Pre-Qualification for Integrated Studies of Bida Basin at Nigerian National Petroleum Corporation (NNPC)

NIGERIAN NATIONAL PETROLEUM CORPORATION

National Petroleum Investment Management Services (NAPIMS)

8/10 Bayo Kuku Road, Ikoyi, Lagos

Invitation for Pre-Qualification

Contract for Integrated Studies of Bida Basin

1. Introduction:

National Petroleum Investment Management Services (NAPIMS), a Corporate Strategic Unit of the Nigerian National Petroleum Corporation plans to conduct Integrated Studies of Bida Basin to evaluate the hydrocarbon potential, identify prospects and drillable sites. The surveys are planned to commence in 201.

NAPIMS wishes to invite interested and reputable companies with the requisite expertise, experience, skilled manpower and technology to pre-qualify for inclusion in the tender to undertake the studies.

NAPIMS wishes to invite interested and reputable companies with the requisite expertise, experience, skilled manpower and technology to pre-qualify for inclusion in the tender to undertake the studies.

2. Technical Objectives:

  • Produce a comprehensive geology of the basin
  • Identify the key petroleum system elements in the basin.
  • Identify play types, and prospects.

3. Work Scope:

The scope of work for the integrated studies will include but not limited to:

a.      Field work and Data gathering.

b.     Geophysical and Seismic Interpretation

c.     Sedimentological Analysis

d.     Geochemical Studies

e.      Sequence and chrono – Stratigraphyic Studies

f.       Biostratigraphic Studies

g.     Transportation of Data

4. Pre-Qualification Requirements:

In order to be considered, interested companies, which must be Nigerian companies, should submit letters of intent accompanied with the following:

a.      Copy of Certificate of Incorporation,

b.     Current registration with the Department of Petroleum Resources (DPR) relevant to this service.

c.     Company profile including details of share capital, workforce and office location.

d.     Documentation/Evidence of relevant and verifiable prior experience on similar service (including Client name, location, dates of work, value etc.).

e.      Company’s organizational structure / professional profile with resumes of key staff.

f.       Financial details – audited accounts for last 3 years.

g.     Details of company’s Health, Safety and Environment (HSE) policies especially as it relates to this required service.

h.     Evidence of payment of taxes for last 3 years

5. Nigerian Content:

The Federal Government of Nigeria directives on Nigerian   Content   development   (“Directives”) mandates that all contractors create value in country with targets of 70% by end 2010 in terms of total monetary   expenditures   through   the   deliberate utilization of Nigerian human and material resources without  sacrificing   quality,   safety,   health   and environmental standards.

As a result, bidders will be evaluated on their perceived willingness, documented track records and demonstrated plans to fully comply with the Directives and Company requirements. Failure to comply with these Directives or demonstrate commitment to Nigerian Content Development may result in Bidders disqualification as non compliance with Nigerian Content is a “Fatal flaw”.

6. Method Of Submission:

The responses should be sent in duplicate hardcopies and on electronic media (CDROM) in sealed envelopes clearly marked:

“Pre-Qualification for Integrated Studies of Bida Basin

Responses to this invitation must reach the address below on or before 4th January, 2011:

The Secretary,

Headquarters Tenders Committee,

Room 415, 4th Floor, Block A.

NNPC Towers,

Central Business District, Herbert Macaulay Way, Abuja

Nigeria.

IMPORTANT NOTES

NT NOTHS

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

Suppliers are expected to be pre-qualified in the NipeX JQS database.

This is a condition to participate in this exercise. Application forms are available at www.nipexng.com http://www.nipexng.com

Only short-listed companies shall be invited to tender after the Pre-qualification exercise is completed.

Please note that this is not an invitation to tender. Full tendering information and instructions shall be sent only to Companies that have been pre-qualified screened and found suitable to provide the service.

This invitation and the ensuing pre qualification process neither create any

Commitment by NNPC/NAPIMS not establish any legal relationship with   NNPC/NAPIMS. Following from this invitation, NNPC/NAPIMS is not obligated to issue any call for tender or to include any company on any bid lists or award any form of contract

Signed: Management

Proposals for the Development and Installation of Roads Performance Monitoring and Management System at Federal Ministry of Works

Federal Ministry of Works

Public Private Partnership (PPP) Unit

Headquarters, Abuja

Invitation for Submission of Tenders for Technical and Financial Proposals for the Development and Installation of Roads Performance Monitoring and Management System (PMMS)

The Public Private Partnership (PPP) Unit of the Federal Ministry of Works is desirous to establish a Road information database system that will be capable of storing road inventory, condition survey and other related data, retrieval and processing of such information for the preparation of roads for PPP & World

Bank projects and also for performance monitoring during construction and operation phases of roads under concession. To this end, a Geographic Information System (CIS) based package called Roads Performance

Monitoring and Management System (PMMS) has been identified.

2.       The works shall be carried out in 3 (three) Phases as described below:

(A)   The scope of works under Phase I – Capacity building and Data collection equipment is as detailed thus:

I.            3 No. Front high resolution digital video cameras, camera stabilizers, central controller (including computer and Distance Measurement Instrument (DM1) and Sub meter DGPS;

II.            2 No. Rear high resolution digital vertical cameras (for pavement mosaicing), camera stabilizers, rear controller (including computer and 19” LCD;

III.            Professional software: Server license. Client license and Server database configuration including PMMs client software customization and programming;

IV.            Cost to include shipment and 12 months maintenance;

V.            Capacity building and training.

(B).    The scope of works under Phase 11 shall include the supply, installation and integration of Road Monitoring vehicle and equipment to the PMMS and other related activities as detailed thus:

I.            Special vehicle for housing the video and other equipment for data collection;

II.            Supply and installation of Road Surface Profiler (RSP) incorporating 2 standard lasers and 2 accelerometers. computers and  Distance Measurement Instrument (DMI);

III.            Supply and installation of Road Geometry System (RGS), including computer. Distance Measurement Instrument (DMI) for measuring geometric parameters such as horizontal and vertical radii, lateral and longitudinal slopes.

IV.            Supply and installation of Ground Penetrating Radar (GPR) to measure thickness of the asphalt and granular layer including subsurface conditions.

V.            Capacity building and training in Pavement & Asset Analysis, GPR Analysis, RSP Analysis and Reports generation.

VI.            Server configuration to include the integration of the Road Geometry System (RGS); retrieval and analysis of road data collected front the Front and Rear cameras and other geometric information from data collection Vehicle.

VII.            Server Configuration to receive on line the data captured from site by the PMMS equipment on the data collection vehicle.

VIII.            Cost to include shipment and 12 months maintenance

(C)     The scope of works under Phase III shall include the supply, installation and integration of the Road Monitoring Data Collection equipment and other related activities as detailed thus:

I.            Supply and installation of Laser Rut Measurement System (LRMS) 150Hz to automatically detect and characterize pavement rutting.

II.            Supply and installation of Failing Weight Deflectometer (FWD) equipment for pavement structure strength measurement.

III.            Capacity building and training in data collection and analysis of LRMS and FWD reports.

IV.            Cost to include shipment and 12 months maintenance

3. In this regard therefore, the Ministry intends to procure the services of experience Consultants/Firm with full complement of relevant technical skills for the procurement, installation of PMMS equipment and Capacity Building Training of Staff. Interested Consultants/Firms are hereby invited to submit proposals for any or the three Phases. The unpriced BOQ for each Phase of the works can be collected from the address below.

Office of the Head PPP Unit

No. 11 Vanern Cresent,

Off Euphrates Street, (Opposite Ansarudeen Mosque)

Wuse II, Abuja

4.       The Technical and Financial Proposals shall include but not limited to the following:

I.            Full name of Consultant/Firm and contact person(s), postal contact and e-mail addresses, telephone/facsimile/mobile numbers;

II.            Firm Profile;

III.            Evidence of extensive knowledge and experience in areas of Information Technology/Networking, Hi-Tech Databank Design, Competency in G1S and Remote Sensing and other similar projects;

IV.            Evidence of civic and statutory compliances including three years abridged audited accounts, tax certificates, incorporated certificates; and

V.            Registration in the appropriate categories with the Federal Government or country of origin if not resident in Nigeria.

5.       The Proposals neatly bound in three (3) copies shall be signed, sealed and delivered in separate envelopes clearly marked “Confidential and Boldly Written Proposal for Roads Performance Monitoring and Management System

(PMMS) Technical Or Financial For (phase of the project; and submitted to: –

Office of the Secretary

Ministerial Tenders Board

Federal Ministry of Works, Mabushi – Abuja.

6. All submissions must he made on or before 12.00pm 4th January, 2011

Signed: Permanent Secretary

Pre-Qualification for Integrated Studies of Sokoto Basin at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation

National Petroleum Investment Management Services (NAPIMS)

8/10 Bayo Kuku Road, Ikoyi, Lagos.

Invitation for Pre-Qualification

Contract for Integrated Studies of Sokoto Basin

1.       INTRODUCTION:

National Petroleum Investment Management Services (NAPIMS), a Corporate Strategic Unit of the Nigerian National Petroleum Corporation plans to conduct Integrated Studies of Sokoto Basin to evaluate the hydrocarbon potential, identify prospects and drillable sites. The surveys are planned to commence in 2011.

NAPIMS wishes to invite interested and reputable companies with the requisite expertise, experience, skilled manpower and technology to pre-qualify for inclusion in the tender to undertake the studies.

2.       TECHNICAL    OBJECTIVES:

§  Produce a comprehensive geology of the basin

§  Identify the key petroleum system elements in the basin.

§  Identify play types, and prospects.

3.       WORK SCOPE:

The scope of work for the integrated studies will include but not limited to:

a)       Field work and Data gathering.

b)      Geophysical and Seismic Interpretation

c)       Sedimentological Analysis

d)      Geochemical Studies

e)       Sequence and chrono-Stratigraphic Studies

f )      Biostratigraphic Studies

g)       Transportation of Data

PRE-QUALIFICATION REQUIREMENTS:

In order to be considered interested companies, which must be Nigerian company should submit letters of intent accompanied with the following:

a.       Copy of Certificate of Incorporation,

b.       Current registration with the Department of Petroleum Resources (DPR) relevant to this service,

c.       Company profile including details of share capital, workforce and office location.

d.       Documentation/Evidence of relevant and verifiable prior experience on similar service (including Client name, location, dates of work, value etc.).

e.       Company’s organizational structure professional profile with resumes of Key start.

f.       Financial details – audited accounts for last 3 years,

g.       Details of company’s Health, Safety and Environment (HSE) policies especially as it relates to this required service

h.       Evidence of payment of taxes for last 3 years

5.       NIGERIAN CONTENT:

The Federal Government of Nigeria directives on Nigerian Content development (“Directives”) mandates that all contractors create value in country with targets of 70% by end 2010 in terms of total monetary   expenditures   through the deliberate utilization of Nigerian human and material resources without sacrificing quality, safety, health and environmental standards.

As a result, bidders will be evaluated on their perceived willingness, documented track records and demonstrated plans to fully comply with the Directives and Company requirements. Failure to comply with these Directives or demonstrate commitment to Nigerian Content Development may result in Bidders disqualification as non compliance with Nigerian Content is a “Fatal flaw”

6.       METHOD OF SUBMISSION:

The responses should be sent in duplicate hard copies and on electronic media (CDROM) in sealed envelopes clearly marked:

“Pre-Qualification for Integrated Studies of Sokoto Basin”

Responses to this invitation must reach the address below on or before 4th January 2011.

The Secretary,

Headquarters Tenders Committee,

Room 415, 4th Floor, Block A.

NNPC Towers,

Central Business District, Herbert Macauley Way, Abuja

Nigeria.

IMPORTANT NOTES

§  Please visit the NipeX portal at www.nipexng.com for this advert and other Information.

§  Suppliers are expected to be pre-qualified in the NipeX JQS database. This is a condition to participate in this exercise. Application forms are available at www.nipexng.com, http://www.nipexng.com

§  Only shortlisted companies shall be invited to tender after the pre-qualification exercise is completed.

Please note that this is hot an invitation to tender. Full tendering information and instructions shall be sent only to Companies that have been pre-qualified screened and found suitable to provide the service.

This invitation and the ensuing pre-qualification process neither create any

commitment by NNPC/NAPIMS nor establish any legal relationship with

NNPC/NAPIMS. Following from this invitation, NNPC/NAPIMS is not obligated to issue any call for tender or to include any company on any bid lists or award any form of contract

Signed:

Management

Procurement and Installation of VSAT, Software for Road Surface and other related Equipment at Federal Roads Maintenance Agency (FERMA)

Federal Roads Maintenance Agency, (FERMA) Headquarters

163 Aminu Kano Crescent Wuse II Abuja, www.ferma.gov.ng

Invitation to Tender

Procurement and Installation of VSAT, Software for Road Surface and other related Equipment for Federal Roads Maintenance Agency (FERMA)

Introduction:

The Federal Roads Maintenance Agency (FERMA) is desirous of procuring and installing VSAT and other equipment for establishment of Local Area Network

(LAN), Internet connections, Wide Area Network (WAN) using Virtual Private

Network (VPN) Connection, Voice over Internet Protocol (VoIP), Geographical

Information System (GIS), Global Positioning System (GPS) and Video

Conferencing for the FERMA Headquarters, FERMA field offices across the country and Federal Ministry of Works Headquarters for the purpose of facilitating Road Maintenance activities and placing her at par with the latest development in Information and Communications Technology.

The Contract encompasses supply, installation and 12 months maintenance of the components.

A. Conditions for Qualification to Tender

(Technical Submission)

Prospective Contractors are expected to meet the following minimum requirements for the Technical bid:

i.            Evidence of Incorporation with the Corporate Affairs Commission (CAC)

ii.            Evidence of registration with relevant professional body.

iii.            Tax Clearance Certificate for the last 3years which will be verified by FERMA Federal Inland Revenue Service (FIRS) desk officers.

iv.            Evidence of compliance with mandatory contributory pension scheme for staff.

v.            Verifiable evidence of previous experience in similar projects.

vi.            Comprehensive Company profile with Curriculum Vitae of Principal / Technical Officers including copies of membership certificates of relevant professional bodies.

vii.            Telephone nos., faxes, and emails/websites addresses of company.

viii.            Other information to help facilitate the evaluation of Contractors capability.

ix.            Assurance in writing of 12 months warranty of the products.

x.            Completion period for each lot should be clearly stated.

B. Financial Bid

Prospective Contractors are to bid for Lot(s) of their choice, and those bidding for more than one Lot should submit only one technical bid covering all Lots though Lots should be bidded for separately.

Lot I

VSAT procurement and installation for Federal Roads Maintenance Agency (FERMA)

S/N Product Description QTY/Unit Rate (N) Amount (N)
1. VSAT Satellite Antenna 3.8m 1 NO
2. VSAT Satellite Antenna 2.4m 10NOS
3. VSAT Satellite Antenna 1.8m 33NOS
4. i-Direct Satellite Modem 3100 Series with accessories. 49NOS
5. 128/64kbps Enterprise service (SCPC) dedicated – 3months 48 Sites
6. 1024/384kbps Enterprise service (SCPC) dedicated – 3months 1 Site
7. Thunder/Lightening arrester 49 Sites

LOT II

Procurement and Installation of Satellite Video and Road Surface Monitoring Software for the Federal Roads Maintenance Agency (FERMA)

S/N Product Description QTY/Unit Rate (N) Amount (N)
1. Complete Lynx Mobile Mapper Pothole Patrol Software by AD 1 NO.
2. Lynx Mobile Sensing Equipment with Remote Camera and GPS Collection equipment By ADS 6 NO.
3. Tom Tom/Gannain GPS/ArchGIS Road Tracking/Enterprise Google Earth Image software 1 NO.
4. Google Enterprise/Pro Earth for Server and Clients 1 NO.
5. Enterprise Linux OS Multi User for -VPN server and Clients 1 NO.
6. Asterix VOIP Solution for Server and Clients PCs 1 NO.
7. Cisco WebEx Video and Web conferencing/ Telepresence software for Server and Clients 1 NO.
8. Hosting of Cisco Webex Video Conference/Telepresence Server 2 NOS
9. Hosting of CIS Server 2 NOS
10. Symantec Enterprise End point Solution 13.0 Antivirus for the whole Agency (1,600 users) 1,600 Users
11. Astroflow Guard Bandwidth Manager/Ether Ape Bandwidth portal software for the entire VPN/Entire network 1NO.

LOT III

Procurement and Installation of HP Servers, HP Laptops and Other Equipment for the Federal Roads Maintenance Agency (FERMA)

S/N Product Description QTY/Unit Rate (N) Amount(N)
1. HP Proliant Server, ML 110 G6 Quad-Core Intel Xeon 98 Units
2. HP Proliant DL 320 G6 Server 2 Units
3. HP Pavilion Laptop, 4GB RAM, 500GB HDD, 17inch, Windows 7 Professional. 48 Units
4. HP 42” Flat LCD Display Screen 5 Units
5. HP 17” Flat Screen 100 Units
6. HP/COMPAQ Rack 42U 1 Units
7. 9U Rack with FAN (DINTEK) 48 Units
8. VOIP Wi-Fi phones 146 Units
9. VOIP Soft phones 146 Units
10. Wireless Router WLAN XLIN AP-Plus 300mw 149 Units
11. Surge Protectors (APC) 149 Units
12. Linksys Wireless N USB Adapter 600 Units
13. Patch/Cross cable 500 Units
14. STP Cables (Avaya or Brand rex or Nexion) 49 Rolls
15. Fiber Optic Cables Patch (SC-SM or ST-SM) 147 Units

LOT IV:

Procurement and Installation of Cisco Equipment for the Federal Roads Maintenance Agency (FERMA)

S/N Production Description QTY/Unit Rate (N) Amount (N)
1. Cisco Router 2800 XM VPN Module SERIES 48 Units
2. Cisco Modular Switch 2950 SERIES (24 Ports) 49 Units

LOTV:

Procurement and Installation of Ups for the Federal Roads Maintenance Agency (FERMA)

S/N Production Description QTY/Unit Rate (N) Amount (N)
1. APC UPS 3KVA Smart Backup Online 2 Units
2. APC UPS 1.5KVA Smart Backup Online 4 Units
3. APC UPS 1.2KVA Smart Backup 46 Units
4. APC UPS 650VA Smart Backup 217 Units

You may obtain further information at the address below during office hours (8:00 a.m – 4:00 p.m) on or before the close of submission of Tenders by 2:00 p.m on 17th January 2011.

The Managing Director/CEO,

Federal Roads Maintenance Agency,

Plot 163, Aminu Kano Crescent,

Wuse 11,

Abuja.

Attention: Head (ICT)

Submission:

Submission of Tenders accompanied with a draft of N10,000 (Ten Thousand Naira only) per Lot, made payable to Federal Roads Maintenance Agency, must be delivered in two separate sealed envelopes marked “Technical Bid” and “Financial Bid” respectively with both envelopes marked on the top left hand corner “Confidential” and at the top right hand corner “Lot No.” and addressed to:

The Managing Director/CEO

Federal Roads Maintenance Agency,

Plot 163, Aminu Kano Crescent,

Wuse 11, Abuja

Attention: General Manager (Procurement)

All submissions must be made on or before 2:00 p.m on the 17th of January 2011 and submitted to the Procurement Unit of the Agency. Tenders will be opened immediately after the deadline at the Agency’s Conference Room.

Signed:

Management

Supply of Items at Abubakar Tafawa Balewa University, Bauchi

Abubakar Tafawa Balewa University, Bauchi

Invitation for Pre-Qualification and Tender

Introduction:

The Abubakar Tafawa Balewa University, Bauchi intends to utilize its 2006-2008 (merged) Education Trust Fund (ETF) intervention in Library development.

Scope of Works:

Lot 1:

Supply of assorted books on Engineering and Management Technology.

Lot 2:

Supply of assorted books on Agriculture and related fields plus journal acquisition.

Lot 3:

Supply of assorted books on Environmental Technology plus Library and Information Science.

Lot 4:

Supply of assorted books on Science books.

Pre-Qualification Requirements and to Tender

Interested companies/firms are required to submit in separate envelope in respect of pre-qualification and tender documents for consideration on or before 31st December, 2010.

The documents required for pre-qualification are as follows:

  1. Certificate of incorporation with the Corporate Commission.
  2. Certificate of registration with ATBU in category B3.
  3. List of similar jobs executed in the last three (3) years including letter or Certificate of successful completion.
  4. Tax Clearance Certificate for the past three (3) years.
  5. Evidence of financial capability to handle the jobs.
  6. Company/Firm profile.
  7. All bidders in addition to requirement com solicitation document shall have fulfilled all their obligations to pay taxes, pensions and social security contribution.

Collection of Tender documents

Tender documents are available for collection with effect from 17th December, 2010 from the office of Director, Physical Planning Unit of the University.

Tender documents attract N10, 000.00 per lot.

Submission Requirement:

Pre-qualification/completed tender documents shall be sealed and marked “Confidential Pre-Qualification” and “Tender for 2010 with lot number. This must be dropped into the Tender Box on or before 31st December, 2010 and should be addressed to:

The Vice Chancellor,

Abubakar Tafawa Balewa University

P.M.B. 0248, Bauchi,

Bauchi State

Closing date for submission is Thursday, 31st December 2010 by 12 Noon.

Signed: Alhaji Ali A. Deba

Registrar/Secretary to the Council