Award of Contract for the Reconstruction of Owerri – Elele Road (Owerri-Omerelu Segment-35.14KM)

ITEM/SERVICE
Award of Contract for the Reconstruction of Owerri – Elele Road (Owerri-Omerelu Segment-35.14KM)

DATE OF AWARD

3rd March 2010

CONTRACT DUARATION
30 Months

NAME OF COMPANY
Messrs. Cypress Konsult Ltd.

IMPLEMENTING AGENCY
Ministry of Niger Delta Affairs

CONTRACT SUM
N369,735,488.05

ICT Skills enhancement training program for its staff at Securities and Exchange Commission

Securities and Exchange Commission

Plot 272 Samuel Adesujo Ademulegun Street

Central Business District Abuja

e-mail: sec@sec.gov.ng , website: www.sec.gcv.ng

Request for Proposal

1.0 INTRODUCTION

As part of efforts to leverage on the full potential of its ongoing ICT infrastructure upgrade, improve her business operations and enhance productivity, the Securities and Exchange Commission (SEC) of Nigeria has identified the urgent need for ICT Skills enhancement training program for its staff.

Towards achieving this, the Commission hereby request for proposals, in two parts (Technical & Financial), from qualified ICT training Firms to provide this service.

2.0     TERMS/SERVICES REQUIRED

The services to be carried out include:

  • Training on Microsoft Office Productivity Tools covering proficiency levels from Basic to Advanced:
  • Training is expected to cover about 500 Staff of the Commission who are located both at the Head office in Abuja and all the 7 Zonal Offices in Lagos. Port Harcourt, Kano, Kaduna, Ibadan, Onitsha, and Maiduguri
  • The Staff are to be trained in batches of a convenient size and in a conducive venue to be provided by the Training Firm
  • Training should strictly be hands-on and a maximum of 2 batches per day
  • Training duration per batch should be for a fixed period of two weeks (Saturday inclusive) with a total contact hours of 36;
  • Other terms and modalities are to be negotiated with the selected Firms

3.0 MANDATORY REQUIREMENTS

Interested and competent ICT Training Firms wishing to carry out the above training program shall submit amongst others, the following documents:

a)       Evidence of registration with Corporate Affairs Commission

b)      Evidence of payment of tax for the last three (3) years.

c)       Comprehensive company profile including registered address functional contact email address, GSM phone number(s), and detailed resume of relevant staff.

d)      Reference letter from bank stating financial ability to carry out project(s)

e)       Three (3) years Company’s audited statement of accounts

f)       Certificate of registration with the Computer Professionals Registration Council of Nigeria (CPN)

g)       Evidence of compliance with the requirements of the Pension Reform Act. 2004

h)       Evidence of Partnership Status with Microsoft Corporation

4.0     General Requirements

Interested Firms should provide

a)       Proof of reputation, evidence by at least two certificates of completion, in carrying out similar assignments previously

b)      List of verifiable experience on similar training projects successfully executed

c)       At least 2 reference sites for due diligence

d)      Training implementation plan

e)       Risk Management plan

f)       Composition of qualified technical Staff that will facilitate the training

g)       Evidence of registration of at least 2 key personnel by the computer professional Registration Council of Nigeria (CPN)

h)       Evidence of Microsoft certification by at least 2 key personnel;

5.0     SUBMISSION OF PROPOSAL

The submission of proposal shaft be in two separate envelope as follows;

A .     The Mandatory Requirements and the Technical Proposal should be submitted in a sealed wax envelope clearly marked “TECHNICAL PROPOSAL FOR THE PROVISION OF ICT SKILS ENHANCEMENT TRAINING PROGRAM FOR  SEC STAFF at the top left hand corner.

B.      The Financial Proposal should be submitted in another sealed wax envelope to be clearly marked “FINANCIAL BID FOR THE PROVISION OF ICT SKILLS ENHANCEMENT TRAINING PROGRAM FOR SEC STAF F” at the top left hand corner, and to be addressed to:

The Secretary, Tenders Board

Securities and Exchange Commission,

Ground Floor, SEC Tower,

Plot 272, Samuel Adesujo Ademulegun  Street

Central Business District, Abuja.

CLOSING DATE

All submissions must be received at the above address on or before 10th January 2011. Please note that no proposal shall be accepted after 4:00pm on Monday January 2011

OPENING DATE

The Technical Proposal shall be opened on Tuesday January 11, 2011 by 10.00am at the SECs Head Office Abuja, Training Firms, NGOs and the public are invited to the opening.

ENQUIRIES

All enquiries on this advertisement are to be directed to:

The Secretary, Tenders Board

Securities and Exchange Commission,

Ground Floor, SEC Tower,

Plot 272, samunel Adesujo Ademulegun Street, Central Business District, Abuja

+234 7036512886, +234 8033004135, +234 8053441350 or +2348055435419

E-mails: sec@sec.gov.ng , training@sec.gov.ng it@sec.gov.ng

Time: 10:00 am – 4:00pm daily on working days

IMPORTANT NOTICE

  • Only successful pre-qualified firms will have their Financial Bids opened on a date that will be communicated to all Firms to attend
  • Nothing in the advert shall be construed to be commitment on the part of SEC nor shall entail any vendor/consultant to make any claim(s) whatsoever and seek indemnity from SEC by virtue of the bidder having responded to this advertisement

Signed:

Management

Pre-Qualification and Subsequent Tendering For Year 2009/2010 (Merged) ETF Intervention in Library Development at Auchi Polytechnic

Auchi Polytechnic

P.M.B. 13,

Auchi, Edo State

Invitation for Pre-Qualification and Subsequent Tendering For Year 2009/2010 (Merged) ETF Intervention in Library Development

Auchi Polytechnic Auchi intends to carry out years 2009/2010 (Merged) ETF intervention in Library Development for the procurement of various Assorted Textbooks, Bindery Equipment, Computers, Laptops, Photocopiers and Library Reading Chairs as approved.

Prequalification document are hereby invited from competent suppliers/contractors for the expression of interest.

B       PRE-QUALIFICATION DOCUMENT

  • Evidence of Registration with Corporate Affairs Commission
  • Tax Clearance Certificate for the Last Three (3) years
  • Value Added Tax/Evidence of Remittance
  • Bank Reference Letter/Banking Support Showing evidence of Financial capability to execute the project
  • List of similar and verifiable project Successfully executed by you company with locations, Letters of Award, and completion certificates within the last five (5) years
  • Company resume
  • Evidence of registration with FMW/FME or Auchi Polytechnic, Auchi
  • Evidence of communal social responsibility.

C.      SUBMISSION OF DOCUMENTS

These documents should be returned in sealed envelopes and marked “ETF” 2009/2010 NORMAL INTERVENTION FOR LIBRARY DEVELOPMENT” addressed to the registrar’s office on or before 12 noon, on 20th January 2011.

D.      OPENING OF PRE-QUALIFICATIONS DOCUMENTS

All pre-qualification documents received shall be opened in the polytechnic boardroom at the expiration of this deadline. Interested suppliers/contractors and the general public are invited to witness the opening of pre-qualification in line with due process procedures.

NOTE: This advertisement is not an invitation to tender. Only shortlisted suppliers/contractors shall be invited to tender.

Signed:

Dr. Steve Iyayi

Registrar/Secretary to Council

Rehabilitation and Reinforcement of 330/132kv and 132/33KV transmission Substations at Power Holding Company of Nigeria Plc

FEDERAL REPUBLIC OF NIGERIA

POWER HOLDING COMPANY OF NIGERIA

SPECIFIC PROCUREMENT NOTICE

NIGERIA ELECTRICITY AND GAS IMPROVEMENT PROJECT:

REHABILITATION AND REINFOREMENT OF 330/132KV AND 132/33KV TRANSMISSION SUBSTATIONS

DATE:                 23rd December

Loan No.:              CR 46200 UNI

IFB No.:     NGPT1

The Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Nigeria Electricity and Gas Improvement Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Rehabilitation and Reinforcement of 330/132kv and 132/33KV transmission Substations: (NGP-T1)

The Power Holding Company of Nigeria Plc- Project Management Unit (PHCN-PMU) now invites sealed bids from eligible bidders for the Rehabilitation and Reinforcement of 330/132KV and 132/33KV transmission Substations:

(NGP-T1)

Lot 1:          Afam IV 330KV, Afam/132/33KV, Port Harcourt Town 132/33KV Aba Town 132/33KV and Eket 132/33KV substations.

Lot 2:          Akangba 330/132KV, Akangba 132/33KV, Ikeja West 330/132KV, Ikorudu 132/33KV and Alagbon 132/33KV substations

Lot 3:          Osggbo 330/132KV, Ayede 330/132/33KV, Jerico 132/33KV and Ijebu Ode 132/33KV

Lot 4:          Mando 330/132KV, Mando 132/33KV, and Dan Agundi 132/33KV substations

International competitive bidding will be conducted in accordance with the Bank’s Single-Stage Bidding Procedure.

3.       Interested eligible bidders may obtain further information from and inspect the bidding documents at Power Holding Company of Nigeria Plc, Project Management Unit (PHCN-PMU) at address 1 given below from 9:00a.m to 5:00p.m week days Nigeria time starting from 23rd December 2010.

4.       Complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address (2) below and upon payment of a nonrefundable fee of fifteen thousand Naira (N15,000.00) or one hundred US Dollars (US$100.00). The method of payment will be by Certified Bank Cheque in favour of PHCN. The Bidding Documents will be sent by courier upon additional payment of fifteen thousand Naira (N15, 000.00) or one hundred US Dollars (US$100.00) for Europe and West Africa or thirty thousand Naira (N30,000.00) or two hundred US Dollars for all other countries payable to the Manager, PHCN PMU at Abuja on or before 6th January 2011 to cover the cost of the delivery to bidders by courier.

5.       The provisions in the instructions to Bidders and in the General Conditions of Contract are the provisions of the Bank Standard Bidding Documents: Procurement of Plant.

6.       Bids must be delivered to the address (1) below at or before 12:30 pm on 3rd March 2011. All bids must be accompanied by a bid security of

Lot 1: Three hundred and fifty thousand US Dollar (USD350,000.00)

Lot 2: Four hundred thousand US Dollar (USD400,000.00)

Lot 1: Four hundred and thirty thousand US Dollar (USD430,000.00)

Lot 1: One hundred Seventy thousand US Dollar (USD170,000.00)

Or equivalent amounts in a freely convertible currency. Late bids will be rejected.

7.       Firms that cannot meet the following key qualifications requirements are not encouraged to participate in the bidding process:

(a) Average annual turnover requirement

Minimum average annual turnover of

Lot 1 Eighteen Million US Dollar (US$18.0m)

Lot 2 Twenty Million US Dollar (US$20.0m)

Lot 3 Twenty One Million US Dollar (US$21.0m)

Lot 4 Eight Million Five hundred thousand US Dollar (US$ 8.5m)

Calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years

(b)     Financial Resources:

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirements;

Lot 1 Two Million three hundred thousand US Dollar (US$2.3m)

Lot 2 Two Million five hundred thousand US Dollar (US$2.5m)

Lot 3 Two Million Seven hundred thousand US Dollar (US$2.7m)

Lot 4 One Million one hundred thousand US Dollar (US$1.1m)

Specific Experience:

Participation as contractor, Management contract, or subcontractor, in at least two (2) contracts within the last Ten (10) years, each with a value of at least:

(c)     Lot 1 Fifteen Million US Dollar (US$15.0m)

Lot 2 Sixteen Million US Dollar (US$16.0m)

Lot 3 Seventeen Million US Dollar (US$17.0m)

Lot 4 Seven Million US Dollar (US$7.0m)

8.       Bids will be opened in the presence of the bidder’s representatives, who choose to attend at the address (1) below at 12:30 pm on 3rd March 2011

Address(1)

Engr. M. A.Ganiyu

Manager, Project Management Unit

7, Kampala Street, Wuse II,

Abuja 900288,

Nigeria

Tel: +234-9-8746412

E-mail: phcnpmu@nepapmu.org

Website: www.nepmu.org

Address (2)

Engr. Husani S. Labo

Managing Director/ CEO

Power Holding Company Nigeria Plc

Plot 441, Zambezi crescent, Maitama

Abuja, Nigeria

Attention: Manager Project Management Unit

Call-off Contract for Fabrication of Platform Decks, Topsides, Jackets and Associated Structures at ADDAX Petroleum Development (Nigeria) Limited

ADDAX Petroleum Development (Nigeria) Limited

TB-2909 Tender Opportunity

Call-off Contract for Fabrication of Platform Decks, Topsides, Jackets and Associated Structures

Introduction:

ADDAX Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD (N) L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for a call-off contract for structural and mechanical fabrication work, including related electrical and instrumentation work, for jackets, piles, decks, modules, bridges and miscellaneous related components for APD (N) L’s OML 123 Offshore facility, as detailed in item 2 below. The contract is proposed to commence in Q1, 2011 and continue for duration of two (2) years with APD (N) L having the sole option to extend the duration for a further period of one (1) year.

Scope of Services:

This Scope of Services covers structural and mechanical fabrication work, including related electrical and instrumentation work, for jackets, piles, decks, modules, bridges and miscellaneous related components for APD (N) L’s OML 123 Offshore facility. It is envisioned that the contracts awarded will be on a call-off basis, and that more than one contract will be awarded for the work.

As a minimum requirement, the selected Contractor shall have the necessary experience, capability to perform all of the following work:

  • Fabrication of platform jackets and guide frames.
  • Fabrication of decks and modules.
  • Fabrication of bridges (for linking platforms).
  • Prefabrication of piping and mechanical components.
  • Installation of piping, valves, mechanical components and other equipment items into decks and modules.
  • Electrical and instrumentation systems installation into decks and modules.
  • Hook-up and testing of all piping, mechanical, electrical and instrumentation items and systems within decks and modules.
  • Load-out of the complete work, by lifting, skidding or use of motorised bogies, as appropriate.

To qualify, the Contractor should have a track record for fabrication of work as described above, with a minimum fabricated weight of either a jacket, deck or module of at least 250 tonnes.

The contractor’s yard shall have direct access to a suitable water channel, with adequate water depth and with a suitable quay at the water’s edge, to enable load-out of the fabricated components onto cargo barges.

The Contractor shall have, or have an ability to access from a third party, suitable carnage, winches or bogies to enable load-outs either by lifting, skidding or drive on.

It is envisaged that materials will be free-issued to the Contractor.

3.       Tender Mandatory Requirements:

To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the Product Group 40201 Steel / Metal / Concrete Structures / platforms Contracting category in Nipex Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive invitation to Tender (ITT)

3.1.1. To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check my supplier status’ and thereafter click on’ supplier product group’.

3.1.2. If you are not listed in a product/service category that you are registered with at DPR to do business, you may contact NipeX’ office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos, with your DPR certificate as evidence for necessary update.

3.1.3. To initiate the JQS Pre-qualification process, you may access www.nipexng.com to download the requisite application form, make necessary payments and contact NipeX office for further action.

3.2.    In addition to 3.1 above, Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

Nigerian Content Requirements:

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer 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.
  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of 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 executing 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 evidence of well equipped officers and workshop.
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical address (not P.O. Box).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services
  • Provide details on any other Nigerian Content initiative the company is involved in.

5.       CLOSING DATE

5.1     This tender opportunity shall remain open in the NipeX System for fifteen (15) working days and shall close to interested Contractors by: (7am on 16th 12-2010) Hours on (12.00pm 30-12-2010), 2010 (the advert closing time/date)

5.2     Only Tenders who are registered with NJQS under this product/date shall be invited to submit Technical Bids.

GENERAL CONDITIONS

  • Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:
  • As stated in item 3 hereto, Contractors are required to be prequalified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.
  • To enable interested pre-qualification Contract to use the NipeX System to progress this tender exercise, they should access the NipeX system and include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes.
  • All costs incurred in preparing and processing NJQS prequalification and responding to this Tender Opportunity shall be to the Contractor’s own account.
  • This Advert shall neither be construed as any Contractor as any form commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle prequalified Contractors o make any claims whatsoever, and/or seek any indemnity from APD(N) and/or and of its partners by virtue of such Contractors having been prequalified in NJQS.
  • The tendering process shall be undertake in accordance with the NNPC contracting process which require pre-qualified Contractors to submit their documentation in the following manner:
  • Pre-Qualified contractors in the relevant Product/Services category in NJQS will be requested to submit their Technical Tenders
  • Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested of submit their Commercial tenders.
  • APD(N)L reserves the right to reject the submission(s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to APD(N)L
  • APD(N)L will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

Please visit the NipeX portal at www.nipexng.com for this Advert and other relevant information.