Provision of Hotel and Catering Services for Bonga FPSO Tender at Shell Nigeria Exploration and Production Company Ltd (SNEPCo)

Shell Nigeria Exploration and Production Company Ltd (SNEPCo)

Reference Tender No NG02001800

Provision of Hotel and Catering Services for BONGA FPSO Tender

INTRODUCTION

SNEPCO hereby invites reputable and competent Nigerian Companies with the requisite expertise, experience, skilled manpower and technology to apply to be considered for inclusion in the bid for the above contract.

SCOPE OF WORK

The Scope work shall generally comprise of the following elements:

  • Hotel Services for accommodation units:
  • Catering Services:
  • Janitorial, Cleaning & Pest Control Services
  • Laundry Services
  • Facilities and inventory Management;
  • Reception and Communication Services including appropriately qualified personnel to assist Bonga FPSO sickbay

MANDATORY REQUIREMENT

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Catering Services (Product Group 39903) & Hotel and Conference (Product Group 39915) categories in the NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in these categories will receive Technical Invitation to Tender (ITT).
  • To determine if you are pre-qualified and to view the product/service category you are listed for, log on to HYPERLINK “ http://www.nipexng.comwww.nipexng.com and access the NJQS with your log in details, click on “Continue to Joint Qualification Scheme tool”, click on” check my supplier status” and then click “Supplier product group”.
  • If you are not listed in a product/service category but are registered with the Department of Petroleum Resources (DPR) to do business, contact the NipeX office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for necessary update.
  • To initiate the NJQS prequalification process access HYPERLINK “ http://www.nipexng.com”   to download the application form, make necessary payments and contact the NipeX office for further action.
  • To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

NIGERIAN CONTENT REQUIREMENTS

Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and also provide the following requirements:

  • Demonstrate that the entity 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 venue binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set up in Nigeria.
  • International or multinational companies working through a Nigerian subsidiary must demonstrate that a minimum 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary Furnish details of company ownership and share holding structure. Also submit clear photocopies of you CAC Forms CO2 and CO7.
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resource relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies personnel that would be involved in executing the work. Also provide details of all Nigerian Content focal point or manager.
  • 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; attach past experience of such patronage
  • Specific to this project, 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 business and Nigerians over the next five (5) years
  • All PERSONNEL positions (Key and non-key personnel) must be held by Nigerian National Employees from COMMENCEMENT DATE of Contract.

Closing Date:

Only Tenders who are registered with NJQS: Catering Services (Product Group 39903) & Hotel and Conference (Product Group 39915) categories as at 12th January 2011 being the advert closing date shall be invited to submit Technical Bids.

ADDITIONAL INFORMATION

Expected Contract Start Date: Q3

Contact Duration: 2 years (+ 1 year extension option)

All respondents to Shell Nigeria advertisements must ensure full compliance with the Nigerian Oil & Gas industry. Content Development Act, 2010. Respondents should educate themselves on the Nigerian Oil & Gas Industry Content Development Act, 2010. Non-compliance will disqualify respondents from further consideration. This advertisement is not an invitation to tender for the above services. There is no commitment or obligation, implied or otherwise, for SNEPCo to issue a tender or enter into a contract. Participation in the pre-qualification exercise does not construe or imply any commitment to any party or entitle any party to any indemnity or any form of payment from SNEPCo.

Please visit NipeX portal at: HYPERLINK “ http://www.nipexng.com” for this advert and other information.

Execution of projects in conventional and Science Secondary Schools at Kano State

Kano State Government

Ministry of Education

2nd Floor Gidan Murtala, PMB 3042 Kano

Invitation for Pre-Qualification of contractors for ETF 2010

Intervention project

Further to the release of approval principle by the Education trust Fund (ETF) to embark on the years 2010 projects, the Ministry wishes to invite suitable qualified contractors for Pre-qualification to execute project in conventional and Science Secondary Schools.

The Project include:

a.      Construction of 2-Classrooms Blocks

b.     Construction of Storey Blocks of 4-Classrooms

c.     Construction of Twin Blocks of Laboratories

d.     Construction of 6-Seater pit Toilets

e.      Construction of Administrative Block

f.       Furnishing of Twin Laboratories Blocks

g.     Provision of Staff Office Furniture

h.     Fabrication and Installation of 3-Seater Students Furniture

i.        Furnishing of Library Books

j.        Provision of Library Reference Text Books

k.     Construction of Language Laboratories

l.        Construction of Kitchen

m.   Construction of Science Laboratories

n.     Furnishing of Science Laboratories

o.     Furnishing of Language Laboratories

p.     Supply of Science Laboratories Equipment

q.     Supply of Technical Tools and Equipment

r.       Supply of Technical Drawing Tools and Equipment

s.      Supply Double Decker Students Beds

t.       Supply of Computers, Chairs, and Tables

2.       Special intervention Projects in:

a. GSS Gwarzo

b. GSS Shanono

c. GGASS Albasu

The Project are spread across the senatorial Districts of the State.

Pre-qualification Requirements

Prospective contractors are expected to submit companies corporate profile containing the following information/document:

1.           Certificate of incorporation

2.           Evidence of registration with the state work registrations board in relevant category

3.           Company audited accounts for 3 years including tax clearance certificate

4.           Evidence of financial capability and or banking support

5.           Evidence of experience and technical qualification of key personnel

6.           Record of similar previous project executed and evidence of knowledge of the industry

7.           Equipment plant and technology capability

8.           Evidence of settlement of PAYEE and other withholding taxes due to Kano State

9.           Annual turnover

10.       VAT registration and evidence of past VAT remittance

11.       Local resources utilization

12.       Community and Social Responsibility support would be an added advantage.

Pre-qualification document should be submitted to the office the permanent Secretary. Ministry of Education, Kano on or before 6th January 2011.

Important notice

This advertisement should not be considered as a contract award or any commitment binding on the part of Ministry of Education nor shall it entitle any contractor or company to make any claims whatsoever from having responded to this advertisement.

Signed:

Permanent Secretary

Ministry of Education, Kano

Expression of Interest From Architectural Consulting Firms, Architectural Design Model for Bank Field Offices and Detailed Design of Nigeria Field Office at African Development Bank

African Development Bank

Temporary Relocation Department

Telephone: (216) 71102902 Fax: (216) 71830507

Request for Expression of Interest From Architectural Consulting Firms,

Architectural Design Model for Bank Field Offices and Detailed Design of Nigeria Field Office

1.       The African Development Bank plans to construct buildings to house its offices in sixteen regional member countries in line with its decentralization strategy and is currently seeking the services of qualified architectural consulting firm or group of consulting firms experienced in architectural and technical designs as well as supervision of construction works for office premises.

2.       The assignment will produce architectural designs of a model building for Bank Field Offices. Nigeria will be the first country in series to apply the building model design and the present services shall include preparation of the detailed designs for Nigeria Field Office. In addition to Nigeria, other countries are required to be visited during the 1st phase of the study for the development of the building model.

The main objectives of the consultancy services are:

  • Designing architectural layout plants and landscape in compliance with Bank standards and in accordance with the allocation programme provided (number and size of offices, various special and technical rooms and areas, common and/or individual toilets, parking lots):
  • Providing a plan for the installation and positioning of furniture in the office space, as well as positions for normal and regulated power switches and computer and telephone networks:
  • Provision a plan for the allocation and distribution of technical facilities (air conditioning, high (regulated and emergency) and low power, fire safety and protection equipment, etc.) and integrated telecommunication systems (computers and telephones) with standard equipment such as PABX, UPS, etc.
  • Providing bidding documents for the required goods and works, and the bills of quantities and specification for all architectural and technical works, including a confidential project financial estimate and a provisional implementation schedule taking into account the Bank’s time requirements, in keeping with the Board resolutions on the decentralization roadmap for field Offices:
  • Assisting the Bank in the bidding process and evaluation of bids: and
  • Supervising the construction works.

3.       The African Development Bank now invites architectural consulting firms or group of consulting firms, eligible in accordance with the Bank rules, to indicate their interest in providing the services. Interested firms must provide a statement of capability that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.)

4.       The firms selected from the shortlist will be required to register on-line in the Bank’s consultants data base named “DACON” (http://dacon.afdb.org/dacon). For finalizing the design works for Nigeria Field Office, interested firms from outside Nigeria are encouraged to associate with or sub-contact consultants/consultants/consulting firms from Nigeria firms from Nigeria and the firm practice in Nigeria should follow the Architect Registration Council of Nigeria (ARCON) regulations. The firms or group of firms should meet the following minimum criteria:

  • Be constituted in accordance with the legislation of a Bank member country
  • Have at least ten (10) years experience in the field of architectural design and construction supervision of building projects.
  • Have carried out at least two (2) similar contracts of the same nature and scale as above during the past three financial years (2008-2009-2010):

5.       The information provided by the consulting firms will be used to prepare a shortlist of six consulting firms or groups of firms who will be requested to submit proposals. The Bank reserves the right to modify or cancel the request at any time during the process.

6.       Written expressions of interest together with the relevant information must be delivered to the address below before 3:00 p.m. Tunis time, on or before 15th January 2011.

Postal Address:

African Development Bank

General Services and Procurement Agency,

Temporary Relocation Agency

BP 323 Tunis 1002 Belvedere, Tunisia

Telephone: +216 71 10 2102

Fax: +216 71 830 507

E-mail: Address: m.elazizi@afdb.org

Mohamed EL AZIZI

Officer-In-Charge

General Services and Procurement Department.

Renovation of Tissue Culture, Molecular Biolg, DNA Laboratories & Screen Houses at University of Maiduguri

Federal Government of Nigeria

(Federal Ministry of Education)

Science and Technology Education Post- Basic (Step-B) Project

Step – B Project University of Maiduguri

Issued Date: 13th December, 2010

Credit No: 4304 UNI

Invitation for Bids (IFB)

Renovation of Tissue Culture, Molecular Biolg, DNA Laboratories & Screen Houses in University of Maiduguri and other Partnering Institutions

(IFB No: UNIMAID/WKS/NCB/01/10)

1.     This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and National Dailies of the same date.

2.     The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Science and Technology Education  Post  – Basic Project (STEP – B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Renovation and upgrading of Tissue Culture, Molecular Biology & DNA Laboratories and Screen House

3.     The Science and Technology Education Post-Basic Project, (STEP – B Project: University of Maiduguri),  now invites sealed bids from eligible and qualified bidders for the execution of the following

Lot Item Description Bid security Qty Bid validity Delivery period
1 1 Renovation of Tissue Culture, Molecular Biology, DNA Laboratories & Screen House in UNIMAID At least 2.5% of bid price BoQ 90 Days Within 60days
2 1 Renovation of Tissue Culture, Molecular Biology, DNA Laboratories & Screen House in UN Nsukka At least 2.5% of bid price BoQ 90 Days Within 60days
3 1 Renovation of Tissue Culture, Molecular Biology, DNA Laboratories & Screen House in UNIPORT At least 2.5% of bid price BoQ 90 Days Within 60days

Bidders may bid for any one or more lots and discount offered for the award of combined lots will be considered in bid evaluation

4.     Bidding will he conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidder, from Eligible Source Countries as defined in the Guidelines.

5.     Interested eligible bidders may obtain further information from the Project Manager, Science and Technology Education Post-Basic Project, University of Maiduguri and inspect the bidding documents at the address given below, between the hours of 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

6. Qualifications requirements include;

I.            Evidence of participation as contractor, management Contractor or Sub – contractor in at least Ten (10) similar contracts within the last five (5) years.

II.            Audited financial statements for the last three years.

III.            Evidence of registration with appropriate/ relevant Government Agency.

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

7.     A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of N10, 000.00 (Ten Thousand Naira only) or US$70.00 (Seventy Dollars only).  The method of payment will be Cash or Bank Draft in favor of STEP-B Project, University of Maiduguri. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at bidders cost.

8. Bids must be delivered to the address below on or before 12:00noon local time on 15th January, 2011.  Late bids will be rejected Bids will be opened in the presence of the bidders representatives, who choose to attend in person at the address below on 15th January, 2011 at 12:00 noon local time, All bids must be accompanied by a Bid Security of at least  2.5% of bid price in local currency or an  equivalent amount in a freely convertible currency

9. The address referred to above is:

The Project Manager

Science & Technology Education Post-Basic (Step-B) Project

C/o University of Maiduguri Consultancy Centre,

University of Maiduguri, Bama Road, Borno State.

Tel: +234 8036299164; 08035099319

E-mail: audzivama@yahoo.com

Procurement of Internet Infrastructure/Equipment and Generators at Science and Technology Education Post- Basic (Step-B) Project, (Step – B Project: University of Maiduguri)

Federal Government of Nigeria

(Federal Ministry of Education)

Science and Technology Education Post- Basic (Step-B) Project

Step – B Project University of Maiduguri

Issued Date: 13th December, 2010

Credit No: 4304 UNI

Invitation for Bids (IFB)

Procurement of Internet Infrastructure/Equipment and Generators

(IFB No: UNIMAID/GDS/NCB/01/10)

1.     This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and National Dailies of the same date.

2.     The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Science and Technology Education  Post  – Basic Project (STEP – B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the  Procurement of Internet Infrastructure/Equipment and Generators.

3.     The Science and Technology Education Post-Basic Project, (Step – B Project: University of Maiduguri), now invites sealed bids from eligible and qualified bidders for Procurement of the Following.

Lot Item Description Bid security Qty Bid validity Delivery period
1 1 Bandwidth with wireless line & subscription for airtime At least 2.5% of bid price 1 90 Days Within 60days
2 1 Desktop Computers At least 2.5% of bid price 10 90 Days Within 60days
2 Laptop Computers At least 2.5% of bid price 15 90 Days Within 60days
3 Multimedia Projector At least 2.5% of bid price 5 90 Days Within 60days
4 Digital Camcorder At least 2.5% of bid price 5 90 Days Within 60days
3 1 100KVA Sound – Proof Generator & Accessories At least 2.5% of bid price 2 90 Days Within 60days
4 1 Laboratory Funiture (standard lab tools. Compressors, Oxgen cylinders) At least 2.5% of bid price Various 90 Days Within 60days

Bidders may bid for any one or more lots and discount offered for the award of combined lots will be considered in bid evaluation

4.     Bidding will he conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidder, from Eligible Source Countries as defined in the Guidelines.

5.     Interested eligible bidders may obtain further information from the Project Manager, Science and Technology Education Post-Basic Project, University of Maiduguri and inspect the bidding documents at the address given below, between the hours of 9:00am to 4:00pm Mondays to Fridays, except on public holidays.

6. Qualifications requirements include;

I.            Evidence of previous supply (sale) of similar equipment for the past 5 years,

II.            Audited financial statements for the last three years.

III.            Evidence of registration with appropriate/ relevant Government Agency.

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

7.     A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee of N10, 000.00 (Ten Thousand Naira only) or US$70.00 (Seventy Dollars only).  The method of payment will be Cash or Bank Draft in favor of STEP-B Project, University of Maiduguri. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at bidders cost.

8. Bids must be delivered to the address below on or before 12:00noon local time on 15th January, 2011.  Late bids will be rejected Bids will be opened in the presence of the bidders representatives, who choose to attend in person at the address below on 15th January, 2011 at 12:00 noon local time, All bids must be accompanied by a Bid Security of at least  2.5% of bid price in local currency or an  equivalent amount in a freely convertible currency

9. The address referred to above is:

The Project Manager

Science & Technology Education Post-Basic (Step-B) Project

C/o University of Maiduguri Consultancy Centre,

Bama Road, Borno State.

Tel: +234 8036299164; 08035099319

E-mail: audzivama@yahoo.com