Companies are invited to Tender at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

A Chevron Company Operator of the Agbami Unit (OML 127/128)

Advert for Tender Opportunity Ocean Bottom Nodes (OBN) Seismic Data Acquisition Monitor – 1st Monitor

Introduction:

Star Deep Water Petroleum Limited invites interested and qualified Nigerian Registered Seismic Companies or Nigerian Registered Companies in partnership with international seismic acquisition contractors that have requisite expertise manpower, and adequate equipment for the proposed work to submit tender documents for pre-qualification.

Scope of Work:

  • To acquire 4C OBN 4D seismic data (1st Monitor) over approximately 229sq. km of node area and 582sq. km of shot carpet area in water depths of about 1170-1830 in Q1 2012.
  • Plot shot gathers, perform QC checks (tilt/orientation, vector fidelity, clock drift, positional and noise analysis) and produce QC reposts.
  • Process navigation data onboard the seismic vessels and output in P1/90 format.
  • Output navigation merged seismic field tapes in SEG Y format on 3592 media.
  • Perform fast track processing onboard the vessel and generate stacks for QC checks.
  • Prepare seismic data acquisition report.

Tender Requirements:

  1. To be eligible for this tender exercise, interested bidders are required to be pre- qualified in the 3.10.01 (2D/3D/4D Seismic Data Acquisition Services) 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. a. Meet all JQS mandatory requirements to be listed as “Prequalified” for a category in the JQS database.
  2. b. 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, www.nipexng.com to download, the application form, makes 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 derails of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 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 Nigeria personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and work 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 organisation provide such training and evidence of past training record) for Nigeria 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, 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 for fifteen (15) working days and shall close to interested bidders by 16:00 Hours, Monday 16, August, 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 port of Star Deep Water 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 Star Deep Water 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 pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • Star Deep Water Petroleum Limited / NNPC reserve the right to reject any and or all pre-qualified supplier at its sole discretion and at no cost whatsoever.
  • Star Deep Water Petroleum 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, PM.B.12825, Lagos.

Contractors are invited for 2010 Capital at Nigerian Police Force

Nigerian Police Force

Shehu Shagari Way, Louis Edet House, Force Headquarters Abuja.

Invitation for Pre-Qualification of Contractors for 2010 Capital; Projects of the Nigerian Police Force

Preamble:

In compliance with the requirement of the procurement Acts2007 on the procurement of goods and services by the Federal Government Ministries and Parastatals. The Nigeria Police Force wish to pre-qualify competent/qualified companies that wish to tender for the various Capital/Recurrent Projects in the Nigerian Police Force in the year 2010 Appropriation Act. The Project as state below:

LOT                     EOD

Purchase of Bomb Disposal Equipment (EOD)

  1. A. Pre-qualification Requirements:
  1. Bidders to indicate interest in the procurement of EOD equipment as stated.
  2. Submission of valid Certificate of Registration/Incorporation.
  3. Submission of Tax Clearance Certificate for the last three years valid up to December 31, 2009.
  4. Submission of Company’s resume/profile including details of 3 key Officers, details of equipments/machineries owned or to be hired (where applicable).
  5. Submission of verification evidence of execution of similar projects stating clearly the location of the projects, the contract sums, including copies of letters of award and completion Certificates and.
  1. B. Verification of Claims in Pre-qualification Documents:

The Nigeria Police Force reserves the right to verify the authenticity of claims made in the pre-qualification documents submitted.

  1. C. Submission and Opening of Pre-qualification Documents:

Pre-qualification documents to be enclosed in sealed envelopes marked “Pre-qualification for Nigeria Police Force EOD Equipment.

Submission of pre-qualification document commence on Monday 26th July 2010 should reach the Nigeria Police Force not later than 12 00pm of 8th August, 2010, while the bid shall be opened at 1300 hrs of same day and same venue. Bidders or the representatives are strongly advised to be present.

Please note that this publication is not an invitation to tender. Only successfully pre-qualified companies would be required to tender for the projects.

Nothing in this advertisement shall be construed to be a commitment on the part of the Nigeria Police Force to undertake the project, reply any company not found suitable or entitled any tenderer to make any claim(s) whatsoever in respect of any expense(s) incurred in preparing a pre-qualification response.

Signed:

The Inspector General of Police

The Nigeria Police,

Force Headquarters,

Abuja.

CONSTRUCTION AND REHABILITATION WORKS AND SERVICES at FEDERAL UNIVERSITY OF TECHNOLOGY, YOLA

FEDERAL UNIVERSITY OF TECHNOLOGY, YOLA

(Office of the Registrar)

Private Mail Bag 2076

Yola, Adamawa State

Nigeria

Registrar

Alhaji Ahmed Usman Wurochekke, B.A (Pol, Science BUK)

Tel: +2348052114437

E-mail: registrar@futy.edu.ng

Web site: www.futy.edu.ng

INVITATION TO TENDER FOR CONSTRUCTION AND REHABILITATION WORKS AND SERVICES AT THE FEDERAL UNIVERSITY OF TECHNOLOGY, YOLA

The Federal University of Technology Yola wishes to invite interested Contractors/Companies to tender for construction and rehabilitation of various projects in the University as follows:

S/NO  LOT                  PROJECT

1         i      Rehabilitation of existing Roads within the University.

2         ii     Expansion of Power supply on the campus: Supply and installation of Power Generators and Solar Energy Equipments at the University

3          iii    Supply and installation of Teaching and Research Equipments for Department of Chemistry.

4          iv    Supply and installation of Teaching and Research Equipments for Department of Physics.

5        v      Supply and installation of Teaching and Research for Department of Biological Sciences.

6.      vi      Construction of the Dean’s Office Complex, School of Agriculture and Agricultural Technology,

7       vii     Construction of the Departments of Agric Economics/Extension and Animal Science Building.

8       viii    Construction of the Departments of Crop Production and

Crop Protection Budding,

9       ix      Construction of the Departments of Food Science and

Fisheries Building

10     x       Construction of the Departments of Soil Science and Forestry Building,

11     xi      Construction of Twin lecture Theatres at the University

12     xii     Procurement of Utility Vehicles

TECHNICAL BID DOCUMENTS TO BE SUBMITTED ALONG WITH FINANCIAL BIDS:

The following document are required to be submitted along with the Tender

  1. Certificate of Incorporation in Nigeria as a Limited Liability Company.
  2. Tax Clearance Certificate for the past three years issued by a Board of Internal Revenue Service of any State of the Federation and Abuja, or the Federal Inland Revenue Service (FIRS).
  3. Evidence of VAT Registration.
  4. Evidence of compliance with the provision of Pension reform Acts 2004 as contained in section 16 (6) (d) of the Public Procurement Act 2007.
  5. List of similar projects executed in the last three years, with Certificates of completion of such projects from employers
  6. Evidence of financial capability to execute the job to be tendered for, supported with latest audited account
  7. List of key personnel to be assigned to the project with professional qualifications
  8. List of relevant equipment at the disposal of the Company to be deployed for the works and their location.

TENDER FEES

Interested Contractors /Companies are required to pay anon refundable tender fee of the amount indicated against their lots as follows

LOT                                                 TENDER FEES

Lots:                   iii, iv, v, vi and xii        N60, 000.00 per Lot

Lots:                   i, ii and xi                      N100, 000.00 per Lot

Lots:                   vii, vii, ix, and x  N150, 000.00 per Lot

COLLECTION OF TENDER DOCUMENTS

Tender documents containing details of works can be obtained from the office of the Doctor, Physical Planning Unit Room J1, Central Administration Building of the University on presentation

Of evidence of payment of the prescribed tender fee

SUBMISSION OF TENDER DOCUMENTS

All technical and financial bid documents are to be sealed in a single ENVELOPE and clearly marked, for example: Tender for Construction of Block of Classrooms and Offices’ or as the case may be before submission. Envelope containing the tender documents shall be submitted to the Office of the Registry, Room G7, Central Administration Building of the University on or before 12:00pm on Thursday 26th August 2010. Late submission shall not be accepted

OPENING OF TENDERS

All tenders shall be publicly opened by 11:00AM, on Friday 27th August 2010 in the Old Council/Senate Chamber of the University. All Contractors/ Companies or their representatives are invited to attend,

(Signed)

Alhajl Ahmed Usman Wurochekke

REGISTRAR

Supply, Construction, Provision at Ministry of Defence

NAVAL HEADQUARTERS

Ministry of Defence

Abuja

INVITATION OF TENDER

  1. In compliance with the Public Procurement Act 2007, the Nigerian Navy invites successfully prequalified companies to collect tender documents at the indent office, Naval Headquarters for the underlined Lots:

Lot I-          Supply of Fire Extinguishers

Lot 2-         Supply of Submersible Pumps

Lot 3 –        Construction of 1 No of 12 x 1 Bedroom Apartment for Instructor Ratings at NNSHS Offa

Lot 4 –        Supply of Laptop Computers

Lot 5 Furnishing of Hostel and Dinning Hall at NNSHS Offa

Lot 6-         Furnishing of 1 No of 12 x 1 Bedroom Apartment for Instructor Ratings at NNSHS Offa

Lot 7-         Supply of Vehicles:

a. 4 Wheel Drive Pick- up Vehicles

b. Staff Buses

c. Ambulance vehicles

Lot 8-         Construction of 4 x 1 Studio Flats for Officers at NNRI Yenagoa

Lot 9-         Construction of 12 x 1 Self Contained Bedroom Apartments for Ratings at NNRI, Yenagoa

Lot 10-       Construction of General House, Supply and installation of 150KVA Generator, Cable

Network and Connection to Buildings at Yenagoa.

Lot 11-       Construction of Generator House, Cable Network and Installation of 100KVA Generator at FOB Escravos

Lot 12-       Supply and Installation of 100KVA Generator and Connection to Buildings at FOB Igbokoda

Lot 13-       Finishing of Admin Block at FOB Formoso

Lot 14-       Provision of Industrialized Borehole, Water Treatment Plant and other Accessories at FOB Badagry

Lot 15 –      Provision of Industrialized Borehole, Water Treatment Plant and other Accessories at NNPRS Makurdi

Lot 16-       Construction of 4 x 2 Bedroom Self Contained Apartments for Ratings at NNPRS, Makurdi

Lot 17-       Construction of 2 Blocks of 4 Classrooms and Offices at NN

Communication School, Obalufe

Lot 18-       Construction of 4 x 2 Self Contained Bedroom Apartments for Ratings at NN Communication School, Obalufe

Lot 19-       Provision of Borehole and Water Treatment Plant at NAS, Calabar

Lot 20-       Construction of Classrooms and Offices at NNSS Owode

Lot 21-       Construction of 4 Laboratory Blocks and Equipment of same at NNSS Owode

Lot 22-       Provision of Boreholes, Water Treatment Plant Ground and Elevated Tanks and Plumbing Reticulation and other Ancillary Works at NNSS Owode

2       The list of successful prequalified contractors is pasted on the notice board at the Naval Headquarters; Abuja Contractors should note that registration with the Nigerian Navy was not considered in the prequalification exercise.

3.      Contractors are required to pay a non refundable Tender processing fee of between N20, 000-N40,000.00

4.      The submission should be in sealed envelope indicating the Lot tendered for at the top left corner and addressed to:

The Chief of the Naval Staff

Naval Headquarters

Ministry of Defence

Area 7, Garid

Abuja

Attention: Chief of Logistics

5. Submission of tenders shall close at 12.00 noon on Monday 9th August, 2010 Tenders will be opened on Tuesday 10th August 2010 at the NHQ parking lot.

Signed:

Chief of Logistics

For Chief of the Naval Staff

Various Procurements in 2010 Statutory Budget

Federal Capital Territory Administration FCT Tenders Board Secretariat

FCTA Secretariat, Kapital Road, Area 11, P.M.B 24, Garki Abuja, Nigeria

Invitation to Participate In the Prequalification/Tendering Exercise for the Various Procurements in 2010

Statutory Budget of the Directorate of Christian Pilgrim Welfare Board (CPWB)

Federal Capital Territory Administration (FCTA), through the Directorate of Christian Pilgrim Affairs has provisions in the 2010 Budget and intends to use part or whole of it for the under listed procurements* Competent and interested companies are hereby invited to submit technical and financial bids for the various Procurements

Projects

  1. Supply and installation of Generator plant
  2. Construction of Borehole and overhead tank
  3. Modification of Guest House
  4. Maintenance of External Work
  5. Supply of Library Books and periodicals

2.       Prequalification Requirements

Interested companies shall forward copies of the following documents, as applicable, and the   originals to be made available for sighting during the Tender opening.

  1. I.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association,
  2. II.            Tax Clearance for the last three years,
  3. III.            Interested Companies should have up to date returns with the CAC and be informed that due diligence could be conducted,
  4. list of verifiable documentary evidences of similar jobs successfully executed within the last three years.
  5. V.            Evidence of audited account from a chartered accounting firm, vi.     Sworn affidavit in line with the provisions of part IV, section 16, sub section 6(e & f) of the Public Procurement Act, 2007.
  6. List of equipment and plants to be deployed for the project, stating their location and whether the equipment is owned or on lease,
  7. Evidence of registration with pension commission and up to date remittance of employee pension fund contribution.
  1. Collection of Tender Documents;

Interested companies show collect tender documents from the Tender Unit of CPWB Wuse Zone 5, upon the presentation of evidence of payment of

N 30,000.00 non-refundable Tender fee In FCT Treasury Account at Fidelity Bank (Central Area) No. 051503010000426

  1. Submission

The Technical and Financial documents should each be sealed and labeled

(Technical and Financial bids as appropriate) separately, and the two envelope be put in another envelope that should also be sealed and labeled as appropriate indicating the name, of the project and the name of the procuring entity i.e Christian Pilgrims Welfare Board. The Tender documents (financial bid) should  be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by an authorized principal officer of the  bidding company. The document is to be dropped in: The Tender Box at the office of the Secretary, FCT Tender Board, FCT Tender Board Secretariat, Room

043, former Public Building Department, Area 11, Garki, Abuja not later than 10.00am, 25th August, 2010. This is a period of six (6) weeks.

The representatives of the bidding companies are invited to witness the opening of the tenders on the same day at 12 noon at FCT Tend Room G9, Archives Building near AGIS, Area 11, Garki, Abuja

5.      NOTE

  1. Successful companies shall provide PERFORMANCE BOND whose value should not be less than 10% of the contract sum before signing the contract.
  2. A bid in the form of a bank guarantee of a value equal to 2% of the bid figure shall be provided where the bid is in excess of N50m.
  3. The Management is not bound to accept the lowest or any of the bids
  4. Members of the general public and civil liberty group are invited to attend the opening of bids. They are to abide by th Code of Conduct for the public procurement observers issued by the Bureau of Public procurement

SIGNED

MANAGEMENT