Procurement of Goods at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited

Operator of the NNPC/NAOC/Phillips Joint Venture

Tender Opportunity

Reference: NAOC JV Assets Insurance for 2011 (Naira Portion)

(NipeX No. 3100067)

Introduction

Nigerian Agip Oil Company Limited, Operator of NNPC/NAOC/Phillips Joint Venture,   is desirous of calling for bids from registered Insurers in Nigeria to carry out various classes of insurance.

Scope of Work

The scope of insurance envisaged include the following but without limitation: Fire and Special perils, Marine Hull and Cargo, Automobiles, Money, Goods in Transit, Group Personal Accident, Combined All Risk.

Tender Mandatory Requirements

  1. To be eligible for this tender opportunity, interested contractors are required to be pre-qualified under the “Life Insurance Services,” “Non-life Insurance Services,” “Insurance Broking Services” and “Other Insurance Services” (Product Categories – 3.14.30, 3.14.32, 3.14.33 & 3.14.39 respectively) in the NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified contractors/suppliers in these categories will receive Technical Invitation to Tender (ITT).
  2. To determine if you are pre-qualified and to view the product/service category you are listed for, open www.nipexng.com and access the NJQS with your log in details; click on “continue Joint Qualification Scheme tool”; click “check my supplier status” and then click “supplier product group.”
  3. If you are not listed in a product/service category but 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 necessary update.
  4. To initiate the NJQS pre-qualification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action.
  5. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

Nigerian Content

Pursuant to the newly enacted Nigerian Content Development Policy (“CNOGIC ACT 2010”) by the Federal Government of Nigeria, all interested bidders are expected to demonstrate adherence to the policy and compliance with provisions of the Insurance ACT 2003. Among others, the NOGIC ACT 2010 requires a certificate of compliance be issued by NAICOM to bidders as part of NCMB technical evaluation requirements for insurance or reinsurance contracts in the Oil and Gas Industry.

The NOGIC ACT 2010 and Insurance ACT 2003 further require that in-country capacity must be exhausted before resort to outside/foreign re-insurers which NAICOM must approve before reinsurance are placed abroad. Arising there from, preference shall be given to Nigerian companies and /or foreign companies based in Nigeria having a Nigerian affiliate who demonstrates willingness to execute the work/services to the satisfaction of evaluators.

Therefore, this Tender Opportunity aims at sensitizing interested bidders on the information / documentation that will be expected of them at the Invitation to Tender (ITT) stage, as follows:

  1. Company intends to and will expect bidders to comply with the NOGIC ACT 2010 (available at www.nnpcgroup.com and www.nigcontent.com ) and Insurance ACT 2003, since they constitute Fatal Flaw in all contract evaluations.
  2. Preparation of Nigerian Content Plan that addresses utilization of Nigerian Labour, Services, Materials and Equipment for this service.
  3. Provision of current NAICOM registration certificate.
  4. Provision of a copy of company’s detailed binding agreement with any competent Re-insurance company.
  5. Provision of detailed description of all work bidders will accomplish using Nigerian Resources (Labour, Material & Services)
  6. Provision of current and in-place organization structure with detail experience and skills of key management personnel with names. 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.
  7. Detail past experience / present commitment to staff training and development of its Nigerian Personnel. Furnish details of training plans for Nigerians specific to this scope of work.
  8. State any further innovative proposals that would enhance the Nigerian Content for the project?
  9. Demonstrate that entity is an indigenous company or indigenous company in genuine alliance with a foreign-owned or multinational company registered in Nigeria.
  10. Provision of details of your company ownership and share holding structure. Submit copies of your CAC forms CAC10, CAC2.5, CO2 and Co7.

Note: Bidders shall be requested to provide evidences to show their compliance with the above listed requirements at the ITT stage. Failure to meet the Nigerian Content requirements is a “Fatal Flaw.”

Closing Date

Only tenderers who are registered with NJQS in the Insurance Service Categories 3.14.30 /3.14.32 /3.14.33 /3.14.39 (Product Categories) on or before Thursday October 21st, 2010 being the advert closing date shall be invited to submit Technical Bids.

Please visit the NipeX Portal at www.nipexng.com for this Advert and other additional information.

This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAOC, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NAOC and/or any of its Partners by virtue of such Applicants having responded to this Advert.

Management

CRUDE OIL TERM CONTRACT APPLICATION at NNPC

NIGERIAN NATIONAL PETROLEUM CORPORATION

NNPC Towers, Herbert Macaulay Way, Central Business District,

P.M.B. 190, Garki, Abuja – Nigeria.

INVITATION FOR CRUDE OIL TERM CONTRACT APPLICATION

The Nigerian National Petroleum Corporation wishes to invite interested companies to apply for lifting of Nigerian Crude Oil for the period starting 1st January to 31st December 2011

Who May Apply

(a)  A bona fide end user who owns a refinery and retail outlets abroad. Details of the applicant’s facilities, markets and volume of crude oil processed ever the last three years must accompany the application.

(b) An established and globally recognized target volume trader, Such applicant must provide evidence of its global network, its activities and volumes of crude oil handled in the last three years

(c)  A Nigerian registered company with operations in Nigerian Oil and Gas industry

Other Conditions

D1.    Applicants must have a minimum annual turnover of US$ 500 million and net worth of not less than US$ 100 million.

D2.    Applicants must show commitment to the development of the Nigerian economy by investing in any number of investment opportunities that abound either in the oil industry or other sectors or, as an alternative. In the short run meaningful and sizeable investment in community development project(s) in the oil producing areas as may be acceptable. Investment areas include:

a)     Evidence of the applicants readiness to comply with government’s local content policy in the oil and gas industry:

b)    Upstream investments – to increase national oil reserves and production capacity.

c)     Downstream projects in refining, petrochemicals, distribution and storage of petroleum products

d)    Gas Utilisation projects;

e)     Independent Power Plant Projects (IPP)

f)      Agriculture

g)     Railway construction

h)     Solid Mineral development

i)       Health sector development and

j)       Real Estate development

k)     And any other areas of the economy acceptable to the SELLER

D3.    Successful companies in (A) and (B) above will in addition to the regular crude oil term contract provisions be required to make a direct payment of US$2.5 million deposit to a specified account through a first class bank. This deposit will be part payment for the first cargo to be lifted.

E.      MODALITIES

  • Shortlist of applicants for consideration for crude oil term contract allocation will be contingent on successful due diligence reports. Such reports must confirm status claimed by applicant with respect to (A), (B); and D above.
  • Crude oil lifting shall be on the basis of a confirmed irrevocable Letter of Credit only and
  • Where possible, the Nigerian National Petroleum Corporation shall  endeavor to maintain regional balance in the distribution of Nigerian crude oil term contract holdings to the following regions:
  • North and South America
  • Western Europe/Mediterranean
  • Eastern Europe
  • Asia
  • Africa

Method of Application

Interested companies should forward two (2) sets of their applications accompanied with three (3) years audited accounts and detail information on company business activities; facilities, major markets, volume of crude oil traded over the past three years and any other relevant information/data in sealed envelopes to the following address, on or before 4.00 pm on 22nd October 2010.

The Group Managing Director

Nigerian National Petroleum Corporation,

NNPC Towers

Herbert Macaulay Way

Central area, Abuja.

Signed;

Management

ASSESSING PROGRESS TOWARDS IMPLEMENTING OF THE NATIONAL STRATEGIC HEALTH DEVELOPMENT PLAN

Federal government of Nigeria

Federal ministry of health

New federal secretariat, phase iii

Ahmadu Bello way, central area

ABUJA

REQUEST FOR EXPRESSION OF INTEREST FOR ASSESSING PROGRESS TOWARDS IMPLEMENTING OF THE NATIONAL STRATEGIC HEALTH DEVELOPMENT PLAN

1.      The Federal Government of Nigeria has provided funds in the 2010 Appropriation for the Federal Ministry of Health and the Ministry intends to apply part of the funds to payments for provision of technical assistance for a research project involving assessing progress made towards the implementation of the National Strategic Health Development Plan (NSHDP) in the country.

2.      Scope of Services:

The services include:

2.1.       Desktop Review of Relevant documents: The documents to be reviewed include the Immunization Coverage Surveys (ICS), Routine HMIS Report, 2010 Pilot Survey of Household and Health Facilities (where available), National Demographic and Health Survey report, Multiple indicator Cluster Survey (MICS), National Reproductive and Health Survey

(NARHS)  and other related documents. Review of these reports should enable disaggregated analysis of findings with considerations for gender, geographic area of residence as well as socio-economic status distributions.

It is important that the findings are linked with those from the other activities.

2.2.  Field Assessment Activities in States: These field assessment visits will provide qualitative data on how strategic objectives in the eight priority areas of the NSHDP and SSHDP are being met in the states. Two states per geo-political zone were selected for in-depth assessment. They are; North-east (Taraba and Yobe), North-west (Kaduna and Zamfara), North-central (Kogi and Niger), South-south (Edo and Bayelsa), South-east (Anambra and Ebonyi), and South-west (Lagos and Ogun).

2.3. Presentation of report for the Joint Annual Review (JAR) Process: A report (NSHDP PROGRESS REPORT 2010) will be regarded as the main output of this project. The report should detail qualitative and quantitative findings and should aim to provide reasons why observed patterns have occurred. It should also provide information on performance of states in each of the 32 strategic objectives of the NSHDP, comparing between and within regions.

A more detailed Terms of Reference (TOR) with the Request for Proposal (RFP) will be provided to interested organizations on request. Such requests should be directed by email to jar.nshdp@gmail.com

3.      The Federal Ministry of Health now invites eligible Consultants to indicate interest in providing the above services. Interested Consultant must provide information indicating that they are qualified to perform the services. The information  should include the firm’s profiles, description of similar assignments carried out that are verifiable, experience in similar assignments carried out that are verifiable, experience in similar condition, availability of appropriate skills among staff etc. Consultants, researchers or research consortia working within Nigeria are eligible to apply to this request for proposals. Organization outside the country wishing to apply must demonstrate evidence of having carried large-scale researcher activities within Nigeria or a sub-Saharan African Country

4.      A Consultant will be selected in accordance with the provisions of the 2007 Public Procurement Act and Public Procurement Regulations for Consultancy Services issued by the Bureau of Public Procurement.

5.      Interested Consulting firms may obtain further information at the address below from 9.00am to 3:00pm Monday to Friday, except public holidays, Expressions of Interest must be submitted in two (2) hard copies to the address below on or before 11:00am of Monday 11th October, 2010 with the inscription on the Top Left side of the envelopes: Expression of Interest for Assessing Progress on NHSDP Implementation 2010. An electronic copy should be sent email to jar.nshdp@gmail.com

Director, Procurement,

Federal Ministry of Health

Room 1,1,-1.2, Podium G

1st Floor, New Federal Secretariat, Phase 111

Ahmadu Bello Way

Central Area, Abuja

Projects Execution at PRESIDENTIAL TECHNICAL COMMITTEE ON LAND REFORM

PRESIDENTIAL TECHNICAL COMMITTEE ON LAND REFORM OFFICE OF THE SECRETARY TO THE GOVERNMENT OF THE FEDERATION THE PRESIDENCY ABUJA

PRE-QUALIFICATION NOTICE & INVITATION TO TENDER

1.0 The Office of the Secretary to the Government of the Federation, in line with Federal Government Land Reform Agenda, wishes to pre-qualify reputable and competent companies who may wish to apply for pre-qualification and submit tenders for under-listed projects

Project A: National Geodetic Framework Establishments of Continuously Operating Reference Stations

Project B: Digital Aerial Photograph Phase 1- (Lots 1-12)

Project C: Field Data Gathering Equipments & Material

Project D: Acquisition of Computer hardware & Accessories (Lot 1-5)

Project E: Acquisition of Photocopies (Lot 1-3)

Project F: Geospatial Data Computer Software (Lots 1-2)

Project G: Data Processing Equipments & Database Creation (Lots 1-3)

Project H: Internet & Networking (Lot 1-4)

Project I: Geovisualisation Printing & Production (Image Maps Printing) (Lots 1-2)

Project J: Power Supply (24/7) Solar & Inverter 9Lots 1-3)

Project K: Development of Land Valuation Mechanism

Project L: Office Equipments (Lots 1-3)

Project M: Verbatim Equipments

2.0 Scope of Work

PROJECT A: Procurement and Installation of one (1) No. GNSS/CORS equipment (Trimble Net 8 and accessories (ICG standard) with three (3) years guarantee/maintenance period with alternative power source (Inverter and Solar Panel), at the following (provisional) locations:

Lot 1:    Katsina (Katsina State)

Lot 2:    Minna (Niger)

Lot 3:    Bauchi (Bauchi State)

Lot 4:    Akure (Ondo State)

Lot 5:    Owerri (Imo State)

Lot 6:    Calabar (Cross River)

Lot 7:    Lokoja (Kogi State)

Lot 8:    Dutse (Jigawa State)

Lot 9:    Asaba (Delta State)

Lot 10:  Ibadan (Oyo State)

Ten (10) Double Cabin Toyota Hiace – 4WD

One (1) Prado Jeep 4WD

Eight (8) Toyota Corolla Saloon (1.8GLi)

One Toyota Coaster Bus (A/C)

PROJECT B: Digital Aerial Photography Phase 1

Acquisition of Digital Aerial Photography; Development of Digital Terrain Model (DTM); and production of Orthophoto for six (6) rural LGAs and six (6) Urban LGAs in six (6) States of the country (see Table below) at 25cm GSD and 15cm GSD for rural and urban areas respectively.

LOT STATE LOCAL GOVT TOWN LONG LAT
Lot 1 Bauchi Bauchi Bauchi 9.82001 10.33177
Lot 2 Bauchi Tafawa-Balewa Tafawa-Balewa 9.54739 9.76150
Lot 3 Cross River Obanliku Sankwala 9.20812 6.56828
Lot 4 Cross River Obudu Obudu 9.13731 6.67004
Lot 5 Imo Nwagele Amaigbo 7.12245 5.72950
Lot 6 Imo Nkwerre Nkwerre 7.11134 5.75770
Lot 7 Katsina Batagarawa Batagarawa 7.61346 12.88941
Lot 8 Katsina Katsina Katsina 7.62241 12.88941
Lot 9 Niger Bosso Maikunkele 6.48427 9.68906
Lot 10 Niger Chanchaga Minna 6.55445 9.61858
Lot 11 Ondo Ondo East Bolorunduro 4.96229 7.15960
Lot 12 Ondo Ondo West Ondo 4.83455 7.08121

PROJECT C: Field Data Gathering Equipments & Materials

Acquisition of one hundred and fifty (150) Hand-held GPS (good vertical & horizontal accuracy) with Data Logger.

PROJECT D: Acquisition of Computer Hardware & Accessories

Lot1: Twenty (20) Branded Workstations (minimum of 19in Screen; 8GB RAM; and 500 GB HD)

Lot2: Eighty-four (84) Backup HD – (minimum of one Terabyte)

Lot3: Eighty-four (84) Branded Laptop (15in Screen; 4GB RAM; 350 GB HD; DVD/CD+RW, Bluetooth, Remote Control, Wireless etc.)

Lot4: Ten (10) Hp Desktop mainstreams (DTM) – (minimum configuration – 2300DxD4 3.0ghz, 200GB, 2GB RAM, DVD-RW, 17” Flat screen (FFF) Windows.

Lot5: Ten (10) Units of HP LaserJet Printers

PROJECT E: Acquisition & Installation of Photocopiers

Lot 1: Four (4) Units of Sharp Digital Copiers (AR-S172)

Lot 2: Four (4) Units of 5KVA Stabilizers

Lot 3: Four (4) Units of Shredder (SBS-650 Cross cut)

PROJECT F: Geospatial Data Computer Software

Lot 1: ArcGIS Software (Full Package with relevant extensions) -25user licenses and basic training

Lot 2: Oracle DBMS 25 user licenses and basic training

PROJECT G: Data Processing – Equipment & Database Creation Submis540n of proposal to implement the following tasks:

Lot 1: Acquisition and Installation of Data Processing Equipment e.g. Servers and necessary networking;

Lot 2: Development of Automated Chain Processing;

Lot 3: Development of Data Dissemination and Land Information

PROJECT H: Internet & Networking

Lot 1: Thirteen (13) VSAT: Direct C-Band with installation in 13 locations (2 in each of 6 States (see Table above) + Headquarters).

Lot 2: Twenty-five (25) Wide Area Networking (WAN), (e.g. 128K Virtual Private Network) for 12 LGAs and 12 States + Headquarters.

Lot 3: Supply of dedicated bandwidth 128Kbs/256Kbs for 2 years for 13

Lot 4: Office Internet facilities: Design, acquisition and installation

PROJECT 1: Geovisualisation Printing & Reproduction (Image Maps)

Lot 1: Twelve (12) A3 size HP Printers

Lot 2: Thirteen (13) AO size Plotters

PROJECT J: Power Supply (24/7)- Solar & Inverter

Lot 1: Thirteen (13) solar energy 1.5KVA for continuous supply of electricity made up of 8nos 300 watts solar panel, 1.5KVA Inverter, 8 nos, 12 Volts deep cycle batteries, 8nos battery rack

Lot 2: Ten (10) 16KVA Diesel Generators

Lot 3: One (1) 60KVa Diesel Generators

PROJECT K: Development of Land Valuation Mechanism

Determination of social and economic parameters with reference to prevailing market situation for ascribing worth to land in both urban and rural areas.

PROJECT L: Office Equipments & Furnishing

Lot 1: Chairs- Eight (8) Nos Executive Chairs

Thirty-Five (35) Nos Armchairs

Fifteen (15) Nos armless chairs

Lot 2:  Tables- Eight (8) Executive tables

Thirty-Five (35) Office Tables

Four (4) sets of Leather Settees

Fifteen (15) Window units A/C

Ten (10) Split A/C

Ten (10) Haire Thermocool refrigerators

Lot 3: Office Equipments- Ten (10) Gubabi fireproof safe

Ten (10) Gubabi Fireproof Cabinet

Conference Table 30 Conference Chairs

Rugging- 1 Conference Room and 10 Offices

Curtains- 1 Conference Room and 10 Offices

PROJECT M: Verbatim Equipment & Production

(Please help provide details)

3. Eligibility for Pre-Qualification

To qualify for consideration, interested Companies are requires to supply the under-listed documents

  1. Certificate of Incorporation with Corporate Affair Commission (CAC)
  2. Current Tax Clearance Certificate
  3. Evidence of VAT Registration
  4. Details of Company profile including personnel
  5. Evidence of technical competence and previous experience in similar projects/jobs
  6. Evidence of participation in the Contributory Pension Scheme
  7. Any other relevant information that may enhance the chances of the Company

Submission of Tenders

The pre-qualification documents must he returned in sealed envelope, marked at the left hand corner “Prequalification Documents” stating the Project and Lot number the Company is applying for, while the corresponding financial bid should also be in another envelope which must be sealed and addressed to Secretary, Ministerial Tenders Board, Office of the Secretary to Government of the Federation (SGF) on or before 12 noon 11th November, 2010. Opening of only pre-qualification documents shall commence at 1 .00pm on same day in the Conference Room of the SGF. On the next day, 12th November, 2010 at 1.00pm, the names of pre-qualified contractors will be pasted on the Notice Board and their financial bids will be opened at 3.00pm. The financial bids submitted earlier by those not qualified will be returned to them unopened. Contractors or their representatives are encouraged to attend the bid opening session as observers and to also identify their sealed submissions.

Signed PERMANENT SECRETARY (GSO)

Office of the Secretary to the Govt. of the Federation

29th September, 2010

Procurement of Various Goods at Abia State Universal Basic Education Board, (Asubeb)

Abia State Universal Basic Education Board, (Asubeb) Umuahia Abia State

Universal Basic Education Commission (Ubec) Assisted Project

Invitation for Pre-Qualification

Client: Abia State Universal Basic Education Board, ASUBEB UMUAHIA, ABIA STATE

Our Ref:    AB/SUBEB/PRS/W/328/VOL. II/001

Preamble: The Abia State Universal Basic Education Board, Umuahia, in conjunction with the Universal Basic Education Commission Abuja intend to apply the good performance Merit Award 2007 for the execution of projects on the production of furniture of primary and junior Secondary Schools in Abia State. The Abia State Universal Basic Education Board (Asubeb) Umuahia Hereby Invites “Expression of Interest for the Pre Qualification” from eligible BIDDERS for the contracts indicated below.

Supply of Furniture

S/No Project REFERENCE NO. QTY Project Site Delivery Period
1 Procurement of Pupil Desks and Benches MA/UBE/AB/SUBEB/ PRS/W/FUR/328/PRI/001 3730 Designated Schools 60 Days
2 Procurement of Students’ Lockers and Chairs. MA/UBE/AB/SUBEB/ PRS/W/FUR/328/PRI/002 1154 Designated Schools 60 Days
3 Procurement of Teachers tables and Chairs, MA/UBE/AB/SUBEB/ PRS/W/FUR/328/PRI/003 200 Designated Schools 60 Days

Pre-Qualification Requirements

For the pre-qualification exercise, bidders are required to submit the under listed documents:

  • Company’s certificate of incorporation/ registration
  • Copy of current 3 (three) years tax clearance certificate.
  • Details of verifiable experience on similar jobs under taken and completed by the company.
  • Evidence of registration with ASUBEB
  • Evidence of VAT registration
  • Evidence of payment of non-refundable pre-qualification fee of N20,000.00 (twenty thousand naira only)
  • Technical equipment owned by the company where applicable
  • Audited Account of the Company

All completed applications together with company profile should be addressed to:

The Executive Chairman,

Abia State Universal Basic Education Board,

P. M.B 7278, Umuahia, Abia State,

With “EXPRESSION OF INTREST” indicated at the top right corner of the envelop NOTE:

Only pre-qualified bidders shall be notified.

Bid documents shall be collected after success from the pre qualification exercise

Submission of application must be made on or before 11th October 2010

Signed

AG. Director,

Department of Planning, Research and Statistics,

Abia State University Basic Education Board, Umuahia.