Execution of Projects at Ahmadu Bello University, Zaria.

AHMADU BELLO UNIVERSITY, ZARIA

INVITATION FOR PRE-QUALIFICATION FOR EDUCATIONAL TRUST FUND (ETF) SPECIAL INTERVENTION PROJECTS

Preamble: Due to the inadequate outcome of our earlier advert, of March 8th on the above Projects, for Lots B & C. the University Tenders’ Board hereby RE-ADVERTISES Lots B & C and requests all previous applicants to reapply.

Introduction: Applications are hereby invited from reputable and interested Contractors/Consultants and Suppliers with relevant cognate experience and good track record of performance on world class projects for prequalification to tender on:

1.       PROJECTS:

LOT’B’: CONSULTING WORKS (Architectural, Civil/Structural. ICT,

Electrical, Mechanical, Quantity Surveying & Project Management

Services

B 1 – Teaching Hospital block, TB Lab, Academic Offices and Classrooms

for Faculty of Veterinary Medicine

B2-   Academic Offices, & Classroom blocks for Department of Quantity

Surveying.

B3- Academic Offices, Classrooms & Laboratory Block for Department of

Geomatics Engineering

B4- Construction and Furnishing of 1000 Sitting Capacity Multipurpose

(Theatre Arts. General Functions with restaurants) Lecture Theatre.

B5- Lecture Theatre and Moot Court for Faculty of Law

B6- New Lecture Theatre for Faculty of Engineering

B7- Block of Classrooms & Furnitures for Faculty of Education

B8- Block of Classrooms & Furnitures for Faculty of Social Science

B9- Optical Fibre based e-learning intranet & Multi-media operations for

Samaria and Kongo Campuses

LOT’C’: SUPPUES: Procurement Installation & Commissioning

C1-    Furnishing of Medical Library (Shelves, Furnitures, Computers and ICT equipments for virtual library).

C2-    Furnitures and Office Equipment for Faculty of Veterinary Clinic & Staff Offices.

C3-    Diagnostic Equipment for Veterinary Teaching Hospital & Shelves with Furniture & Fittings for TB Lab.

C4-    Office Furnitures & Equipment for Quantity Surveying Department.

C5-    Furnishing of Offices, Classrooms & Laboratories for Department of Geomatics Engineering.

C6-    Furnishing & Fittings (Public Address Systems) for Faculty of Law Theatre and Mute Court.

C7-    Furnishing & Fittings for New Engineering Lecture Theatre, Kainji &

Wolfson Theatres.

C8-    Laboratory Equipments for Department of Chemistry

C9-    ICT Equipments for Iya Abubakar Computer Center and Department of Mathematics Computer Laboratory

C10- ICT Equipment and Facilities for CAD Laboratory for the Faculties of Engineering and Environmental Design.

C11 –          LANGUAGES Laboratory Equipments for Faculties of Arts, Social Sciences & Education.

C12- Furnitures and Equipments for Faculty of Science Lecture Theatre.

C13- Furnitures and Equipments for Abdullahi Smith Lecture Theatre

C14- Upgrading of Optical Fibre based intranet for e-learning & Multimedia operations for Samaru and Kongo Campuses

2.                PREQUALIFICATION CRITERIA:

Reputable and interested Contractors, Consultants and Suppliers are required to submit their applications with the following documents:

(xi)   Evidence of Incorporation/Registration with Corporate Affairs Commission

(CAC).

(xii)  Evidence of Company Tax Clearance Certificate in the last three (3) years

(2007-2009).

(xiii)  Evidence of VAT Registration and remittances in the last three (3) (2007-

2009).

(xiv)  Evidence of current Registration(s) with relevant Professional bodies

(Consultants only).

(xv)   Evidence of Company Audited Annual Financial report for the last three (3)

years certified by a chartered accountant/auditor.

(xvi)  Company Profile which should include names, qualifications and

experiences of key personnel, list of similar verifiable projects executed

within the last three years (2007-2009), with photographs, contract values,

and locations, evidence of award and actual completion of projects.    The

clients names including GSM number(s) and e-mail addresses of the firm if

available should also be provided.

(xvii) Evidence of Financial capability to handle the chosen    project, credit

worthiness and readiness to obtain financial cover/liability and instruct

bankers to supply correct financial information as may be required. (xviii)Evidence of Community and Social responsibility (if any)

(xix)   Evidence of valid subsisting registration with FME/FMH/FMWT and ABU

in the relevant category ‘D’

(xx)    Company Evidence(s) of compliance with the provisions of the Pension

Reform Act, 2004 (Accounts with a Pension Fund Administrator, and

Remittances of all pension contributions)

(xxi)  A sworn affidavit indicating that all documents submitted are genuine,

verifiable and whether any officer of Ahmadu Bello University Zaria former

or present director, shareholder or has any interest in the company.

(xxii) A sworn affidavit that none of the directors have been convicted in any

country for any criminal offence Including fraud or financial impropriety.

(xxiii)Original documents should be available for sighting on      demand during or

after the opening of prequalification documents.

3.       SUBMISSION OF PRE-QUALIFICAT1QN DOCUMENTS:

Bound pre-qualification documents in wax-sealed envelope with “Pre-qualification as Consultants & Suppliers” as the case may be written at the top left hand corner specifying the lot interested in should be hand-delivered not later than 12 noon on Monday, 5th July. 2010 to:

The Secretary,

University Tenders’ Board,

Registrar’s Office,

7 Floor. Senate Building,

Ahmadu Bello University, Samaru. Zaria.

4.       OPENING OF PRE-QUALIFICAT10N DOCUMENTS:

Pre-qualification envelopes will be opened at 1:00pm prompt on Monday 5th July, 2010 at the ABU Samaru Zaria Assembly Hall near the Convocation Square.

All interested members of the public especially the intending Consultants, Suppliers, professional bodies and civil/transparency societies are hereby Invited.

5.       NOTIFICATION OF PRE-QUALIFIED BIDDERS:

Names of pre-qualified Consultants and Suppliers would be displayed on the notice boards at the Senate Building, Information Centre, Samaru Faculty of Administration, Kongo Campus and the Directorate of Physical Planning & Municipal Services by Monday 9th August, 2010 at 12 noon.

6.       COLLECTION OF TENDER:

a.               All Consultants, and Suppliers interested in each of the Lots are required to pay a prequalification fee of N20.000.00 only.

b.              Pre-qualified Consultants and Suppliers should note that they will be required to pay a non- refundable fee of One hundred thousand Naira only (N 100,000) for Lot B4 as processing tender fee, Twenty-five thousand Naira only (N25.000.00) for each one or other contract Lots or Fifty thousand Naira only (N50, 000.00) for two contract Lots and One hundred thousand Naira only (N100.000.00) for three or more contract Lots. Maximum of four contract Lots is recommended. Tender fees would be paid for and receipted at the Cash Office, ground floor, Senate Building ABU Samaru, Zaria.

Tender documents for suppliers and construction projects would be collected from the office of the DIRECTOR, Physical Planning and Municipal Services, Estate Department, ABU Samaru Zaria. Pre-qualified Consultants would be required to submit both technical and financial proposals for consideration.

PLEASE NOTE:

(d)   Submissions of Pre-qualification documents to ABU ZARIA is neither

a commitment nor an obligation to award any contract to any

Contractors/Consultant/Supplier or agent.

(e)   Advertisement for Invitation to Pre-qualification should not be

construed as a commitment on the part of the Ahmadu Bello

University, Zaria, or shall it entitle any Contractor/Consultant or

Supplier to make any claims whatsoever or seek any indemnity from

ABU ZARIA.

(f)    Due diligence would be followed as all documents submitted would be

verified, past executed works and contractor’s offices, plants &

equipments may be visited. Any discrepancies found would summarily

disqualify the contractor.

Signed

Secretary

University Tenders’ Board

Financial Management & Accounting Software Consultant at ICRC

INFRASTRUCTURE CONCESSION REGULATORY COMMISSION (ICRC)

The Public Private Partnership (PPP) Project

FINANCIAL MANAGEMENT & ACCOUNTING SOFTWARE CONSULTANT

REQUEST FOR EXPRESSIONS OF INTEREST

The Federal Government of Nigeria (FGN) has applied for a credit from the International Development Association (IDA) and intends to apply part of this facility to the payments for the services of a reputable and qualified consulting firm (“Consultant”) to develop accounting and budgetary capabilities through the design and installation of a comprehensive and reliable financial management system (FMS), commensurate with the size of ICRC and provide training on the use of the accounting software. The FMS should be sufficient to account for, and report all aspects of the projects in ICRC and other implementing entities.

The Infrastructure Concession Regulatory Commission (ICRC) was inaugurated in late 2008 by the Federal Government under the existing 2005 ICRC Act to lead the government’s Public Private Partnership programme. The PPP programme has the overall objective of creating economic growth by facilitating private sector participation in infrastructure development in Nigeria. Through the ICRC, the proposed PPP programme provides multi-sector capacity building and technical assistance and financial resources to increase PPP participation in infrastructure service delivery.

The ICRC is required as part of its function to establish the PPP Project Implementation Unit (PPP PIU) to assist it in executing the PPP Programme.     The PPP PIU will have two supporting groups: core staff and shorter-term technical experts for a term not exceeding six, for which this request for expressions of interest is issued for the appointment of a Financial Management & Accounting Software Consultant

Scope of Services:

The Financial Management Consultant will be required to perform the following functions:

  1. i.            Identify the hardware that would be used for the financial management for ICRC projects;
  2. ii.            In consultation with the project, procure a qualitative hardware for the financial management system of ICRC and its projects;
  3. iii.            Develop and install software for computerization of the Financial Management and Information Systems,
  4. iv.            Ensure that the system is robust enough to incorporate the chart of account; account for project and ICRC activities as well as produce necessary reports. The reporting module should be modifiable as necessary to produce reports in whatever format required by the projects, ICRC and any other stakeholder;
  5. v.            Train the financial management staff on the use of the software;
  6. vi.            Provide hand-on and on-going support on the use of the system; and
  7. Provide maintenance services as required

The Financial Management and Information Systems would be integrated. A set of policies and procedures which would apply to the project and a set of financial reports for the project be prepared from the Financial Management System. The consultant will therefore be responsible for;

A.    Development of Financial Management System (FMS):

The FMS to be designed will, inter-alia, include the following aspects:

  1. i. Flow of funds process
  2. ii. Accounting System
  3. iii. Financial Reporting
  4. iv. Human Resource Aspects Relating to Finance
  5. v. Accounting and Auditing Functions

B.      Computerization of the FMS:

Development of software for computerization of the FMS would inter alia include the following steps;

  1. i.            Identification of hardware for operation of the system;
  2. ii.            Identification of database/language (software that would be used for the system;
  3. iii.            Development and installation of the software for the computerized FMS;
  4. iv.            Testing of the software;
  5. v.            Preparation of the Operational Manual; and
  6. vi.            Training and hands-on implementation assistance to the project staff.

C.    Inputs of the Financial Management Consultant (FMC)

The FMC would be responsible for:

  1. i.            Design of the FMS;
  2. ii.            Installation and subsequent servicing and support of the FMS;
  3. iii.            Providing inputs to computerization of the FMS;
  4. iv.            Training on the use of the FMS; and
  5. v.            Hands-on implementation assistance to the project staff.

SUBMISSION OF EXPRESSIONS OF INTEREST (EOIs)

  • Prospective consultant should submit an Expression of Interest detailing the following information as basis for pre-qualification
  • Profile of the firm including ownership structure
  • Qualifications of key permanent staff
  • Track records of the firm in Financial Management and Software development design and installation
  • Copies of unabridged financial reports for the last 3yrs
  • Experience working in Nigeria or Sub-Saharan Africa

The Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers, January 1997 (Revised September 1997, January 1999, May 2002, May 2004, October 2006 and May 2010)

Expressions of Interest must be submitted in six (6) copies in a sealed envelope clearly marked “EXPRESSIONS – OF INTEREST AS FINANCIAL MANAGEMENT & ACCOUNTING SOFTWARES CONSULTANT”. A CD-ROM version should also be included.

The expressions of interests should be addressed and delivered on or before 5:00pm on 2nd July 2010 to:

The Director General

Infrastructure Concession Regulatory Commission

No. 13, Suleiman Barau Crescent

Aso Villa, Abuja.

Interested applicants may obtain further information at the address above from 8.00 am to 5.00 pm, Monday through Friday (except public holidays). For telephone and email enquiries, please use the contact below:

Tel: +234-9-8750286

E-mail: info@icrc.gov.ng

Only short-listed Consultants will be contacted.

PLEASE NOTE: Expressions of interest through email or fax, as well as late submission will not be entertained.

Procurement and Construction of a new AC Warehouse at Chevron Nigeria Ltd

CHEVRON NIGERIA LIMITED

R. C. 6135

Operator of the NNPC\Chevron Joint Venture

ADVERT FOR TECHNICAL TENDER OPPORTUNITY

CONSTRUCTION OF NEW AIR CONDITIONED (AC) WAREHOUSE WITH REQUIRED SERVICES IN ESCRAVOS

INTRODUCTION:

Chevron Nigeria Limited invites interested and prequalified companies for Tender opportunity for Detailed Design Review, Procurement and Construction of a new AC Warehouse.

SCOPE OF WORK:

Engineering: Review und re-validation of COMPANY’S Detailed Engineering Design to ensure compatibility with CONTRACTOR’s preferred construction methodology Prepare and submit for approval all shop drawings, fabrication drawings, bending schedules and any other supplementary information required to successfully execute the works.

Installation of Piles: The project includes installation of piles for the building foundation.

Sub Structure/Superstructure: Contractor shall construct a new AC Warehouse building of footprint approx 500.0 m2 including all required internal services, and AC system including provision and installation of an integrated DX external units, ducting and control system. Other external works shall involve: drains, fencing, and modification to the existing services conflicting with the area of new construction, electrical power supply tie-in, concrete pavement and access road.

Procurement: COMPANY shall supply Shelving/Racking system and necessary Forklifts for storage/warehousing operations, All construction materials and pieces of equipment, as necessary for successful completion of the project shall be supplied by the Contractor.

TENDER REQUIREMENTS:

  1. To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 4.04.08 (Engineering / Procurement / Construction / Installation / Commissioning Accommodation / Office / Workshop / Storage Modules) 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”).

3.       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.

4.       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.

5.       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 CO2 and CO 7
  • 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 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).
  • 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 for fifteen (15) working days and shall close to interested bidders by 4:00pm, Friday, 9th July 2010.

Please note the following:

  • Supplies 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. To enable the prequalified suppliers in NJQS receive and respond to the bid, you must be trained and set-up in NipeX. If you are not, please contact NipeX with your company’s details, official email address, a name of a principal contact person and his/her phone number
  • To enable interested pre-qualified suppliers use the NipeX system to progress the tender, they should contact NipeX and include in their company profile a name of a principal personnel, his/her phone number and the company’s general official email address for set-up and training.
  • 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 company to make any claim whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been pre-qualified 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.
  • Chevron Nigeria Limited NNPC reserve the right to reject any and or all pre-qualified supplier at it 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

Construction for a proposed Consolidated Maintenance Workshop Facility at Chevron Nigeria Ltd

CHEVRON NIGERIA LIMITED

R. C.6135

Operator of the NNPC\Chevron Joint Venture

ADVERT FOR TECHNICAL TENDER OPPORTUNITY

CONSTRUCTION OF NEW CONSOLIDATED MAINTENANCE WORKSHOP AS PART OF “SUPPORT- FACILITY” UPGRADES IN ESCRAVOS, DELTA STATE

INTRODUCTION:

Chevron Nigeria Limited invites interested and prequalified companies for Technical Tendering opportunity for Detailed Design Review, Procurement and Construction Services for a proposed Consolidated Maintenance Workshop Facility to be located in Escravos, Delta State,

SCOPE OF WORK:

Engineering: Review und re-validation of COMPANY’S Detailed Engineering Design to ensure compatibility with CONTRACTOR’s preferred construction methodology Prepare and submit for approval all shop drawings, fabrication drawings, bending schedules and any other supplementary information required to successfully execute the works.

Installation of Piles: The project includes installation of piles for the building foundation.

Superstructure: The Project involves the Construction of a Workshop building made of a steel-frame structure with partial internal sub-frames of two suspended floors. The Structure shall effectively accommodate about 10 major workshops areas and about 30 offices consolidated within it .The entire superstructure has a foot print area of about 4500 Sqm. and has an entire site coverage area of about 8000sqm.

Mechanical and Electrical Services: The major workshops shall be serviced by overhead cranes and an HVAC system shall serve the entire workshop facility. Other services shall include provision of Electrical, Mechanical and, fire protection installations.

Procurement: COMPANY shall supply Shelving and Racking system only. All construction materials and pieces of equipment, as necessary for successful project completion shall be supplied by the Contractor, Contractor shall be required to procure and install equipment and accessories such as special electronic doors, or Overhead Cranes e.t.c which will be integrated into the Building Works. However COMPANY shall reserve the rights to directly procure ahead of time any long lead items which may compromise the target Completion date of the Project. All other equipment and materials shall be supplied by the contractor in accordance with the Specific and detailed requirements of the Project.

TENDER REQUIREMENTS:

  1. To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 4.04.08 (Engineering/Procurement/Construction/ Installation/ Commissioning -Accommodation / Office /Workshop / Storage Modules) 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”).

3.       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.

Please note the following:

4.       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.

5.       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 CO2 and CO 7
  • 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 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).
  • 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 for fifteen (15) working days and shall close to interested bidders by 4:00pm, Friday, 9th July 2010.

Please note the following:

  • Supplies 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. To enable the prequalified suppliers in NJQS receive and respond to the bid, you must be trained and set-up in NipeX. If you are not, please contact NipeX with your company’s details, official email address, a name of a principal contact person and his/her phone number
  • To enable interested pre-qualified suppliers use the NipeX system to progress the tender, they should contact NipeX and include in their company profile a name of a principal personnel, his/her phone number and the company’s general official email address for set-up and training.
  • 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 company to make any claim whatsoever, and/or seek any indemnity from CNL and or any of its partners by virtue of such companies having been pre-qualified 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.
  • Chevron Nigeria Limited NNPC reserve the right to reject any and or all pre-qualified supplier at it 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

Construction of a new D & C.O.T. Shelter facility at Chevron Nigeria Ltd

CHEVRON NIGERIA LIMITED

R C. 6135

Operator of the NNPC\Chevron Joint Venture

ADVERT FOR TECHNICAL TENDER OPPORTUNITY

CONSTRUCTION OF NEW DRILLING & COMPLETION TOOLS (D&C.O.T) SHELTER WTH SUPPORTING FACILITY IN ESCRAVOS

INTRODUCTION:

Chevron Nigeria Limited invites interested and prequalified companies for this tender opportunity for the Detailed Design Review, Procurement and Construction of a new D & C.O.T. Shelter facility.

SCOPE OF WORK:

Engineering: Review and re-validation of COMPANY’S Detailed Engineering Design to ensure compatibility with CONTRACTOR’s preferred construction methodology. Prepare and submit for approval all shop drawings, fabrication drawings, bending schedules and any other supplementary information required to successfully execute the works.

Installation of Piles: The project includes installation of piles for the building foundation.

Sub Structure/ Superstructure : Contractor shall construct a new D&C.O.T. steel structure Shelter of footprint approx 720 m2 Other external works shall involve: drains, fencing, external power supply tie-in, modification to the existing services conflicting with the area of construction, concrete pavement and access road.

Procurement: COMPANY shall supply Shelving and Racking system only. All construction materials and pieces of equipment, as necessary for successful project completion shall be supplied by the Contractor.

TENDER REQUIREMENTS:

  1. To be eligible for this tender exercise, interested bidders are required to be pre -qualified in the 4, 0 4, 0 8(Engineering/Procurement/Construction /Installation/Commissioning Accommodation/Office/Workshop/Storage Modules) 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. 2. 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 dais advert in their responses to the Invitation to Technical Tender. (Failure to meet the Nigerian Content requirements is a “FATAL FLAN”).
  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 C 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 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, sow 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).

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 for fifteen (15) working days and shall close to interested bidders by 4:00pm, Friday, 9th July 2010.

Please note the following:

  • Supplies 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, To enable the prequalified suppliers in NJQS receive and respond to the bid, you must be trained and set-up in NipeX. If you are not, please contact NipeX with your company’s details, official email address, a name of a principal contact person and his/her phone number
  • To enable interested pre-qualified suppliers use the NipeX system to progress the tender, they should contact NipeX and include in their company profile a name of a principal personnel, his/her phone number and the company’s general official email address for set-up and training.
  • 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 company 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 pre-qualified 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.
  • Chevron Nigeria Limited NNPC reserve the right to reject any and or all pre-qualified supplier at it 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.