Execution of Project at Chevron Nigeria Limited (CNL)

Chevron Nigeria Limited

R. C. 6135

Operator of the NNCP\Chevron Joint Venture

Advert for Tender Opportunity

Provision of One or Two Bombardier Dash-8 Q300 Aircraft

SCM-2010-CW804840

Introduction:

Chevron Nigeria Limited (CNL) Operator of the NNPC/CNL Joint Venture invites interested, reputable, experienced and prequalified companies for this tender opportunity for the provision of one or two Bombardier Dash-8 Q300 aircraft equipped to Chevron Aviation Standards, necessary crews, and maintenance support, for its operations, and therefore intends to put in place a Contract for the same.

Scope of Work:

  • Services: The provision and operation of the required Dash-8 Q300 aircraft.
  • Necessary crew and maintenance support in line with World-Class Operational Standards.
  • Compliance with all Chevron Aviation Standards for aviation equipment and safety requirements for operators.
  • Demonstrated maintenance capability for the Dash 8 Q300.
  • Operation of the Dash-8 aircraft from a contractor owned and operated “Full Service Aviation Base” to Onshore Locations.
  • Services to include daily, up to six (6) days week transportation to Escravos, Warri, Port Harcourt and Lagos. Any other locations as maybe required by company locations based upon company schedule.
  • Full logistics support for the operation of the Bombardier Dash 8 Q300.

Tender Requirements:

  1. To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.08.03 Transportation/Supply/Disposal Services – Air Transport Services Of Passengers and Freight category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive invitation to Technical Tender (ITT).
  1. Please note that interested bidders including their sub-contractor(s) shall be required to:
  1. Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database.
  2. Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

(Failure to meet the Nigerian Content requirements is a “FATAL FLAW”).

  1. 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.
  1. If you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Abayomi drive, Ikoyi Lagos with your DPR certificate as evidence for review and necessary update.
  1. To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

Nigerian Content 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 or plans of physical operational presence and set-up in Nigeria.
  • Furnish details of company ownership and share holding structure.  Also submit clear photocopies of your CAC Forms CO5 and CO7.
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to 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 would 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 subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach 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 record) 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 centers in Nigeria with physical addresses (not P.O. Box).
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Location of in-country facilities (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities.
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.

Close Date

This tender opportunity shall be open to interested bidders and close by 4:00pm on, Thursday, August 26, 2010.

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be Prequalified in NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX. Interested bidders are therefore advised to ensure they are set-up in NipeX with a valid and active official company email address accessible by all in their organization as this shall be the only means to transmit the ITT.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of CNL to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre­qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Chevron Nigeria Limited/ NNPC reserve the right to reject any and or all pre­qualified supplier at its sole discretion and at no cost whatsoever.
  • Chevron Nigeria Limited will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

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

Management

Chevron Nigeria limited,

2 Chevron Drive, Lekki Peninsula,

P.M.B.12825, Lagos.

Purchase of 5 No. Fast Moving Ferries at National Inland Waterways Authority

National inland waterways authority

Invitation for pre-qualification/tender

For goods

The National Inland Waterways Authority (NIWA), a Parastatal under the Federal Ministry of Transport with Headquarters at Lokoja , Kogi State in line with the Public Procurement Act of 2007 hereby invites reputable and experienced Suppliers and Contractors to pre-qualify/ Tender m under listed project in the year 2010 Budget Appropriation

Goods

Purchase of 5 No. Fast Moving Ferries.

2.0    Requirements

Interested suppliers and contractors to carry out any jobs in the above listed areas must submit the following:

  • Evidence of Registration as a contractor with NIWA
  • Detailed company profile must include: Address/office locations, certificate of incorporation/Registration with Corporate Affairs Commission etc.
  • Current Tax Clearance Certificate for the last three (3) years
  • Evidence of VAT Certificate
  • Evidence of Registration with relevant Professional Bodies (where applicable)
  • Name and Address of Bankers and Reference Letter from such Banks
  • Evidence of experience in similar projects, within the past three years. Attached letters of Award of completion Certificate
  • Audited Accounts for the past three years
  • Evidence of dealership or manufactures authorization
  • (Where applicable)
  • Affidavit to prove that the company is not under receivership
  • Affidavit to prove that non of the members of the Board Directors has been convicted for corruption fraud or money Laundering by a Court of Law.

3.0    Collection of Bid Documents

Bid documents/ detailed specifications of the required goods are obtainable from the office of the head procurement, National Inland Waterways Authority (NIWA) Lokoja-Kogi State on payment of a non-refundable bid processing fee of N100,000.00 through Bank Draft Payable to National Inland Waterways Authority Lokoja.

4.0    Submission

Completed Tender document should be written in English Language: signed, sealed in an envelope and market” CONFIDENTIAL” with the title “TENDER FOR THE. The particular project you are bidding for at the Top left corner of the envelope and addressed to:

The Managing Director,

National Inland Waterways Authority (Hqts.)

Adankolo New Layout

Lokoja Kogi State.

The Pre-qualification /Tender documents should be submitted on or before 12.00pm Friday 10th September 2010

5.0    Opening of Pre-Qualification Tender Documents

All Tender documents shall be opened in the presence of all applicants or their Representatives on the closing date of submission Friday, 10th September 2010 by 2.00pm at the Conference Hall NIWA Headquarters, Lokoja

Please Note

  • All documents submitted must be accompanied with an affidavit sworn in any Magistrate/High Court to confirm their authenticity.
  • Late submission shall be rejected.
  • NIWA reserves the right to take final decision on any of the documents received
  • NIWA will not be liable for arty cost on part of the Tenderer.

Signed:

Management

Supply and Installation of Laboratory Equipment, Laboratory Chemicals and Reagents and Laboratory Standard Drugs at National Institute for Pharmaceutical Research & Development (NIPRD)

STEP-B/NIPRD AD PROJECT

National Institute for Pharmaceutical Research & Development (NIPRD)

Idu Industrial Area, P.M.B, 21, Garki, Abuja

Email: stepb_niprd_ad@yahoo.com Tel: +234 (09) 2906273

Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post Basic Project (Step-B Project)

Credit No. 4304-Uni

Supply and Installation of Laboratory Equipment, Laboratory Chemicals and Reagents and Laboratory Standard Drugs.

IFB NO. STEP-B/NIPRD/NCB/01/2010

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.
  • The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to  payments under the Contract for the Supply and Installation of Laboratory Equipment, Laboratory Chemicals and Reagents, and Laboratory Standard Drugs at the National Institute for Pharmaceutical Research and Development,  Idu Industrial Area, Abuja.
  • The NIPRD Idu, Abuja, participating in the implementation of the Science and Technology Education Post Basic Project now invites sealed bids from eligible and qualified bidders for the Procurement of the following:
Lots/ Item Description of Item Quantity Bid

Security

Delivery Period Validity Period Delivery Location
1 Supply and Installation of Laboratory  Equipment Various At least 2.5% of Bid Price 60days 90days NIPRD, Idu, Abuja
2 Laboratory  Chemicals and Reagents Various At least 2.5% of Bid Price 60days 90days NIPRD, Idu, Abuja
3 Laboratory  Standard Drugs Various At least 2.5% of Bid Price 60days 90days NIPRD, Idu, Abuja
  1. Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines; Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined In the Guidelines.
  • Interested eligible bidders may obtain further information from Science and Technology Education Post Basic Project NIPRD Idu, Abuja at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays to Fridays.

Qualifications requirements include:

  • Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital

A margin of preference for eligible national contractors shall not be applied; Additional details are provided in the Bidding Documents.

  1. A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee N 10,000.00 (Ten Thousand Naira) only or 84 USD (Eighty Four US Dollars). The method of payment will be cash or Bank Draft in favor of Science and Technology Education Post Basic Project, NIPRD Idu, Abuja, The Bidding Documents will be collected by the representative of the Bidder or by courier services on request
  • Bids must be delivered to the address below on or before 2:00pm on 2nd September, 2010, Electronic bidding will not be permitted. Late bids will be rejected.  Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 2:00pm on 2nd September, 2010.  All bids must be accompanied by a Bid Security of 2.5% in an equivalent amount in a freely convertible currency,
  • The address referred to above is;

The Project Manger,

STEP-B/NIPRD AD PROJECT,

National Institute for Pharmaceutical

Research and Development,

Idu, industrial Area, P.M.B 21, Garki Abuja,

Nigeria,

E-mail: stepb_niprd_ad@yahoo.com

Tel. No. 08035993159

Construction of Projects at Kwara State University (Kwasu), Malete

Kwara State University (Kwasu) Malete

P.M.B. 1530, ILOR1N

Invitation for Pre-Qualification of Contractors for the 2010 Education Trust Fund (ETF) Normal and Special Intervention Projects

1.0 Introduction

The Education Trust Fund (ETF) has allocated fund and given Approval in-Principle to the Kwara State University (KWASU) for the 2010 Normal and Special interventions which the University intends to use for the execution of the projects listed below:-

2.0 The Projects

Interested and competent contractors with experience in the handling of similar projects are invited and requested to submit prequalification documents for the following projects:-

LOT 1:-     Construction of College of Engineering and Technology Building

LOT 2:-     Provision of Assorted Books for Library

LOT 3:-     Construction of e-Library Building and provision of furniture items

LOT 4:-     Provision of Hardware Components for e- Library

LOT 5:-     Provision of Software Components for e-Library

 

3.0    All pre-qualification documents are to be packaged in wax sealed envelopes marked 2010 ETF Projects and submitted to the Registrar’s Office, Kwara State University, Malete on or before 19th August 2010. The required pre-qualification documents should be arranged in the following order:-

  • Evidence of incorporation or Business registration
  • Registration with KWASU Malete
  • Evidence of Tax Clearance Certificate for 3 years
  • Evidence of payment of Education Tax (as applicable)
  • Evidence of Financial capability and Banking support
  • Technical Qualification and experience of key personnel
  • Similar verifiable projects executed and evidence of  knowledge of the Industry
  • List of Plants and Equipment
  • VAT Registration and evidence of past VAT remittances
  • Full details of Company profile

 

Note:-

  • Please note that this is not an invitation to Tender. Full tendering information and instructions shall be sent to only the Companies that have been pre-qualified, screened and found suitable.
  • The University will not go into correspondence on account of unsuccessful applications.

 

Signed

Alh. Abodun Olayiwola,

Ag. Registrar

Execution of Projects at Dambatta Local Government, Kano

Dambatta Local Government Kano State

Invitation for Pre-Qualification Tender

Applications are invited from suitably qualified contractors for the execution of the following project:-

Project Title

  1. Rehabilitation of Dambatta- Diggol-Goranda Road.
  2. Construction of Friday Mosques at Balloda, Danya, Dungurmi and Katsarduwa villages

Pre-Qualification Requirements

Contractors are expected to meet the following minimum requirement:

  1. Registration with Corporate Affairs Commission.
  2. Three years tax clearance,
  3. Registration with Kano State Works Registration Board.

List of plants and equipment.

List of similar nature of work executed

Any other information that may qualify you as contractor.

All interested Contractors should forward their application

bids to the Local Government Due Process Committee.

Dambatta Local Government Secretariat in sealed envelope, marked expression of interest on or before 19th August 2010.

Important Note:

This advertisement should not be considered as a contract award or any commitment on the part of Dambatta Local Government nor shall it entitle any contractor or company to make claim whatsoever from Dambatta Local Government by virtue of responding to this advertisement.

Signed:

Management