Construction of Roads at Ibeju/Lekki Local Government

Invitation for Tender

Tenders are hereby invited by the Ibeju/Lekki Local Government from competent and government registered contractors for the construction of the following roads:

  1. 1. Costal Road
  2. 2. Onibeju Palace Road
  3. 3. Bankole Township Road
  4. 4. Oke – Odo Township Road
  5. 5. Execution of street lights projects etc.

Interested contractors are expected to submit the following documents.

  1. Evidence of registration with the Corporate Affairs Commission (CAC).
  2. Evidence of registration with the Local Council, 3 copies of Tax clearance certificate for the last 3 years (2007 – 2009).
  3. Company profile which should include Cvs of key personnel with evidence of technical and managerial capability.
  4. Evidence of similar projects executed in the past, including letters of Award, Agreements and Certificate of completion.
  5. Details of equipment and plants owned by the company.
  6. Evidence of financial capability through letter of reference from a reputable bank.

Note:

On or before 17th December, 2010. All the tender bids should be directed to Mr. Fatai Mojid, Secretary to the Local Government Ibeju/Lekki Local Government, Ibeju/Lekki, Igando Oloja, Lagos.

Installation and Adaptation of Nitrogen Cold Boxes to Existing Adsorber Units at Kaduna Refining and Petrochemical Company Limited

Kaduna Refining and Petrochemical Company Limited

(A Subsidiary of NNPC)

Invitation for Pre-Qualification of Bidders for

Installation and Adaptation of Nitrogen Cold Boxes

to Existing Adsorber Units

1.0     Introduction

The Kaduna Refining and Petrochemical Company Limited (KRPC), a Subsidiary of Nigerian National Petroleum Corporation (NNPC) wishes to invite reputable companies to submit relevant documents to pre-qualify for the installation and adaptation of Nitrogen cold boxes to existing Adsorber units.

2.0     Scope of Work

The scope of work for the installation and adaptation of nitrogen cold boxes to existing Adsorber Units includes but not limited to the following:

  • Servicing/integrity checks on cold boxes.
  • Preparation of site and civil works.
  • Installation of cold boxes.
  • Preparation and laying of electrical/instrument cables and terminations.
  • Tie-in of instrument air lines.
  • Laying and tie-in of interconnecting piping’s to existing absorbers/lube oil and seal gas unit.
  • Pre-commissioning and commissioning. And
  • Procure and install 1 No. Chiller unit for LAB plant.
  • Procure and install 2 Nos. 3 -ways changeover valves, one each for Refinery and LAB plants.
  • Procure and install 1 No. Lube oil and gas seal unit for Refinery cold box.

3.0     Pre-Qualification:

Only companies qualified from this pre-qualification exercise shall be invited to the competitive tender for the said project. Interested companies are required to submit documents that address the pre-qualification requirements. Failure to submit the required documents will automatically disqualify the applicant. Pre-qualification documents will as a minimum address the following requirements in chapters separated by dividers:

  1. Full details of Company Profile.
  2. Certificate of Incorporation, Evidence of Registration with relevant government agency, Evidence of Registration with NNPC/KRPC in relevant category. Income Tax Clearance Certificate (for 3 years if applicable), Tax (including VAT) Registration Number, Evidence of Registration with DPR.
  3. Company Organisation chart, Project Organisational chart, Industry experience, Similar Projects Experience, CVs of Key Personnel for the Project, Available Equipment/Tool, and Execution Strategy.
  4. Company Financial Statement and Audited accounts for the last three (3) years, Principal Bankers, Credit Facility (if any) and Bankers support.
  5. HSE Policy and Plan (Policy must be signed), HSE Practice and Records (Previous Records with evidence).
  6. QA/QC Policy and Plan (Policy must be signed), QA/QC Practice and Records (Previous records with evidence).
  7. Community relation Policy and Practice.
  8. Nigerian Content Vehicle (mandatory when applicable), Nigerian Content Policy and Practice (Policy-must be signed), Plan to utilize Nigerian Manpower, Goods and Services Plan for Capacity Building, Training and Skill acquisition for Nigerians.
  9. Nigerian Contents 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 venture binding agreement duly signed by the CEO of both companies including evidence of plans of physical operational presence and set-up in Nigeria.
  • Furnish details of company’s incorporation, ownership and share holding structure. Also submit clear photocopies of your CAC terms CO2 and CO7 including company memorandum and article of association.
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total workforce are Nigerians. Also show overall percentage of work to be performed by Nigerian resources relative 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 and personnel that will be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontracted agreements) with names and addresses including evidences of well-equipped offices and workshop; attach the 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 records) 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 centres in Nigeria with physical addresses (not P.O. Box)
  • Location of in-country facilities (equipment, storage, workshops, repair and maintenance facilities) and testing facilities.
  • Contractor must be willing to provide evidence of maximization of made in Nigeria goods and services.
  1. All documents to be provided as evidence of technical capability and relevant experience are of advantage as referenced to the project as defined in the work scope.

4.0     Submission of Pre-Qualification Documents

Pre-qualification documents, which should be bounded and in duplicate, must be delivered to, on or before 23rd December, 2010, from the date of the advertisement, with the marking “Pre-Qualification of Bidders for the Installation and Adaptation of Nitrogen Cold Boxes to Existing Adsorber Units Project” and Addressed to:

The Secretary,

Management Tender Committee,

Kaduna refining and petrochemical Company Limited,

KM 16 Kachia Road PMB 2252

Kaduna.

5.0     Disclaimer

This invitation for Pre-qualification shall not be construed as a commitment on the part of KRPC or NNPC, nor shall it entitle any company to make any claim whatsoever, and or seek any indemnity from KRPC or NNPC or any of its subsidiaries, by virtue of such companies having responded to this advertisement.

All expenses incurred in preparing pre-qualification response and all expenses otherwise associated with its prequalification response shall be borne solely by the prospective supplier.

KRPC Management

Purchase of a Gulfstream IV Aircraft at Presidential Air Fleet Aircraft, Abuja

Invitation to Tender for Purchase of A GULFSTREAM IV AIRCRAFT

  • Tenders are hereby invited from prospective buyers of a14 seater + 3 Crew seater Gulfstream IV executive aircraft (otherwise known as GIV) which is currently in the use of the Presidential Air Fleet and registered as 5N-FGP
  1. The aircraft is well maintained and insured in accordance with standard regulations:
  1. Aircraft Type –      GIV
  2. Aircraft Serial-      1126
  3. Engine Type   –      Roll’s Royce TAY611- 8
  4. Equipment (Avionics):

I.            TCASII (Collins)

II.            VHP Comm. 8.33 KHz

III.            FMS       –      Honeywell NZ2000

  1. Interested  buyers   are  advised  to  note  the –following:
  1. The aircraft will be ready for inspection by all interested bidders at the Presidential Wing   of   the   Nnamdi   Azikiwe International Airport (on appointment) by 10:00am and on 9 December 2010.
  2. Tender documents can equally be collected from 1 December to 6 December 2010.
  3. All tenders must be submitted in a sealed envelope to the office of the Secretary to the Panel on the Sale of 3 Presidential Aircraft, Office of the National Security Adviser, Abuja not later than 7th December 2010.
  1. All inquiries, requests for inspection and other correspondences   should also be   sent to “The Secretary to the Panel on the Sale of 3 Presidential Aircraft, Office of the National Security Adviser, Abuja.

Aircraft Type:                Gulstream IV

Price:                              Make Offer

Year:                              1990

Total Time Airframe:     6744 Hours

Cycle:                             5066

Serial Number:               1126

Location:                        Abuja, Nigeria

Roll’s Royce TAY611-8 Engines and APU type is Honey well 36-150G. Avionics include: TCAS II (Collins), VHF Comms, Honeywell NZ 2000 FMS.

Leather upholstery in very good condition. Exterior finish also in very good condition. Last major check at AMAC Aerospace in Basel, Switzerland.   CMP

maintained at Gulfstream Aerospace.   Aircraft Airframe due for overhaul Engines due for overhaul since January 2010. Interested buyers to note that the

aircraft will be available for inspection by all interested bidders at the presidential Wing of the Nnamdi Azikiwe International Airport, Abuja (on

appointment) by 1100 am on 6 December 2010. Tender  Documents  can  be  collected  from   1st December to 3rd December 2010.

All tenders must be submitted in a sealed envelope to the Office of the

Secretary to the Panel on the Sale of 3 Presidential Air Fleet Aircraft, Office of the National Security Adviser, Abuja.

Contact: Mr Basil Udotai

Phone: +234-803-306-6004

Email:

Signed

Secretary to the Panel

For the Sale of 3 Presidential Air Fleet Aircraft

Phone number; +234-803-306-6004

Purchase of A Hawker 125-800 Aircraft at Presidential Air Fleet Aircraft, Abuja

Invitation to Tender for Purchase of A

Hawker 125-800 Aircraft

  • Tenders are hereby invited from prospective buyers of a 9 seater + 3 Crew seater Hawker 125-800 executive aircraft (otherwise known as HS 125-800), which is currently in the use of the Presidential Air Fleet and registered as 5N-AGZ.

    The aircraft is well maintained and insured in accordance with standard regulations:

      1. Aircraft Type –      HS 125-800
      2. Aircraft Serial-      258143
      3. Engine Type   –      HoneyweUTFE731-5A
      4. Equipment (Avionics):

      I.            TCASII (Collins)

      II.            VHP Comm. 8.33 KHz

      III.            FMS       –      Universal (UUNS-1B)

      1. Interested  buyers   are  advised  to  note  the –following:
      1. The aircraft will be ready for inspection by all interested bidders at the Presidential Wing   of   the   Nnamdi   Azikiwe International Airport (on appointment) by 10:00am and on 9 December 2010.
      2. Tender documents can equally be collected from 1 December to 6 December 2010.
      3. All tenders must be submitted in a sealed envelope to the office of the Secretary to the Panel on the Sale of 3 Presidential Aircraft, Office of the National Security Adviser, Abuja not later than 7 December 2010.
      1. All inquiries, requests for inspection and other correspondences   should also be   sent to “The Secretary to the Panel on the Sale of 3 Presidential Aircraft, Office of the National Security Adviser, Abuja.

      Aircraft Type:    Hawker 12 5-80 OB

      Price:  Make Offer

      Year:   1990

      Total Time Airframe:     8303, 40 Hours

      Cycle:   6406

      Serial Number:  258143

      Location:             Pidential Air Fleet, Abuja, Nigeria

      • Avionics include TCAS II (Collins), VHP Comm, FMS   (Universal   UNS-1B).   12   Sealer   with Honeywell TFE 731-5A engines. APU typed is Sunstrad   Model   T62-T40C8DI.      Last   MPI accomplished at 6100:15 Hrs and 4922 Cycles. Engines due for MPI. Interior condition excellent, Exterior finish in good condition. Last major check at TAG Farnbourough Engineering. Aircraft on CAMP.   Interested buyers to note that the aircraft will be available for inspection by all interested bidders at the presidential Wing of the Nnamdi
      • Azikiwe   International   Airport,   Abuja   (on appointment) by 1100 am on 6 December 2010. Tender Documents can be collected from 1December to 3 December 2010. All tenders must be submitted in a sealed envelope to the Office of the Secretary to the Panel on the Sale of 3 Presidential Air Fleet Aircraft, Office of the National Security
      • Adviser, Abuja.

      Contact: Mr Basil Udotai

      Phone: +234-803-306-6004

      Email:

      Signed

      Secretary to the Panel

      For the Sale of 3 Presidential Air Fleet Aircraft

      Phone number; +234-803-306-6004

      Execution of Projects at Federal College of Land Resources Technology, Owerri

      Federal College of Land Resources Technology, Owerri

      Invitation for Pre-qualification to tender for

      Execution of 2009/2010 ETF Projects (29/11/2010)

      1. Introduction:

      In line with the procurement rules and regulations, the Federal College of Land Resources Technology, Owerri invites qualified contractors/consultants for pre-qualification to tender for execution of the following 2009/2010 ETF Projects.

      1. Scope of Work

      Lot Project Description Scope of work
      A Construction of 1 Block of Library. ETF Project No. FCLRT/OWERRI/ETF/o9 – 10/01 Substructure, Frame and Walls. Roof, Windows, Finishing Painting/Decoration and Electricity Installation at the permanent site of the college. Aforola/Obosima
      B Procurement of 40Nos. Library Tables and Chairs, ETF Project No. FCLRT/OWERRI/ETF/09 – 10/02 Procurement of 40Nos. standard Library tables and chairs at the permanent site of the college, Oforola/Obosima

      3. Requirements

      All prospective tenderers are required to provide the following information documents to accompany their proposal:

      1. Evidence of registration with the Corporate Affairs Commission
      2. Evidence of payment of TAX in the last three years
      3. Evidence of remittance of VAT in the last three years Comprehensive company profile and previous experience in similar jobs
      4. Evidence of registration with Federal Ministry of Works in relevant category (if any)
      1. Evidence of company audited account for three years,
      2. Evidence of financial capacity and banking support,
      3. Equipment and Technology Capacity
      • All tender documents are to be collected from the Registrar’s Office

      5. Submission of Tenders

      All complete tender(s) are to be returned sealed and addressed to the Registrar of the above named college and marked at top right hand corner of the envelop “Tender for any of the lot chosen by the contractor” The tenders should be dropped in the tenders board box provided at the Registrar’s office not later than 13th December, 2010

      1. All tenders shall be opened in the presence of all tenderers or their representatives on the next after the expiration of the tender notice in the board room of the college at 10.00am prompt.

      Please note: This is not an invitation for tender and does not entitle any contractor to make claim(s) or seek any indemnity from the college. Also, Only short listed contractors/consultants will be in invited for tender qualification exercise.

      O. Akande

      Registrar

      For Management