT Registrations and Evidence of past VAT remittances.
  4. Company Audited Accounts for 3 (three) years
  5. Evidence of Financial Capability and banking support
  6. Evidence of Similar projects executed
  7. Evidence of Technical Capability
  8. Equipment and Technology Capacity
  9. Annual Turnover
  10. Evidence of timely completion of similar projects executed.
  11. A Verifying Affidavit under the Public- procurement Act 2007 sworn to at the Federal High Court (Proforma of this can be obtained at the Public Procurement Unit (PPC) of the Polytechnic)

Verification Op Claims In Pre-Qualification Documents

Please note that the Federal Polytechnic will on its own, verify the claims made in the pre-qualification documents. Pre-qualification analysis will be based on technical and financial capability of the bid.

Submission of Pre-Qualification Documents

Pre-qualification documents will be submitted with a non-refundable fee of N5, 000.00 (Five thousand Naira) only in bank draft made payable to the Federal Polytechnic Nekede, Owerri, Only pre-qualified companies will proceed to the bidding process.

Pre-qualification documents should be enclosed in a sealed envelope addressed to;

The Director

Physical Planning Unit

Federal Polytechnic Nekede

PMB1036, Owerri

The category being pre-qualified for should be boldly written at the right hand top corner of the sealed envelope.

The document must be submitted not later than 21st January, 2011.

Names of successful pre-qualified companies will be published on the Federal Polytechnic, Nekede Notice Board,

Tender documents will be issued to pre-qualified companies on payment of non-refundable fee of N50,000,00 (Fifty thousand naira) only for each of the lots in bank draft made payable to the Federal Polytechnic Nekede, Owerri.

Completed tender documents must be submitted not later than 21st January, 2011.  Successful pre-qualified companies will be published on the Federal Polytechnic, Nekede, Notice Boards. The documents will be publicly opened on that date at 12. noon prompt in the Polytechnic Council Chambers.

IM. Aligbe

Registrar

Purchase of Used Generators, Computers, Air Conditioners, Furniture and Other Office Equipment at Society for Family Health

Society for Family Health

Sale of Generators, Computers, Vehicles, Air conditioners,

Furniture and Office Equipment

Bids are invited from interested individuals and organisations for the purchase of used Generators, computers, air conditioners, furniture and other office equipment being offered for sale in lots on an as is basis.

The items are available for inspection at the following address:

Items Locations for Inspection
250 KVA Perkins Generator (1Unit) Society for Family Health (HQ)

No. 8, Port Harcourt Crescent

Off Gimbiya Street

Area 11, Garki, Abuja Contact: 08055328966

17.5 KVA F.G. Wilson Generator (1Unit) Society for Family Health

(Yola Office)

Behind Karewa Primary Sch.

Karewa/Maskare Layout

Jimeta, Adamawa

Tel: 08036195077

150 KVA Perkins Generator – (A)

150 KVA Perkins Generator – (B)

Airconditioners

  • Split 2HP Holt star
  • 2HP National Split Wall Units
  • 2HP National Floor Units

COMPUTERS

  • Compaq Evo Computers
  • Compaq HP
  • Desktop Computer (CPU only)
  • HP Compaq NX9010 Laptop
  • Compaq NX 9010 STD Laptop
  • Toshiba Notebook

PRINTERS

UPS

APC SMART UPS 1.5KVA

EQUIPMENTS

  • Electrical projector screens
  • Ultinum Data Catridge
  • Video CD
  • IBM Typewriter
  • Communication Equipment
  • Panasonic fax
  • Mega phones
  • Panasonic telephone headset
  • Sharp Video machine
  • Sanyo Cassette Player
  • Ceiling fans
  • Stabilizers
  • Rechargeable Lantern
  • VCD machine

FURNITURE

  • Venezia Swivel Jnr Chairs
  • Visitors Chairs
  • Plastic Chair
  • Aly Typist Tables
  • Office Table
  • Cabinets
  • Water Dispensers
Society for Family Health-Lagos

Awaye House, Coker Bus stop

Orile Iganmu

Lagos

Contact: 08037008922

INSPECTION   DATE AND TIME: 7th January, 2011 to 19th January 2011 Monday to Friday 9:00am to 4:00

BIDDING METHOD: The bid must be typewritten and should show the description of the item by group i.e Furniture and the value offered for the group on a single line. Bids must be submitted in a sealed envelope marked BID FOR EQUIPMENT (THE GROUP) indicating the group in bracket submitted at our Lagos, Yola or Head office.

The bidder must also provide a name, .contact address (not P. O. Box or P.M.B) and telephone number(s) for the bid to be valid.

Successful bidders will be contacted and are expected to secure items and /or lots with full payment on or before 14th January, 2011.

Deadline for Submission of Bid: 21st January, 2011

Submission of Bids to Any of the Address Below:

1

Deputy Director, Procurement Society for Family Health (HQ) No. 8, Port Harcourt Crescent

Off Gimbiya Street Area 11, Garki, Abuja

Tel: 08055328966

2

Deputy Director, Procurement

Society for Family Health

Plot 6B, Universal Avenue

Off Surulere Industrial Road

Off ACME Road

Ogba Ikeja Lagos

Tel: 01-7730508-9,

08037008922

3

Deputy Director,

Procurement Society for Family Heath

(Yola Office) Behind Karewa Primary

Sch,

Karewa/Maskare Layout Jimeta, Adamawa

Further Enquiries: 07098221447, 07098221445, 07033724112

Provision of Shallow Water Geotechnical and Geophysical Site Investigation at NNPC

MOBIL Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

Tender Opportunity:

Provision of Shallow Water Geotechnical and Geophysical Site Investigation

Introduction

Mobil Production Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage Shallow Water Geotechnical and Geophysical Surveys on its Offshore locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of two (2) years with a one (1) years optional renewal period. Contract is expected to commence in the fourth quarter of 2011

2.  SCOPE OF WORK

The scope of work includes, but is not limited to the provision of Shallow Water Geotechnical and Geophysical Surveys, associated tools and highly qualified specialist personnel.

Interested companies must be able to provide the following:

The site investigation often includes geophysical and/or geotechnical programs and the size, data density and distribution of the sample/test for each project is designed based on exploration or development objectives, regulatory requirements and expected shallow geologic conditions for each area of interest.

A. Phase 1-Geophysical Programs

Geophysical programs involve mobilizing vessel(s) capable of acquiring high quality, 2D high resolution seismic, multi-beam bathymetry, side scan sonar and sub-bottom profiler and related data processing and interpretation services.

Precision DGPS navigation and positioning systems will be used to interpret shallow drilling hazards and or obtain morphologic and sediment distribution information to assess lateral and vertical variations in soil conditions as a guide for geotechnical sample selection.

Preliminary analogue geophysical interpretations will be completed onboard the survey vessel to provide input into geotechnical program design. 2D high resolution seismic data will be processed onshore and interpreted to identify potential drilling hazards.  Final reports will map surface and foundation zone geologic conditions to highlight any constraints, hazards or other potential obstructions to facility installation or drilling,

B. Phase 2- .Geotechnical Program

Some projects will require geotechnical surveys which utilize specialized shallow water rotary drilling and other geotechnical equipment. The size, data density and distribution of sample/test sites for jack up rig sites and development platform locations will be project specific and based on the equipment configuration and expected shallow geologic conditions in the area of interest.

Geotechnical programs include rotary cores up to 100m below mud line (BML), push and hammer sampling, PCPT and other tests to characterize shallow soils and provide input for foundation engineering and design. Geotechnical tools will be deployed from a geotechnical vessel capable of deploying the required system in water depths of 10 meters to 100 meters. Core samples analyzed at an approved onshore laboratory to determine soil properties which feed into engineering analysis reports.   Geotechnical results will be compiled with geophysical interpretations to form a single integrated geoscience evaluation to provide specific soil engineering parameters required to develop final foundation design criteria for each study area.

3.       MANDATORY REQUIREMENTS

  1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Geotechnical Product Group 30903 and Geophysical and Hydrographic Survey Product Group 30904 categories in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT)
  1. To determine if you are prequalified 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.
  1. 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.
  1. To initiate the JQS pre-qualification process, access www.nipexng.com to download an application form, make necessary payments and contact NipeX office for further action.
  1. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

4.       NIGERIAN CONTENT

Nigerian Content (NC) in the upstream sector of the Nigerian oil and gas industry is defined as:

“The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas Industry.”

The Federal Government of Nigeria (FGN) in line with its vision for Nigerian Content (NC) development has enacted the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act).

NNPC/MPN JV requires her Contractors to comply with the Act, it’s attached Schedule and any applicable regulation developed by the Nigerian Content Development Monitoring Board.

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution, (Section 2)

Bidders are expected to provide the following details

  • NC Plan that addresses utilization of Nigerian Labor, Services, Materials and Equipment for this service,
  • Provide a detailed description of your company’s committed infrastructure in Nigeria (offices etc).
  • Provide details of your company’s Ownership Structure. Attach copies of CAC forms (CO2 & Co7)
  • Describe any training and certification program you have in place for your Nigerian personnel including list of relevant training attended by indigenous staff in the last 3 years.
  • Please indicate the percentage of key Management positions (line managers) that are held by Nigerians, Also provide percentage of total Company workforce and staff (direct and in-direct employees) that are Nigerians

In line with the NOGICD Act, Bidders will also be required to submit as part of its technical submission a Nigerian Content Plan demonstrating compliance with the NC requirements in the Act.

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification

5.       CLOSE DATE

Only tenderers who are registered with NJQS Product/Category as on 25th January, 2011 being the advert close date shall be invited to submit Technical bids.

6.       ADDITIONAL INFORMATION

  1. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN to award a contract to any supplier and/or associated companies, sub-contractors or agents.
  1. This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/of its partners by virtue of such companies having been prequalified in NJQS.
  1. NNPC/MPN reserves the right to reject any and or all prequalified suppliers at its sole discretion and at no costs whatsoever.
  1. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.
  1. Suppliers that are prequalified for this product/service category in NJQS must ensure that the name and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database
  1. MPN shall communicate only with the authorized/responsible personnel of  prequalified companies and not through unauthorized individuals or agents.

Please visit the NipeX Portal at www.nipexng.com for this Advert and other Information

Mobil House, Lekki Expressway, Victoria Island, P M B. 12054, Lagos