Supply and Installation of 350kva Perkins Generator at National Sugar Development Council, Abuja

National Sugar Development Council, Abuja

Federal Ministry of Commerce & Industry

No 5 Ndola Crescent, Wuse Zone 5, Abuja

Invitation to Tender for the Supply and

Installation of 350kva Perkins Generator

1.0 The Management of the National Sugar Development Council (NSDC) hereby invites reputable registered Engineering Companies to tender for the supply and installation of a 350KVA Perkins Generator at its Corporate Headquarters at No 5 Ndola Crescent, Zones, Wuse Abuja.

2.0     Job Specification

Supply and Installation of one Perkins 350KVA Sound proof Generating Set. With continuous Output rating at 415/240V, 3 phase, 50HZ, 1,500 r.m.p., 0.8 p.f. with 10% overload available for one hour in every 12 hours operation.

3.0     General Requirements

Any Company wishing to Tender for the above complies with the Provisions of the Public Procurement Act. The following document should be returned with the Tender document:

  1. Evidence of Registration with CAC.
  2. Evidence of Registration with NSDC.
  3. Current Tax Clearance Certificate.
  4. Company’s Staff Strength.
  5. Evidence of similar job executed by the Company.
  6. Evidence of compliance with the Provisions of the Pension Reform Act, 2004.
  7. Evidence of Financial Strength to execute the Job.

4.0 Interested Companies should collect the Bid Document from the Secretary, Tender’s Board of the National Sugar Development Council as from 2:00 PM, Monday, 6th December, 2010 after payment of a non refundable fee of N10, 000.00 (Ten thousand naira only).

5.0 Completed Tender Documents with all the requirements listed at 3.0 above and evidence of payment of the Tender fee shall be submitted in a sealed envelope, marked, “Supply and Installation of 350kva Perkins Generator” and the name and address of the Company, at the top right comer of the envelope and addressed to:

The Executive Secretary,

National Sugar Development Council,

No 5 Ndola Crescent,

Wuse Zone 5, P.M.B. 299

Garki, Abuja

Deadline for the submission of completed Tender Document is on Monday, 20th December, 2010 by 4:00PM, while the bid opening will be on Wednesday, 22nd December, 2010 by 11:00AM at the NSDC Meeting Room, 2 Floor No 5 Ndola Crescent, Wuse Zone 5, Abuja.

This advert serves as invitation to the general public including Civil Society Organisations, NGOs and relevant Professional Bodies to the bid opening ceremony.

Signed

Pre-Qualification of Contractors and Tender Bidding at Ahmadu Bello University, Zaria

Division of Agricultural Colleges

Ahmadu Bello University Zaria

(Office of the Secretary)

Ref: DAC/SEC-72

Invitation for Pre-Qualification of Contractors and Tender Bidding

  1. The Division of Agricultural Colleges, Ahmadu Bello University, Zaria intends to execute projects under the Year 2008/2009 (merged) Education Trust Fund   Intervention. The Management invites experienced and reputable contractors to   apply for Pre-qualification and Tender Bidding in respect of these projects under the year 2008/2009 (MERGED) ETF Intervention. The proposed projects are:

LOT1: Construction and Installation of Feedmill at Kabba College of Agriculture.

LOT 2: Construction of Entrepreneurship Centre and Students Industrial Work Experience work.

Technical Bid:

    The pre-qualification documents should include:

    1. Evidence of Incorporation/Registration with Cooperate Affairs Commission (CAC).
    2. Evidence of current Registration with Ahmadu Bello University and/or FWRB/ FME/FMH/FMWH in the relevant category C or D.
    3. Company Current Tax Clearance Certificate for the last three (3) years (2007-2009).
    4. Company Audited Account for the last three years (2007-2009) including annual turn-over.
    5. VAT registration and evidence of remittances in the last three years (2007-2009) to be attached.
    6. Evidence of Financial capability to execute the project i.e. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.
    7. List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last five years 2005-2010. Only letters of award and interim certificate of payment should be attached for projects that are ongoing.
    8. List of managerial, key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff.
    9. List of Equipment owned for on lease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company Logo is and added advantage.
    10. Evidence of remittance of pension contribution fund for staff of the company from reputable pension Administrators as provided in section 16, subsection 6 (d) of the public procurement Act, 2007.
    11. Any additional information that may enhance the bidder’s chance.
    1. The Pre-qualification form and the tender documents which are available at the Estate Department A.B.U., Zaria, will be issued to each contractor upon presentation of a payment receipt after making the required payment of the non-refundable Tender processing fee of N10, 000.00 (ten thousand Naira only) to the Finance Officer, Division of Agricultural Colleges for this exercise  as follows:
    2. Interested Bidders should note that they will be required to pay a non-refundable fee of N10, 000.00 (Ten thousand naira only) for pre-qualification.
    3. And fifteen thousand Naira (N15, 000.00) only as tender processing fee for each Lot.

    The completed Pre-qualification and bid documents must be in sealed envelope and the tittle of the project tendered for should be marked clearly. Photocopy of the payment receipt should be enclosed.

    Submission for Prequalification/Tender Documents:

      The pre-Qualification and bid documents should be addressed to:

      The Secretary, Division of Agriculture Colleges, Ahmadu Bello University, Samaru – Zaria and to be deposited in the designated tender box at the office of the Secretary, DAC, ABU Zaria. The receipt of pre-qualification and bid documents will close on 21st December, 2010. All bids will be opened at 12:30 pm the same day in the presence of bidders or their representatives at D.A.C Board A.B.U, Zaria.

      1. Please Note:
      2. Submission of pre-qualification documents to DAC/ABU Zaria is neither a commitment nor an obligates to award any contract to any contractor or agent.
      3. Advertisement for invitation for expression of interest for pre-qualification and Tender Bidding should not be shall it entitle and contractor to make any claims whatsoever or seek and indemnity from DAC/ABU, Zaria.
      4. Due diligence would be followed as all documents submitted would be verified,

      past executed works and contractor offices, Plants and Equipment may be visited. Any discrepancies found would summarily disqualify the contractor.

      Signed:

      Management

      Supply of Goods at Total Upstream Nigeria Limited

      Total Upstream Nigeria Limited

      Operator of the OML 130 Asset

      RC 321517

      Tender Opportunity for OML 130-Egina Field Development (EGI/C137) Maintenance & Inspection Integration Studies & Services

      Introduction

      Total Upstream Nigeria Limited (TUPNI), operator of the OML 130 requires the services of a suitably indigenous qualified and experienced company to provide requisite expertise, experienced, internationally skilled manpower and technology to apply to be considered for inclusion in the bidders list for subject tender. The contract that will result from this tender will be for the provision of the Maintenance and Inspection Integration Studies and Services for the upcoming Egina Deep Water Development Facilities.

      2.       Brief description of the work scope:

      Successful contractor shall be required to provide the following objectives for the Maintenance and Inspection Integration Studies and Services (MISS), from an appropriate integration of Maintenance, Inspection and Engineering (MIE) studies, which are carried out over all EPC Contractors involved in the Egina Project. This to ensure Maintainability and  Inspectability of the facilities, Spare parts handling and to ensure preparedness of operations through the issue of consolidated and consistent M&l Manuals defining human and material resources as well as adequate contracts and procedures needed to carry out such activities.

      The MISS Scope of Works will cover:

      • The assistance and coordination of interfaces for MIE studies, including communication channels and schedule, to ensure an effectiveness of MIE studies and their integration
      • The assistance and coordination of the Maintenance and Inspection philosophies to be developed during the detailed Engineering phase by the selected Contractors for the supply of the main Equipments and the fabrication and installation of the Egina Infrastructure.
      • The development and the issue of the final consolidated Maintenance and Inspection Manuals and Documentation, including all associated relevant Studies required to set up Maintenance and Inspection plan for operating the Egina field (specific studies, manuals and procedures, planning, data base, resources and organization including training, tools and spare parts, consumables,…).
      • The assistance, coordination and verification of Maintainability and Inspectability studies, including identification of all Critical elements and associated reliability
      • The verification and the consolidation of the information, documentation and studies issued by the various Contractors.
      • The integration of Monitoring strategies defined and implementation for all components of the facilities
      • The consolidation of all spare part requirements, along with tooling and consumables whether for their usage or procurement
      • The preparation of the Technical documentation for the Maintenance and Inspection contracts in accordance with the Company contracting-out strategy
      • Assisting Company with the procurement of essential Spare Parts and the administration.

      The MISS shall cover all elements of the Egina facilities: FPSO SPS Subsea lines export Terminal and associated equipments.

      3.    Mandatory Requirements

      To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the (Product/Services) categories detailed below in Nipex Joint Qualification Scheme (NJQS) database.

      Product Group 3.01.99: Other Engineering Services).

      Product Group 3.05.99: Other Construction / Maintenance Services.

      Product  Group  4.05.01: Management  &   Provision  of  all  Facilities Engineering, Modification & Maintenance Services for a Site / Platform.

      All successfully pro-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).

      To determine if you are pre-qualified and view the product/service category you are  listed for, visit 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 a product/service category and 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 update.

      To   initiate   and   complete   the   JQS   prequalification   process,   access www.nipexng.com to download the application form and make the necessary payments and contact NipeX office for further action. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

      4.    Nigerian Content

      Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3,2.4,2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria.

      Maximizing Nigerian Content is a key contract priority, therefore foreign companies and multinationals must be registered in Nigeria and pre-qualify in alliance, JV, partnership with a local indigenous company with evidence of binding Agreement of the alliance duly signed by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance.

      Provide detailed description of the location of in-country committed facilities & infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract or submit a credible and verifiable plan towards setting-up.

      Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians. Submit tenderer’s corporate organization’s overall human resources structure (mgt, supervisors, senior & junior skilled officers, etc) identifying positions manned/occupied by Nigerian nationals with evidence of type of employment in-country and identifying the positions manned/occupied by other nationals.

      Submit for the contract, what percentage of the skilled manpower and labour including key personnel that will be positions for Nigerian nationals and the percentage that will be positions for other nationals in order to maximize the utilization of Nigerian resources on the contract in line with Government Policy. Identify the positions that would be occupied by Nigerian nationals and the positions to be occupied by other nationals (include as a table the list of all skilled positions & key personnel and identify their manning nationality).

      Provide a project-specific training, man-hour budget, skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past performance on training and development for Nigerians nationals & indigenous business. Plan for sponsorship of Nigerians to acquire competence and/or certification; further development of local employees as professionals Proposed training plan for Nigerians on the project including a brief training outline for OEM products, engineering, software & hardware, project management, procurement, construction, installation, start-up & commissioning, maintenance testing and operation.

      Bidders will be required to demonstrate and submit the above as part of their Technical Tender.

      5.       Close Date

      Only tenderers who are registered with the relevant Products/Categories as at 22nd December, 2010 being the advert dose date shall be invited to submit Technical Bids.

      6.       Additional information

      Full tendering procedure will be provided only to contractors that have been successfully pre-qualified in NJQS. This advertisement shall neither be construed as any form of commitment on the part of TUPNI to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle pre-qualified companies to make any claims whatsoever, and/or seek any indemnity from TUPNI and or any of its Partners by virtue of such companies having been pre-qualified in NJQS.

      NNPC/TUPNI reserves the right to reject any and or all pre-qualified suppliers at its sole discretion and at no cost whatsoever. All cost incurred in registering and pre-qualifying for this and other product/service categories in NJQS shall be borne solely by suppliers. Suppliers that are pre-qualified for this product/service category in NJQS must ensure that the name and contact details (physical address, e-mail address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database.

      Management

      TUPNI/Egina Manager, Total Upstream Nigeria Limited, KNORR Compound, Plot 296 Ozumba Mbadiwe Street, Victoria Island, Lagos, Nigeria.

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

      Economic Reforms and Governance Project at Economic and Financial Crimes Commission (EFCC)

      Federal Government of Nigeria

      Economic and Financial Crimes Commission (EFCC)

      Economic Reforms and Governance Project (ERGP) Credit No. 4011UN

      Request for Expression of Interest

      The Federal Government of Nigeria has received a credit from the International Development Association (IDA) for Economic Reforms and Governance Project and the Economic and Financial Crimes Commission (EFCC) has been selected as one of the beneficiaries. The EFCC intends to apply part of the proceeds of this credit to payment under a contract for the services of;-

      1)      Hybrid Library Consultant

      2)      Media Consultant

      3)      Physical Security Consultant.

      The Consultant to be appointed under the IDA Credit will assist the EFCC in

      1)          Hybrid Library Consultant: Developing the scope for the library to be established, conduct a needs analysis of the specification of the items required and support the Commission in evaluating proposal for the main assignment and supervising the final implementation of the work,

      2)          Media Consultant: Organising a media workshop for reporters and correspondents of Economic & Financial Crimes, in order to ensure that they are adequately equipped and educated on current trends in the area of investigative Journalism and update them on the mandate and responsibilities of all stakeholders in the anti corruption revolution.

      3)          Physical Security Consultant: The consultant is expected to develop an integrated security operations manual for the Commission on how to evaluate, design and implement an effective integrated physical security system for the commission, and conduct training.

      Consultant Competencies, Qualifications and Experience:

      The Consultants shall have at least: (a) University degree in a relevant field (b) 10 years cognate experience in the area of the assignment, (c) Membership of professional bodies will be an added advantage, (d) Proven knowledge of up-to-date technology in the field of assignment.

      Prospective consultants are requested to address in their proposals:

      Knowledge, understanding

      Experience in relevant area of the consultancy/ training

      Composition of the proposed individual experience

      Qualifications in the divers’ disciplines required:

      Ability to render services in Nigeria, as May required.

      The EFCC invites eligible firms or consultants to indicate their interest in ANY ONE of the services above,

      Expression of interest from interested Firms should specifically provide details on the above stated requirements, Evidence of Registration and Contact Numbers of previous Organizations Worked.

      The Consultant would be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers, May 2004.

      Expression of interest must be submitted in six (6) copies in a sealed envelope clearly marked “Expression of Interest for any one of the services above”.

      The Expression of interest should be addressed and delivered on or before 20th Monday December 2010 by 5,00pm at the address shown below:

      The Head of External Cooperation

      Economic and Financial Crimes Commission

      Block A, 3rd Floor,

      No5, Fomella Street,

      Off Adetokunbo Ademola Crescent

      Opposite Rock View Hotel, Wuse II Abuja

      Interested applicants may obtain further information at the address above from 8:00am to 5:00pm, Monday through Friday

      Only short listed consultants will be contacted. Expression of interest through e-mail or fax will not be entertained

      Consultancy Services at Federal University of Petroleum Resources, Effurun

      Federal University of Petroleum Resources,

      P.M.B. 1221, Effurun, Delta State

      Invitation for Pre-Qualification of Consultants for ETF Projects

      The Federal University of Petroleum Resources, Effurun (FUPRE), Delta State, Nigeria was established in March. 2007 under a Federal Government of Nigeria initiative to build a specialized University to produce unique high level manpower and relevant expertise for the Oil and Gas sector in Nigeria and worldwide.

      FUPRE is the first of its kind in Africa and it is destined to be one of the best in Terms of excellence and relevance. The first batch of students was admitted at the commencement of the 2007/2008 academic session.

      FUPRE’s vision is to be the premier international institution-of-choice with state-of-the-art facilities to provide the petroleum and allied sectors, world-class education. training research, consultancy and extension services FUPRE will achieve her goals by ensuring that the best practices and traditions of Universities globally, especially the specialized ones are used as benchmarks.

      The Federal University of Petroleum Resources. Effurun in pursuance of her  mission and vision intends to pre-qualify competent and reputable consultants for consultancy services for its ETF regular intervention and its ETF 2010 special intervention projects at its permanent site.

      Scope of Work

      The scope of work includes preparation of detail/full drawings including oil necessary tests, preparation of contract/tender documents and supervision. The consultants are also expected to provide other services that will facilitate the execution of the building projects,

      Location of Projects
      The projects are located at the University’s permanent site at Ugbomro in Uvwie Local Government Area of Delta State,

      Requirements

      Interested /Architects, Civil, Services Engineers, Quantity Surveyors or a Consortium of these consultants who wish to participate in the projects are required to submit their firms’ profile which must include but not limited to the following documents:

      Technical Proposal

      1. Registration Certificate with Corporate Affairs commission.
      2. Evidence of qualification and registration with appropriate professional bodies,
      3. Evidence of similar jobs done within the past three (3)years.
      4. Company profile end address / office location,
      5. Audited accounts for the past three (3) years.
      6. Evidence of VAT certificate/ Tax clearance certificate.
      7. Curriculum vitae of the principal officers of the company,
      8. Nome and address of bankers and reference letter from such banks,
      9. Any other information to prove the company’s corporate and technical experience and capabilities.
      10. Interested consultants to be pre-qualified are required to pay a non-refundable pre-qualification fee N10, 000,00 at any branch of Oceanic Bank International Plc. In favour of Federal University of Petroleum Resources, Effurun.

      2      Financial Proposal

      a. Applicable cost of services on consultancy services to be rendered.

      b. Applicable cost against reimbursable expenses.

      c. Local Taxes, Duties, Levis and other charges under applicable laws

      • For additional information, please refer to “Standard Request for    Proposal for the Selection of Consul Tins Firms (Complex Lump-Sum) of the Federal Republic of Nigeria Bureau Of Public Procurement Document”.

      Method of Application

      The consultancy services will be executed with strict adherence to ail contractual terms in the signed agreement by all parties. All invited consultants will be required to submit a Technical Proposal and a Financial Proposal

      Submission of Pre-Qualification Documents

      Technical Proposals and Financial Proposals are to be enclosed in two (2) separate sealed envelopes and clearly marked at the left hand corner Pre- Qualification for Consultancy Services as the case may be. All documents should be submitted on or before 20th December 2010, latest 12 noon on the last day. Bids will be opened on the same day in the University’s Auditorium by 2,00 p,m, in the presence of all bidders or their representatives who choose to attend,

      All submissions are to be addressed to:

      The Registrar

      Federal University of Petroleum Resources

      PMB 1221

      Effurun

      CAVEAT

      Response to this invitation shall not oblige the University to consider any responding firm for qualification. All costs incurred as a result of response to this invitation and any other subsequent requests for information shall be borne by the responding firm.

      Dr. (Mrs.) L O. Onwuka

      REGISTRAR

      November, 2010