Procurement of Goods at Total Exploration and Production Nigeria Limited (TEPNG)

Total E&P Nigeria Limited
Operator of the NNPC/TEPNG Joint Venture RC 2979

Tender Opportunity: Call-Off Contract for Maintenance of Siemens Turbines in Oml58 and FSO Unity

1.   Introduction
TOTAL Exploration and Production Nigeria Limited (TEPNG) invites interested and reputable contractors with suitable equipment and relevant experience to apply for consideration to tender for the Call-Off Contract for Maintenance of Siemens Turbines in OML58 and FSO Unity (OML 100/102).

1.1    Brief description of OML 58 & FSO Unity
The OML 58 field is located in EGI region. 80km distance from
Port Harcourt. The OML58 field consists of 4 main industrial sites:
OGBUGU Flow Station,
OBITE Gas Plant
IBEWA Cluster
OLO flow station
2 Camps (Base Camp and Life Camp)
124 wells (oil and gas)

FSO Unity was installed in 2003 some 2.7km from Odudu. Oil produced in OML 100,102 & OML 99 is exported to the unit via ODP1 platform. The FSO is equipped to allow the oil off-load in tandem or calm buoy mode. It’s also accommodates about 130 people.

2.   Scope of Work:
The scope of works is for the provision of services which includes labour and spares supply for non-routine maintenance of all Siemens turbines both In OML58 and FSO Unity. This scope of works is as summarized below:

  • Carry-out 8,000, 24000 & 48,000hrs inspection of the Siemens turbines
  • Supply genuine materials for inspection listed above and other related activities.
  • Monitor, with the aid of TEPGN representative, the performance of the turbines in line with their running hours
  • Draw up a maintenance program on quarterly basis to indicate various activities necessary for intervention
  • Evaluate the performance of the maintenance team on site, develop training and correctives actions
  • Troubleshoot all related problems and have them resolved.

These services shall also consist preparing, executing, managing and reporting the maintenance activities (non routine, corresponding repair works, hot spare and specific tools management and CMMS data entry) for the whole turbines, High level maintenance and inspection knowledge, practice and experiences are required for the turbines.

Mechanical, instrumentation and electrical competencies are especially requested for the maintenance of the turbines.

3.   Mandatory Requirements
a.    To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Gas Turbine – Product Group 1.05.02, Generator Services (Turbine) – Product Group 3.05.11 and Maintenance and Modification of Pumps and Rotating Equipments – Product Group 3.05.20 category in NipeX Joint Qualification system (NJQS) database, Ail successfully pre-qualified suppliers in this category will receive in invitation to Technical Tender (ITT).

b.     To determine if you are pre-qualified and view the product/service   category you are listed for; Open 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.

c.       If you are not listed in product/service category you are registered with DPR to do business, conduct NipeX office at 30 Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.

d.       To initiate the JQS pre-qualification process, access www.nipexng.com  to download application form, make necessary payments and contact NipeX office for further action.

e.       To eligible, all tenders must comply with the Nigerian content requirements in the NipeX system.

4.   Closing Date
Only tenderers who are registered with 1.05.02 (Gas Turbine), 3.05.11 (Generator Services – Turbines) & 3.05.20 (Maintenance and Modification of Pumps and Rotating Equipments) of NJQS Product/Category as on or before Wednesday, 8th September, 2010 being the advert close date shall be invited to submit Technical Bids.

5.   Additional Information
”    Interested bidders .must show Letter of authorization from Siemens Lincoln UK, indicating approval for spares supplies and field services in Nigeria for SGT100 / 200 and 300

  • In case of joint venture with, attach copy of the joint venture agreement, and details of the interest of each of the joint venture partners and the role of each party shall be clearly indicated.
  • Description and technical specifications of equipment and genuine spares parts that will be utilised in the execution of the work (e.g. specifics Siemens turbines tools, specific Siemens spares for each job on each type of turbines, compressors, generators, vehicles etc) currently owned by contractor, with proof of ownership.
  • Technical expertise / resume of key personnel to be involved in the services. Appropriate qualifications issued by Siemens for Operating and Maintenance of SGT 100 / 200 and 300 turbines.
  • Details of relevant verifiable experience of similar services that pre-qualifier has undertaken as main contractor in the last five (5) years, inside or outside Nigeria. This is mandatory
  • Reference of three major customers that can be contacted for information / reference.
  • Failure to provide any of the listed documents or information may automatically disqualify the Contractor.
  • This notice and the ensuing qualification process neither creates any commitment by TEPNG nor establish any legal relationship with JEPNG and /or its partners.
  • All costs incurred in preparing and processing NJQS pre-qualification shall be to the Contractor’s accounts,
  • Please note that this is not an invitation to tender. Full tendering procedure will be provided only to Contractors that are in categories 1.05.02,3.05.11 & 3.05.20 of NJQS data base after the advert close date.

Please visit Nipex portal at: www.nipexng.com  for this advert and other information

Procurement of Goods at Bauchi State Malaria Control Booster Project

Bauchi State Government of Nigeria
World Bank-Assisted

Malaria Control Booster Project Imcbpj
Bauchi State Implementation Unit
Credit No. 4250uni
Date: 19th August, 2010

Request for Expression of Interest

The Federal Government of Nigeria (FGN) has received a Credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project and intends to apply part of the credit to cover eligible payments for consulting services to support the Community Driven Interventions in the selected health facilities in the Local Governments Areas: Bauchi, Dambam, Dass, Ganjiwa, Kirfi, Katagum. Shira, Warji, Zaki and Toro. The aim of this study is to support the state focal person in providing the overall vision, direction, leadership and management into strengthening malaria control interventions using the CDI approach.

The Consulting firm will be required to support the state PIU in implementing the following:-
”    Training of health workers and community volunteers on delivery of malaria control and prevention commodities through CDI approach.
”    Introduction of community approach in CDI model, for malaria control
”    Introduction of community outreach.
”    Ensuring timely monitoring and supervision between the communities and the health centers LGAs
”    Identify and provide an enabling environment and coordination of malaria control in the state.

The study is expected to be conducted by a consultancy firm with each member of the team possessing requisite qualification and experience in conducting the assignment. At least one staff skilled in M &E should have at least, a minimum of 5 years post qualification experience in community based intervention, and one staff member with a minimum of a degree in public health, sociology, social work, community development, nursing or related field. Team should poses staff with excellent writing analytical and communication skills, experience in working with community development, community mobilization and training- CDI implementation and understanding the local cultures of the state.

The Bauchi state Malaria Control Booster Project now invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide the information indicating that they are qualified to provide the services: (brochures, description of similar assignment, experience in similar conditions, knowledge of local language and culture, availability of appropriate skills, etc.).

The firm will be selected in accordance with the procedures set out in the World Bank’s Guidelines: for Selection and Employment of Consultants by World Bank Borrowers. 2004 edition.

Interested firms may obtain further information at the address below from 10:00am – 4:00pm local time, Monday to Thursday and 9:00 am 1:000pm on Fridays, Expressions of Interest must be submitted in four (4) hard copies to the address below on or before 12:00 Noon on the 2nd  September 2010, with inscription on the envelops “SUBJECT: Expression of Interest for CD 1”.

The Project Manager,
Bauchi State Malaria Control Booster Project
State Project Implementation Unit,
No. 4 Yandoka Road Bauchi,
Bauchi State.
Tel: 08058622243
Email: aubabuga@yahoo.com

Execution of Projects at Federal Ministry of Science and Technology, Abuja

Federal Ministry of Science and Technology

Federal Secretariat Complex, Phase 1, Abuja

Invitation to Tender for the Execution of Projects In The 2010 Annual Budget

The Federal Ministry of Science and Technology intends to execute some projects contained in its 2010 Budget Consequently, the Ministry invites reputable contractors to tender for the projects as indicated below.

2.      PROJECTS/ DESCRIPTION

Projects Description
A National Science and Technology Database/Computerization of the Ministry.

  1. IT Services Resource Unit
  2. FMST e-Government Project Phase 1
B Establishment of Comprehensive Databank of Nigeria’s contribution to Science and Technology

    • Establishment of Phase 1 Hardware Infrastructure for FMST’s Data-Centre (including site preparation).
      C Establishment of Central Electronic Library/Design and Implementation of Phase I of the Central e-Library.
      D Feasibility Study for the Establishment of a Model Science and

      Technology Park in SHESTCO, Sheda, Abuja

        • Appointment of a Consultant to produce Feasibility Study Document for Establishment of the Science and Park.

          3.      Requirement for Tendering for the Projects

          All tenders should be accompanied with the following:-

          • Company profile and organizational structure, including names, resumes and telephone numbers of key personnel;
          • Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion;
          • Evidence of incorporation of company by the Corporate Affairs Commission (CAC);
          • Company Tax Clearance Certificate for the last three (3) years (2007,2008 and 2009);
          • Equipment and Technology capacity;
          • VAT Registration and evidence of past VAT remittances;
          • Experience/Technical qualification of key personnel with copies of certificates;
          • Audited Annual Financial Report of the Company for the last three (3) years. (2007,2008 and 2009);
          • Evidence of financial strength, (Bank Statement for last 6 months), credit worthiness and readiness to instruct bankers to supply financial Information on the company as may be required;
          • A sworn affidavit that none of the directors has been convicted in any country for any criminal offence, including fraud or financial impropriety;
          • Key staff of the consultants must be professional with at least 5 years experience in implementation of electronic document management system (for projects B and D) and process documentation;
          • Evidence of availability of requisite and appropriate staff/skill for the job;
          • Eligible firms must be accredited and verifiable IC3 institutions;
          • Eligible firms must have at least one IC3 certified key personnel to be deployed on the project;
          • A write-up on the understanding of the assignment.

          4.        Collection of Tender Documents

          Interested companies/firms should collect bid documents containing specification for the jobs from the Procurement Division of the Ministry at Phase I of the Federal Secretariat, 1st Floor, Room 1B 1.32 on the payment of N20,000.00 tender fee.

          5.      Submission of Tenders And Closing Date

          Completed old documents (Technical and Financial in separate sealed envelopes) should be submitted clearly marked with project title boldly written at the right hand corner of each and the name of tendering firm also boldly written at the back of the envelope should be dropped in the Tenders Box in the office of the Deputy Director (Procurement) in Room 1B 1.32 on or before 10.00a.m. Monday, 6th September, 2010. Late bids shall not be accepted, please,

          All tenders should be addressed to:

          The Permanent Secretary

          Federal Ministry of Science and Technology

          Federal Secretariat, Phase 1

          Abuja

          6.      Important Note

          Please note as follows;-

          • That by the submission of a tender, the FMST is neither committed nor obliged to award any contract to any contractors;
          • That this advertisement for invitation to tender shall not be considered as a commitment on the part of the Ministry nor shall it entitle any contractor/supplier to make any claims whatsoever and or to seek any indemnity from the Federal Ministry Of evidence and Technology;
          • That was received shall be opened publicly in the Conference Room of the Honorable Minister immediately after the closing of the bids on 6th September, 2010. Representatives of all responding companies are requested to be present, and
          • That the Ministry is not bound to award the contract to the lowest bidder

          Signed:

          Permanent Secretary

          Federal Ministry of Science and Technology

          Abuja

          16th August, 2010

          Supply of Books of Various Titles and Authors to the Library at Yaba College of Technology

          Yaba College of Technology

          P.M.B. 2011, Yaba, Lagos

          Invitation for Pre-Qualification to Tender for 2009/2010 Merged Education Trust Fund (ETF)

          Intervention Project

          Applications are hereby invited from reputable and interested Contractors/Suppliers with relevant experience and good track record for pre-qualification for tender for:

          The Supply of Books of Various Titles and Authors to the Library

          1.0    Pre-Qualification Criteria

          • Only Contractors/suppliers that have proven capability, relevant experience and good track record will be considered for pre-qualification to tender,
          • Company profile and organizational structure, including names, resumes, and telephone numbers of key personnel.
          • Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion,
          • Evidence of Incorporation of company by the Corporate Affairs Commission (CAC)
          • Company Tax Clearance Certificates for the last three (3) years
          • Equipment and Technology capacity or Evidence of contact with international publishers
          • VAT Registration and evidence of past VAT remittances
          • Experience/Technical qualification of key personnel with copies of certificates
          • Audited Annual financial report of the company for the last three (3) years
          • Evidence of financial strength, credit worthiness and readiness to instruct bankers to surely financial information on the company as may be required
          • Evidence, of community and social responsibility (if any)
          • A sworn affidavit indicating that all documents submitted are genuine and verifiable
          • A sworn affidavit that none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety
          • Bidders should accordingly include in their bid, a sworn affidavit indicating whether any officer of Yaba College of Technology is a former or present director, shareholder or has any pecuniary interest in the company

          2.0    Submission of Pre-Qualification Documents

          Bound pre-qualification documents in wax-sealed envelope with “Pre-qualification as Supplier for the supply of books of various titles and authors to the Library” written” at the top left hand corner should be hand-delivered on or before 12:00noon, on Tuesday, 31st August 2010

          The Registrar

          Yaba College of Technology

          Yaba-Lagos

          3.0    Opening of Pre-Qualification Documents

          Pre-qualification envelopes will be opened at 12.30 p.m. on Tuesday August 31st 2010 and interested members of the public especially representatives of intending contractors/suppliers are hereby invited.

          4.0    Notification of Pre-Qualified Bidders

          Names of pre-qualified contractors/suppliers will be displayed on notice board by Tuesday. September 7, 2010 by 2:00p.m and they will be invited to tender accordingly.

          5.0    Collection of Tender

          Pre-qualified contractors/suppliers should note that they will be required to pay a non-refundable tender processing fee of twenty five thousand naira only (N25, 000).

          Tender documents will be available for collection at the Physical Planning Unit, at the presentation of evidence of payment of the processing fee

          Please Note

          • That by the submission of pre-qualification documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or agent.
          • That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of College, nor shall entitle any contractor/ supplier to make any claims whatsoever and/or seek any indemnity from Yaba College of Technology
          • That due diligence would be followed as all the documents submitted would be verified and the past executed works and contractor’s offices shall be visited Any discrepancies found would disqualify the contractor

          Signed:

          Biekoroma C, Amapakabo

          Registrar & Secretary to Council.

          Procurement of Goods at Nigeria Customs Service

          Nigeria Customs Service

          Customs Headquarters, Wuse Zone 3, Abuja

          Website: www.customs.goy.ng

          E-mail: ngcustomsboard1@yahoo.com

          Tenders Board

          Invitation for Expression of Interest in Conducting Biometric Technology Exercise and Production of Assets Register For

          Nigeria Customs Service

          1.     Introduction:

          The Nigeria Customs Service invites interested and reputable Contractors and Firms with relevant experience to write and express interest in the above mentioned exercises under the 2010 Capital Budget Projects,

          2.    Description and Scope:

          (a)     Conducting Head count for entire workforce of Nigeria Customs Service using Biometric Technology;

          (b)     Production of Asset Register (Moveable and Immovable (Fixed) and Valuation of Nigeria Customs Service properties

          3.    Requirements:

          To be considered, interested contractors must submit the following:-

          1. Evidence of company registration with Corporate Affairs Commission;
          2. Evidence of registration as a Contractor with the Nigeria Customs Service;
          3. Evidence of current Tax Clearance Certificate for the last three (3) years (2007, 2008 and 2009;
          4. Evidence of having fulfilled all obligations in relation to Pensions and Social Security Contributions in accordance with the provisions of the Pensions Act, 2004 and Section 16 (6) (c) of the Public Procurement Act, 2007;
          5. Evidence of VAT Registration, Remittance and Tax Identification Number (TIN);
          6. Company Profile including Key Staff and Strength:
          7. Details of equipment;
          8. Name, address of Banker(s) and letter of Reference from Bank(s)
          9. Verifiable details of similar contracts previously executed in the last five (5) years including letters of Award. Agreements and Completion Certificates.

          4.      Collection of Tender Documents:

          Interested companies are to collect Tender Documents from the office of the Comptroller (Technical Services), Room 145, Nigeria Customs Service Headquarters, Abidjan Street, Wuse Zone 3, Abuja.

          5.    Submission of Bids:

          Bid documents should each be sealed and labelled “Technical” and ‘Financial’ Bids separately as appropriate, put in separate envelopes and labelled at the top right hand corner as Technical or Financial stating the name of the project in each case.

          The documents are to be submitted to the address below on or before Friday 17th September 2010 by 4.00pm.

          6.    Opening of Tenders:

          Representatives of the bidding companies and members of the pubic, especially Civil Rights Organizations are invited to witness the opening of the tenders at 10.00am on the 21st September, 2010 at the address below.

          NOTE:

          Please note that only Contractors that have been successful in the Technical bid will be considered for the Financial Bid.

          The Secretary

          Nigeria Customs Service Tenders Board

          Room 323, Customs Headquarters,

          Wuse – Zone 3, Abuja.