Global Maintenance Contract for Obiafu / Obrikom Gas Plant at NAOC

naoc

Nigerian Agip Oil Company Limited RC 2974

Operator of the NNPC/NAOC/Phillips Joint Venture

TENDER OPPORTUNITY

GLOBAL MAINTENANCE SERVICE CONTRACT FOR OBIAFU/ OBRIKOM GAS PLANT

1.       INTRODUCTION

Nigerian Agip Oil Company Limited (NAOC) intends to put in place a Global Maintenance Contract for Obiafu / Obrikom Gas Plant.

NAOC therefore invites submissions from suitable and reputable companies having the justifiable experience to undertake the undermentioned scope of work.

LIST OF EQUIPMENT

Among the list of Equipment present in the Gas Plant are: Oil and Gas piping manifolds, Oil and Gas Separation Vessels, Oil Stabilization Units, Gas dehydration units, Oil Pumping and Metering Units, Oil Delivery Units, Molecular Sieves, Steam Generation Units, Propane Refrigeration Units, NGL Storage and Recovery Units, Co2 Removal Unit, NGL Pumping and Metering Units, Effluent Treatment Unit, Fuel Gas Metering and Delivery units, Fire fighting Units, etc

2.       SCOPE OF WORK

The scope of the Global Maintenance Service contract is to ensure the optimum level of equipment reliability and availability, equipment performances and efficiency, and equipment status preservation.

The equipment subject to maintenance are located in the Oil and Gas Gathering and Separation Station of Obiafu/Obrikom Gas Plant, owned and operated by Company, Contractor, shall carryout all the activities within the established workflow, for the following maintenance Types:

  • Preventive Maintenance
  • Predictive Maintenance
  • Corrective maintenance
  • Improvement and Modifications
  • Extraordinary Maintenance

CONTRACTOR shall conform to ISO 9000 series international Standard . All the activities shall be carried out with minimum impact on the environment and maximum care of health and safety of all concerned, directly or indirectly, with the activities.

PROPOSED TIME SCHEDULE

The service is foreseen to commence around November 2010. Proposed duration for the service shall be 4 years.

3.       MANDATORY REQUIREMENTS

  1. To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the Integrated Services Categories 4.05.01/4.05.02 (Product/Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Technical Tender (ITT).
  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 a product/service category but you are registered with DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update,
  1. To initiate the JQS pre-qualification process, access www.nipexnq.com to download application form, make necessary payments and contact NipeX office for further action
  1. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

4.       CLOSING DATE

Only tenderers who are registered with NJQS in the Integrated Services Categories 4.05.01 / 4.05.02 (Product/Category) as at on or before 10th MAY, 2010 being the advert closing date shall be invited to submit Technical Bids.

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

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

MANAGEMENT

Procurement and Installation of Equipment for Training Centre at WCAATSSP

Federal Government of Nigeria

Federal Ministry of Aviation

West & Central Africa Air Transport Safety & Security Program (WCAATSSP)

Credit No: 4364- UNI

Procurement and Installation of Equipment for Training Centre

IFB Number: WCAA TSSP/NCB/GD/02/2009

INVITATION FOR BIDS (IFB)

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID 100785 of 4th June 2007, Guardian & This day newspapers of 1st June 2007.
  1. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of West & Central Africa Air Transport Safety & Security Program (WCAATSSP) and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement and Installation of Equipment for a Training Centre
  1. The Project Coordination Unit (PCU) of the Federal Ministry of Aviation now invites sealed bids from eligible and qualified bidders for the supply of the following:
Lot Item Description of Good Delivery Location Qty Delivery Period Bid Security
1 1 Equipment for NCA A Training Centre NCAA

Operational HQ Annex, Lagos

Various 90 Days Not less than 2% of total bid price

  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures 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.
  1. Interested eligible bidders may obtain further information from Project Coordination Unit (PCU) of the Federal Ministry of Aviation at the address below and inspect the Bidding Documents from 11.00a.m to 4,00p.m. Mondays to Fridays, except on public holidays
  1. Qualifications requirements include:
  • Documentary evidence of at least three (3) previous contracts for supply (sale) and delivery of similar Goods and Aviation Equipment proposed, with size equivalent to the lot(s) bided over 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.
  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 N10,000.00 (Ten Thousand Naira) only or in 80 USD (Eighty us Dollars). The method of payment will be cash or bank draft in favour of west & Central Africa Air Transport Safety & Security Program (WACAATSSP). The Bidding Documents will be collected by the by courier services on request.
  1. Bids must be delivered to the address below at or before 12:00noon on 20th May 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 12:00noon on 20th May 2010. All bids must be accompanied by a bid price or an equivalent amount in a freely convertible currency.

  1. The address referred to above is:

The Project Coordinator,

Project Coordinating Unit

West and Central Africa Air Transport Safety & Security Program

Federal Ministry of Aviation,

No. 1, Sarki Mukhtar Crescent,

Off Abdusalami Abubakar Way,

Apo 1, Durumi District,

Abuja.

Nigeria.

Tel. 234 9 781 7734

Email: petaviation2000@yahoo.com

Signed

D .H Mohammed

Project Coordinator

Procurement and Installation of Computers and Equipment at KBHSDP

KEBBI STATE SECOND HEALTH SYSTEMS DEVELOPMENT PROJECT (KBHSDP)

PROCUREMENT AND INSITALLATION OF COMPUTERS AND EQUIPMENT FOR DRUG MONITORING UNIT

CREDIT NO: CR4522-UNI

IFB NO KBHSDP/AF/GDS/NCB/2010/02

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspapers of April 2, 2009 as published by Federal Ministry of Health.
  1. The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Second Health Systems Development Project (KBHSDP II), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement and Installation of Computers and Equipment in Kebbi State.

  1. The Kebbi State Second Health Systems Development Project (KBHSDP II) now invites sealed bids from eligible and qualified bidders for Procurement and Installation of Computers and Equipment for Drug Monitoring Unit as follows.
Lot No. Description Qty Delivery Schedule Bid Validity Period Bid Security Value Site of Deliver
1 1. Desktop

2. Laptop

3 Printer

4. 650 VA UPS

34 13 16

34

60 Days from the date of contract award 90 days Not Jess than 3% of Bid Price KBHSDP No. 21Emir Haruna Road B/Kebbi
2 1. Heavy Duly Photocopier

2. Portable Photocopier

2

4

60 Days from the date of contract award 90 days Not less than 3% of Bid Price KBHSDP No. 21Emir Haruna Road B/Kebbi
3 1.100 Basic 10 Category SE UTP Cable

2. 8P Blink Network Switch 3. Cabling and Networking

4. DSL Subscription

3

1

4

1

Yea

1

Sub

S

60 Days from the date of contract award 90 days Not less than 3% of Bid Price KBHSDP No. 21Emir Haruna Road B/Kebbi
4
  1. Computer Table
6 60 Days from the date of contract award 90 days Not less than 3% of Bid Price KBHSDP No. 21Emir Haruna Road B/Kebbi

Bidders may quote for one or more complete lots, its bids will be evaluated and awarded on a lot by lot basis or combination of lots, whichever result to be most economical to the Employer. Unconditional discounts offered for the award of combined lots will be considered in bid evaluation. Bids for part of a lot will be considered non responsive.

  1. Bidding will be conducted through the National, Competitive Bidding (NCB) procedures 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.
  1. Interested eligible bidders may obtain further information from The Kebbi State Second Health Systems Development Project (KBHSDP II), and inspect the Bidding Documents at the address given below from 0900hrs to 1600hrs, Mondays through Thursdays and 0900hrs to 1.00pm  on Fridays.
  1. Qualifications requirements include: Evidence of Registration with Cooperate Affairs Manufacturers Authorization, Power of Attorney, Warranty Period, Evidence of experience in similar project executed, Audited Financial Statement and Tax Clearance. A margin of preference for certain goods manufactured domestically “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 N10,000 only. The method of payment will be in cash/bank draft. The Bidding Documents will be delivered directly or sent by courier.

  1. 8. Bids must be delivered to the address below on or before 10:00 local time on Tuesday 24th May 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 10:00 a.m. on  Tuesday 24th May 2010:

All bids must be accompanied by a “Bid Security” of not less than 3% of Bid Price.

9.       The address referred to above is:

The Project Manager,

Kebbi Second Health Systems Dev. Project

21, Emir Haruna Rd., B/Kebbi

GSM: 08034213375, 08030931408

Email: kbhsdptwo@yahoo.com

Procurement of Motor Vehicles at KBHSDP

INVITATION FOR BIDS (IFB)

FEDERAL GOVERNMENT OF NIGERIA

KEBBI STATE SECOND HEALTH SYSTEMS DEVELOPMENT PROJECT (KBHSDP)

PROCUREMENT OF MOTOR VEHICLES

CREDIT NO: CR4522-UNI

IFB NO: KBHSDP/A F/GDS/NCB/2010/01

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspapers of April 2, 2009 as published by Federal Ministry of Health.
  1. The Federal Government of Nigeria has received credit from the International Development Association toward the cost of Kebbi State Second Health Systems Development Project (KBHSDP), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Motor Vehicles.
  1. The Kebbi State Second Health Systems Development Project (KBHSDP) now invites sealed bids from eligible and qualified bidders for Procurement of the following Motor Vehicles
Lot

no.

Description Qty Delivery Schedule Bid Validity Period Bid Security Value Site of Delivery
1 33 Seater Bus 2 60 Days from the date of contract award 90 days Not less than 3% of Bid Price KBHSDP No. 21Emir Haruna Road B/Kebbi
2 4×4 Wheel Drive (Jeep) 1 60 Days from the date of contract award 90 days Not less than 3% of Bid Price KBHSDP No. 21Emir Haruna Road B/Kebbi
3 4×4 Wheel Drive (Double Cabin) 2 60 Days from the date of contract award 90 days Not less than 3% of Bid Price KBHSDP No. 21Emir Haruna Road B/Kebbi
  • Bidders may quote for one or more complete lots, its bids will be evaluated and awarded on a lot by lot basis or combination of lots, whichever result to be most economical to the Employer. Unconditional discounts offered for the award of combined lots will be considered in bid evaluation. Bids for part of a lot will be considered non responsive.
  1. Bidding will be conducted through the National Competitive Bidding (NCB) procedures 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.
  1. Interested eligible bidders may obtain further information from The Kebbi State Second Health Systems Development Project (KBHSDPII), and inspect the Bidding Documents at the address given below from 0900hrs to 1600hrs, Mondays through Thursdays to 0900hrs on Fridays.
  1. Qualifications requirements include: Evidence of Registration with Cooperate Affairs, Manufacturer Authorization, Power of Attorney, Warranty Period, Evidence of experience in similar project executed, Audited Financial Statement and Tax Clearance. A margin of preference for certain goods manufactured domestically “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 N10,000 only. The method of payment will be in cash/bank draft The Bidding Documents will be delivered directly or sent by courier.

  1. 8. Bids must be delivered to the address below on or before 10:00 a.m. local time on Tuesday 19th May 2010. Electronic bidding will not be permitted. Late bids Hill be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 10:00 a.m. on Tuesday 19th May 2010:

All bids must be accompanied by a Bid Security” of not less than 3% of Bid Price.

9.       The address referred to above is:

The Project Manager,

Kebbi Second Health Systems Dev. Project

21, Emir Haruna Rd., B/Kebbi, Kebbi State.

GSM: 08034213375, 08030931408

Projects Execution at UNDP, Nigeria

EXPRESSION OF INTEREST (re-advertisement)

The United Nations Development Programme (UNDP) in Nigeria would like to invite registered Non Governmental Organizations (NGOs) to submit their Expression of Interest (EOI) for Pre-qualification and possible inclusion in a   database of NGOs specialized in the following areas:

Elections

Media

Conflict Management

Political Parties

Gender

Human Rights, Rule of Law and Access to Justice Youth Other Democratic Governance areas not specifically mentioned above

The United Nations Development Programme in Nigeria, through the Democratic Governance for Development (DGD) project is looking to complete a comprehensive roster of NGOs working in the area of democratic governance in Nigeria.

Interested NGOs must meet the eligibility requirements for consideration which can be downloaded at the following UNDP websites: www.ng.undp.org , www.undp.org . The application template can also be downloaded from the websites.

SUBMISSION DETAILS:

The EOI and supporting documents must be received on or before 13th May 2010 by 3:00 PM (local time) and must be forwarded to the address below in a sealed envelope clearly labeled “EXPRESSION OF INTEREST FOR PRE QUALIFICATION OF NGOs in NIGERIA” PLEASE INCLUDE THE NAME OF THE NGO AND THE GEO-POLITICAL ZONE OF INTEREST

OPERATIONS MANAGER

UNDP/DGD4th FLOOR

ELIZADE PLAZA, OPPOSITE BOLINGO HOTEL

CENTRAL AREA, GARKI (ABUJA)

The EOI submissions that are not in compliance with the requested information as outlined above will be not be considered eligible to be included in the next stage in this process.

This EOI does not amount to a commitment on the part of UNDP, either financial or otherwise, UNDP reserves the right to accept or reject any or all EOI without any obligation to inform the effected applicants of the grounds for acceptance or rejection.