Supply and Installation of a Goss Rotary Machine at Rivers State Newspaper Corporation

Government of Rivers State of Nigeria

Rivers State Newspaper Corporation 4 Ikwerre Road, Port Harcourt

Invitation for Bid For The

Supply and Installation of a Goss Rotary Machine

The Rivers State Newspaper Corporation intends to procure and install a Goss Rotary Machine with a four-page 2/2 (6-in-all) printing unit which has a 35,000 iph speed, and a capability to print 16-page colour, 16-page black and white, at a

The Rivers State Newspaper Corporation wishes to invite sealed bids from competent suppliers or manufacturer’s representatives based in Nigeria for the supply and installation of a Goss Rotary Machine with four-page 2/2 (6-in-all) printing unit.

Procurement Method: Bidding will be conducted through the National Competitive Bidding Process, a method specified in the regulations issued by the RSBoPP and is open to all bidders eligible as defined in the regulations.

Interested bidders are expected to provide and guarantee post-installation maintenance services, including operators training.

They should also guarantee sustainable supply of spire parts within reasonably acceptable timeframes

Enquiries: Interested eligible bidders may obtain further information between the hours of 8.00 am and 4.00 pm Mondays to Fridays and, excluding public holidays from Friday, October 3, 2010 to Friday, November 19, 2010.

Collection of Bid documents, including non-refundable fee:

Interested eligible bidders may obtain the bidding documents at the address given below, between the hours of 8.00 am and 4.00 pm Mondays to Fridays, excluding public holidays upon the payment of a non-refundable fee of Fifty Thousand Naira (N50,000) only.

General Requirements:

  1. Evidence of Incorporation
  2. Certified copy of the list of Shareholders and Directors.
  3. Evidence of registration with the Rivers State Contractors Registration Board.
  4. Copy of Tax Identification Number.
  5. Evidence of VAT Registration.
    1. 6. Copy of Tax Clearance Certificate up to the immediate preceding year.
    2. Copy of audited financial statements for the immediate preceding three years.
    3. Verification evidence of similar supplies and installation successfully done within the preceding three years.
    4. Reference from a Bank, stating financial ability to carry out the project
    5. Evidence of payment of non-refundable fee.
    6. A statutory Declaration or Affidavit sworn to by the Chief Executive Officer of the bidder stating that the bidder is in compliance with all its statutory obligations, in good standing, has the capacity to supply and install the machine according to its specifications and is not in violation of the provisions of the Rivers State Public Procurement Law, 2008.

Submission of Bid Documents, Bid Security & Bid Opening: Bids in three (3) sets hard copy and one (1) set electronic format in Microsoft Office (Word/Excel) should be submitted in sealed envelopes, clearly marked with the title of the supply on the top right hand corner of the envelopes, to the address below on or before Friday, November 22, 2010 at 4.00pm. Any bid submitted after the stated time shall be considered a late bid. Late bids will not be accepted.

All bids must be accompanied by a bid security of 2.5% of the bid price in Naira or its equivalent in the currency of the transaction.

Bids will be of opened in the presence of the representatives of the bidders on Monday, November 22, 2010 by 1.00 pm. All bidders are encouraged to send duly authorized representatives.

Caveat: The Rivers State Newspaper Corporation is not bound to accept the lowest bid

Signed:

General Manager

Rivers State Newspaper Corporation

Execution of Goods at UNDP

Expression of Interest-Advertisement

UNDP is in the process of identifying suitable vendors to enter into long term agreement various services as outlined below. UNDP therefore invites qualified and experienced companies for the expression of interest in the following areas.

  1. A. Video coverage
  2. B. TV broadcast
  3. C. Radiobroadcast
  4. New paper Advertising
  5. E. Courier Services for inland (Nigeria) and international
  6. F. Clearing Services of goods at Sea Port and Airport

G. Supply of Fuel to the UN House, Abuja

H. The provision of 4 X4 Vehicle on rental basis with a driver

To qualify for consideration, suppliers MUST be legally registered with the Nigerian Corporate Affairs Commission to do business in Nigeria or have a legally registered agent in Nigeria. All suppliers are required to duly complete and submit the Prequalification Application Form in the same format provided. The form is available on www.ng.undp.org and www.undp.org.  Please provide the  complete set of documents with your application:

  • Certificate of incorporation,
  • Company profile.
  • Full address in Nigeria.
  • Detail of similar contracts executed in the last 3 years including  names of clients, location, scope and contract value, telephone numbers and full addresses.
  • Relevant technical certifications
  • Copies of the company Audited Financial Report for the past 3 years (2007, 2008, 2009).

Complete Submissions, clearly indicating area(s) of interest on the envelope, must reach the following address by 12 noon on Friday, 22 October 2010 and dropped at the bid box. The application form MUST be completed in full. Failure to supply complete information as requested may lead to disqualification.

Attention: Service Centre Manager, UNDP- UN HOUSE.

Plot 617/618 Diplomatic Zone Central Area District, PMB 2851 Garki, Abuja

Provision of Vsat Services at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited

(RC No. 333613)

Tender Opportunity Provision

of Vsat Services in OMLs -123 and 124

Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE (N) L)” invites interested and prequalified Contractors to respond to this tender opportunity for the provision of Pore Pressure Prediction and Advanced Well Control Monitoring Services at APE (N) L’s OMLs-123 and 124 facility, as detailed in item 2 below. The contract is proposed to commence in January 2011 and continue for duration of two (2) years with APE (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 the provision of VSAT Services associated with APD (N) L’s Operations in OMLs-123 and 124.

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the supply and performance of:

  1. Provision and management of satellite capacity both for the Nigeria regional network and international links.
  2. Operation of the network hub in Usingen (Viper Sat technology, shared bandwidth), as well as the secondary hub in Lagos.
  3. Guaranteeing of full voice and data integration with the rest of APD (N) L satellite network.
  4. Operation and maintenance of ail micro-wave links.
  5. Provision and management of the needed terrestrial capacity and its CPE routers.
  6. Management and maintenance of the full network on 24hours/365 days’ basis.
  7. Control and management of all remote locations via dedicated Inmarsat link and proprietary software.
  8. Control and management of ail hub locations via VPN link and proprietary software.
  9. Provision of required licenses.

The selected Contractor will be responsible for the mobilisation and subsequent demobilisation of its equipment, tools and personnel between place of origin and APD (N) L’s nominated onshore base location or nominated offshore location where the Services am to be performed.

Mandatory Requirement:

  1. To be eligible for this tender exercise, interested Contractors are required to be pre-qualified in the Product Group 1.14.20: Telecommunication Equipment and Systems category in NipeX Joint Qualification System (NJQS) database. All successful pre-qualified suppliers in this category will receive Invitation to Tender (ITT).
  2. To determine if you are pre-qualified and view the product/services category are listed for: Open 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. 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.
  4. 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.
  5. To be eligible, all tenderers must comply with the Nigerian Content requirements in the NipeX system.

Nigerian Content Requirements

As requested by the Nigerian Content, each Contractor will be required to:

  • Demonstrate that me 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.
  • Plan to ensure that 75% of the spend is domiciled in Nigeria.
  • Furnish details of company ownership and share holding structure with photocopies of Forms CAC2 and CAC7.
  • Provide evidence of what percentage of Its key management positions are hew 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

Provision of Pore Pressure Prediction and Advanced Well Control Monitoring Services at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited

(RC No. 333613)

Advert for Tender Opportunity

Provision of Pore Pressure Prediction and Advanced well Control

Monitoring Services in OML 126/137

Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE (N) L)” invites interested and prequalified Contractors to respond to this tender opportunity for the provision of Pore Pressure Prediction and Advanced Well Control Monitoring Services at APE (N) L’s OML126/137 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 APE (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 the provision of Pore Pressure Prediction and Advanced Well Control Monitoring Services associated with APE (N) L’s Offshore Operations in OML 126/1 37. The Services will be performed on APE (N) L’s Semi Submersible rig.

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the supply and performance of:

  • Tools to predict formation pore pressure during drying operation using data from all available rig resources.
  • Visual warning light and audible alarm on indicated well flow (drilling, tripping and connections) or other suitable alarm indicator system in drillers dog house.
  • Monitor screen in Company Man’s office on the rig.
  • Connection flow back monitoring and analysis to differentiate between well ballooning or well flow when pumps are turned off.
  • Different flow monitoring to identify both well outflow and losses to the wellbore.
  • All necessary consumables and spare parts; and
  • All other related equipment, tools and experienced personnel necessary to satisfactorily perform the Services.

Outflow monitoring should be with a mass flow sensor, Coriolis (or suitable equivalent). Monitoring should be able to reliably detect kick volumes of 10bbls (maximum) for a 12 ¼” hole section and 5 bbls (maximum) for 8 ½” and 6” hole sizes on a floating rig.

Note: These services are additional to an existing standard mud logging service and should be considered as a standalone advanced service.

The selected Contractor will be responsible for the mobilisation and subsequent demobilisation of its equipment, tools and personnel between place of origin and APE (N) L’s nominated onshore base location.

Mandatory Requirements:

  1. To be eligible for this tender exercise, Interested Tenderers are required to be pre-qualified in the Product Group 30407 (Advanced) Mud Logging category (Product/Services) category in NipeX Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT)
  2. 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. 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.
  4. 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.
  5. In addition to 31 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 me 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 str

Supply of Toyota Vehicles at National Sugar Development Council (NSDC)

National Sugar Development Council

Abuja

Invitation to Tender For The

Supply of Toyota Vehicles

1.0      Introduction

The Management of the National Sugar Development Council (NSDC) hereby invites reputable and interested suppliers to tender for the supply of Toyota Vehicles to the Council.

2.0      Scope of Work

Toyota Hilux Pick-Up: 2WD, Double Cabin, Air conditioned, Petrol engine, 5 speed manual, Central lock, Padded body, CD+ Radio cassette, 2 Airbags, Power steering, Fog light, Shell specs and 2010 Model.

3.0     General Requirements

Suppliers wishing to carry out the above job should submit the following:

  • Registration with CAC
  • Current Tax Clearance Certificate.
  • Evidence of accreditation by Toyota Nigeria Limited.
  • Evidence of compliance with provisions of the Pensions Reform Act, 2004,
  • Quotation should also indicate completion period for the supply.
  • The quotation should be inclusive of all taxes.

4.0     Tender Instructions

Interested suppliers should collect Bid Documents from the secretary, Tender’s Board of the National Sugar Development Council as from 12 noon, on Monday, 11th October, 2010, after payment of a non-refundable fee of N 10,000 (Ten thousand naira only),

5.0     Submission of Bid Documents

The completed Tender Documents with a copy of the receipt of the receipt of Tender fee shall be submitted in a sealed envelope and marked “Supply of Vehicles” at the top right corner of the envelope and addressed to:

The Executive Secretary

National Sugar Development Council

4th Floor, RCC Building

Plot   564/565,   independence   Avenue,   Central

Business District,

P.M.B. 299,

Garki Abuja.

Deadline for the submission of completed Tender Documents is on or before 4p.m, on Monday, 25th October 2010 while the date of bid opening will be Wednesday, 27th October, 2010 at   11 am in the Conference Room of NSDC, Plot 564/565, Independence Avenue, Central Business District, RCC Building, Abuja.

Signed:

Management