Upgrading Of Fire Hydrants’ Water Pressure at NNPC Towers

NATIONAL PETROLEUM CORPORATION

INVITATION FOR PREQUALIFICATION OF BIDDERS FOR THE UPGRADING OF FIRE HYDRANTS’ WATER PRESSURE IN NNPC TOWERS, ABUJA

Invitation for Prequalification of Bidders for the Upgrading Of Fire Hydrants’ Water Pressure in NNPC Towers,

The existing Fire Hydrants System was designed to take its supply mainly from municipal water supply at a desired hydrant pressure range of 9 to 10bar. However in recent times, the pressures have fallen to an undesirable level – below l. 5bar. This development has informed the need to modify and upgrade the existing Fire Hydrant Water Supply and Distribution System so that the desired minimum pressure of 10bar at each Hydrant Post can be achieved.

Accordingly, NNPC hereby invites reputable, competent, and experienced companies for pre-qualification for the works.

  1. 1. Scope Or Works

The scope of works of the contract shall cover Engineering, Procurement and Construction (EPC) and shall include but not limited to the following:

  • Study/Detailed Investigation of the existing fire facilities which shall include but not limited to
  • Public   water   (mains)   supply,   Boreholes  (current  service status, yields and inter-linkages);
  • Water   Storage   Tanks,   (ground   and   roof   tanks)   and interconnections to meet with the new fire fighting minimum storage demand of 750m.
  • Fire Hydrants  posts,   Layout  and  re-engineering/sizing  with the necessity to erect four (4 nos.) additional surface hydrant posts with mobile monitors.
  • Carry out Detailed Engineering Services to determine the adequacy of all existing fire facilities or otherwise and where applicable establish shortfall and appropriate remediation
  • Carry out all necessary modification/remediation works to achieve the desired functional Fire Hydrant Pressure with desired storage capacity.
  1. 2. Pre-Qualification Requirements:

Interested firms should submit prequalification documents detailing the company’s capabilities and financial status as follows:

  1. i.            A cover letter summarizing the contents of the prequalification document.
  2. ii.            Legal status (public liability company, corporation etc) registered capital, paid up capital, date of establishment, Nationality and country from which control is exercised.
  3. iii.            Evidence of Company Incorporation in Nigeria, current registration with the Department of Petroleum Resources (DPR), registration with HNPC or any of its subsidiaries;
  4. iv.            Tax clearance certificate for the last three years;
  5. v.            Company HSE policy statements, procedures, organization structure, HSE Plan for the works and Company safety statistics for the past 3 years
  6. vi.            Detailed Company profile including organizational structure and available manpower including those dedicated or specializing in Fire Water System installation with a list of key professional staff and their resume.
  7. Details of foreign/local technical partners, including inception date, scope and copy of executed agreement;
  8. Evidence of availability of requisite and appropriate skills among key staff and persons to be engaged in the project;
  9. ix.            Evidence of works undertaken which are considered relevant in demonstrating your ability and capability to successfully undertake this project; and evidence of having successfully carried out such works in the past ten years.

This information shall include:

a)     Title of Projects;

b)    Brief Description of Projects;

c)     Clients;

d)    Scope of Work performed;

e)     Date of award of Contracts,

f)      Contractual period for execution of projects;

g)     Actual period of execution;

h)    Reasons for discrepancies between (g) and (f) above if any;

i)       Nature of contracts (fixed lump sum, reimbursable etc);

j)       Name and address of a referee in client’s company for each referenced project (provide telephone numbers and e-mail address for quick reference). Please provide NNPC with letter of authority to confirm previous relevant experience as claimed.

  1. x.            For a joint venture or partnership, the previous experience being claimed must include those executed by the joint venture or the partnership.
  2. xi.            Company’s audited accounts and financial reports for the past three years and bank reference from reputable class A bank;
  3. Willingness to commence work based on a letter of Intent. (LOI)

  1. 3. Nigerian Content Strategy Plan

Provide the following to demonstrate compliance with Nigerian Content Development Policy of the Federal Government of Nigeria:

  1. Description of your company’s committed infrastructure in Nigeria including well-equipped offices and adequately equipped workshop;
  2. List of Nigerian Engineers, and other specialists that would be engaged in the proposed works;
  3. Description (list) of the equipment & materials of Nigerian origin to be procured and used in the execution of this contract, and the names and addresses of suppliers;
  4. Names and addresses of indigenous services and local 3rd party businesses that would support the contract including specific areas where they will be utilized;
  5. Details of company’s targeted training and understudy programme for this contract to maximize the utilization of Nigerian personnel.
  6. Description of your Contract Management Team. Please also submit an organizational chart to substantiate this information;
  7. Description of your Procurement Centre location in Nigeria. Please also submit an organizational chart to substantiate this information.
  1. 4. Submission Of Prequalification Document

The requested information and any supporting documents in respect of this requirement should be submitted in one original plus two copies on or before 9th May, 2010. The documents should be sealed and clearly marked “PREQUALIFICATION FOR NNPC TOWERS FIRE HYDRANTS’ PRESSURE UPGRADE” and submitted to the office of:

THE GROUP GENERAL MANAGER

ENGINEERING AND TECHNOLOGY DIVISION

BLOCK’B’11TH FLOOR

NNPC TOWERS

HERBERT MACAULAY WAY

CENTRAL BUSINESS DISTRICT

ABUJA.

This publication and the ensuring qualification process neither creates any commitment by NNPC nor establishes any legal relationship with NNPC. All costs incurred as a result of  company’s response to this invitation for prequalification and any subsequent request for information shall be on responding company’s account.

NNCP reserve absolute discretion and right to either accept or reject any documents and it shall not be required to assign a reason for refusal to live

Any applicant to participate in the exercise or to enter into any correspondence concerning the selection of any company for the works

Please note that this is not an invitation to tender. Full tendering procedure will be provided only to companies that have been successfully pre-qualified and found suitable to render the required services.

Signed;

NNPC Management

IMPROVEMENT TO PRIMARY SCHOOLS AND PRIMARY HEALTH INSTITUTIONS at MILITARY BARRACKS

Ministry Of Defence

(Presidential Committee On Barracks Rehabilitation)

Area II, Garki – Abuja

IMPROVEMENT TO PRIMARY SCHOOLS AND PRIMARY HEALTH INSTITUTIONS IN MILITARY BARRACKS. UNDER YEAR 2010 MILLENNIUM DEVELOPMENT GOAL (MDG)

  1. Introduction

The Presidential Committee on Barracks Rehabilitation intends to carry out rehabilitation works and provision of equipment, furniture and recreational facilities in primary schools and primary health care institutions in Military Barracks Nationwide under the year 2010 Millennium Development Goals Programme. Competent contractors are by this publication invited for prequalification for the jobs.

  1. Objective

The objective of the programme is to upgrade the standards of infrastructures in the schools and the medical facilities in the barracks.

  1. Description Of Works

Rehabilitation of various primary school buildings and primary health care facilities in Military barracks nationwide alone with provision of equipment, furniture and recreational facilities.

  1. Prequalification Requirements

Interested companies are required to include in their submissions the following:

a)     Company Profile,

b)    Certificate of Incorporation in Nigeria or Overseas.

c)     Evidence of company registration with Ministry of Defence and/or Federal Ministry of Lands, Housing and Urban Development.

d)    List of similar projects (verifiable) completed  in the past three years

e)     Company tax clearance certificate for the last three years

f)      Evidence VAT registration

g)     Financial capability

h)     Evidence of technical, operational and managerial capabilities

i)       Other relevant additional information.

  1. Submission of Pre-qualification Documents

Pre-qualification documents, which should be enclosed in a sealed envelope marked 2010 MDG PRE-QUALIFICATION’ at hand corner, should be addressed and delivered to:

The Secretary,

Tenders Board,

Presidential Committee on Barracks Rehabilitation,

Ministry of Defence,

11, Mahathma Gandhi Street, Area II,

Garki-Abuja,

On or before 5th May, 2010

Additional information

  1. Please note that this is not an invitation to tender.
  2. Tender information and instruction shall be given only to companies that have been screened and found suitable for the jobs.
  3. Only pre-qualified companies will be invited to participate in the anticipated competitive tendering,
  4. Late submission of pre-qualification documents will be rejected.
  5. The Ministry of Defence reserves the right to reject any application.

ARC. O.OLADOYINBO- OJOMO,

Signed.

Ag. Chairman, PCBR.

For; Honourable Minister

Supply of PMTGT commodities at NACA

THE NATIONAL AGENCY FOR THE CONTROL OF AIDS (NACA)

Invitation for prequalification of suppliers for the supply of PMTGT commodities

Issuance Date: April 19, 2010.

The National Agency for the Control of AIDS (NACA) has received some funding from the Debt relief gains through office of the Senior Special Assistant on MDG. The goal of the intervention is to reduce vertical transmission of HIV/AIDS epidemic, particularly Mother – to – Child Transmission. NACA intends to apply part of the funds to scale up PMTCT interventions in the area of treatment of HIV+ mothers with Anti Retroviral Drugs, prevention using Drugs, routine Opportunistic Infections Drugs and HIV/AIDS diagnostics tests as a way to mitigate the impact of the epidemic in Nigeria

The National Agency for the Control of AIDS (NACA) invites interested and reputable firms registered with Nigerian Pharmaceutical Manufacturers Associations with good track records for prequalification for the supply of PMTCT & related commodities.

Pre-Qualifications Details

  1. i.            Lot i             Anti Retroviral Drugs
  2. ii.            Lot ii           HIV Diagnostics Test kits
  3. iii.            Lot  iii       Drugs  for  the  treatment  of  HIV/A1DS   related opportunistic infections
  4. iv.            Lot iv        Reagents and medical supplies

Prequalification Requirements

  1. i.            Evidence of registration with the Corporate Affairs Commission
  2. ii.            Evidence of compliance with the Nigerian Pension Act
  3. iii.            Evidence of current registration of manufacturing facilities/Premises with the Pharmacists Council of Nigeria (PCN) and or NAFDAC
  4. iv.            Evidence that the manufacturing facilities comply with the NDRA/NAFDAC guidelines for GMP processes
  5. v.            Evidence of full registration with the Pharmacists Council of Nigeria and current Annual License to Practice and retention of names of key pharmaceutical personnel in the Registrars with the Pharmacists Council of Nigeria (PCN)
  6. vi.            Evidence of compliance with current Good Manufacturing Practices (cGMP)
  7. Evidence of registration of these category of products with the NAFDAC
  8. Evidence of VAT registration and remittance withy to the FIRS
  9. ix.            Evidence of current tax clearance certificate
  10. x.            Documented Evidence of experience with similar assignments with the public sector
  11. xi.            Evidence of financial capacity to handle huge projects
  12. Submission of Company profile that lists key Directors of the company with reference for similar jobs in the past

Technical Details of the specifications of the products shall be described in the bidding document that will be issued.

Submission of pre-qualification documents

Complete prequalification documents should be enclosed in an envelope sealed and marked boldly at the top right corner with the words PRE-QUALIFICATION FOR SUPPLY OF HEALTH COMMODITIES (indicate the Lot number) and delivered to the address below on or before 12pm on Monday May 03,2010:

The Director-General,

National Agency for the Control of AIDS (NACA)

Plot 823 Ralph Shodeinde Way, Central Area,

Abuja.

Only technically qualified   firms will   be eligible for further considerations

Signed

Professor John Idoko

Director-General

National Agency for the Control of AIDS

Upgrade of the C-Band VSA Internet Link at NDIC

NIGERIA DEPOSIT INSURANCE CORPORATION

Plot 447/448 Constitution Avenue, Central Business District, Abuja

E- mail: info@ndic.org.ng Website: www.ndic.orq.ng

Invitation to Tender for the Upgrade of the C-Band VSA Internet Link at the Corporation’s Head Office

The Nigeria Deposit Insurance Corporation [NDIC] wishes to invite reputable Internet Service Providers (ISPs) with good track record of performance and experience   in the   installation of VSAT Internet infrastructure to tender for the upgrade of the present C-band VSAT Internet bandwidth in the Corporation’s Head Office, Abuja.

Tender Documents

Interested companies should obtain the tender documents from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of the tender fee of N l 0,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja, However, those who have earlier paid this amount are excluded from new payment. Information about the existing infrastructure that requires the upgrade could be obtained from the Head of Information Technology Department at the above address. He could be reached either through the telephone numbers: 09-4601200, 08052263325 or e-mail addresses: amoosk@ndic-ng.comsamuelamoo@hotmail.com.

Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (C AC) in Nigeria,
  • The current 3 year Tax Clearance Certificate of the Company,
  • The Company’s audited accounts for the past three years,
  • Evidence of Financial capacity and banking support.
  • Evidence of having successfully carried out similar works within the past three years,
  • Evidence of availability of requisite and appropriate staff/skill for the job,
  • Evidence of VAT registration, and
  • Evidence of compliance with the Pension Act.

Submission of the Tender Documents

The tender documents must be submitted on or before 3rd May, 2010 by 4:00pm securely bound and enclosed in a sealed envelope that is marked at the top right-hand corner “TENDER FOR THE UPGRADE OF THE C-BAND VSAT INTERNET LINK AT THE NDIC HEAD OFFICE”, addressed to:

The Secretary,

Tender’s Board,

Nigeria Deposit Insurance Corporation,

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria

and dropped in the tender box on the 2nd Floor (Administration Unit) in the Head Office. Companies dropping tenders are expected to sign the tender register before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender submitted after the closing date/time specified above stands automatically disqualified.

Opening of the Tenders

Opening of tenders shall be at 5:00 pm on the date of the closure of submission. The name of the successful company shall be posted on the NDIC Notice Board at the Head Office and the Corporation’s Website.

ADDITIONAL INFORMATION

  1. i.            Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender,
  2. ii.            NDIC shall reserve the right to verify the authenticity of claims made by the tendering parties,
  3. iii.            N D1C shall reserve the right to reject any submission based on unverifiable information.

Note: – The Advert is being placed in view of new

Specifications required on the Corporation’s

Internet link at Abuja for better bandwidth

Signed:

Management

Projects Execution at National Insurance Commission

National Insurance Commission

Shippers’ Plaza Michael Okpara Street,

Wuse Zone 5, Abuja Nigeria

Invitation for Tender

National Insurance Commission is desirous of engaging qualified, competent and reputable Information and Communication Technology firms that will assist the Commission to:

A: Construct a Data Centre with Access Control.

The selected firm will be required to build a data centre for its Headquarters in Abuja

  • Raised Floor System
  • False Ceiling
  • Fireproof Wall
  • Fireproof Door
  • Access Control System
  • Fire Defence System
  • Precision Air Conditioning System
  • Aluminum and Glass Partitioning
  • 30KVAUPS
  • 75 KVA Stabilizer
  • Distribution Board
  • Circuit Breaker
  • Wall Socket
  • Electrical  Cabling

B.  Implement a Local Area Network

The selected firm will be required to build:

  • Local Area Network with about 180 nodes and fibre optic backbone
  • Procure and configure network device switches, routers and security device.

Bidding Requirements

Qualifications requirements include:

  1. Certificate of Incorporation issued by Corporate Affairs Commission (CAC);
  2. Company Audited financial statements for the past three years;
  3. Evidence of payment of Company Income Tax for the past three years valid up to December 31,2009;
  4. VAT Registration Certificate and Evidence of past VAT Remittances;
  5. Evidence of Financial capability:
  6. Bank Reference letter
  7. Bank statement or evidence of financial backing from Bank
  8. List of similar projects handled in the past stating contracts sums and providing evidence of award and completion;
  9. Company profile including list of key orofessionan, production personnel and their experience
  10. Evidence of compliance with Pension Reform Act 2004;

Procurement of the above items will be conducted in accordant Procurement Act 2007 and its applicable guidelines for the procurement of goods and services.

Tender documents

Tender documents can be obtained from

The office of the Commissioner for insurance

NAICOM Shipper’s Plaza Wuse Zone 5 Abuja between the hours of 10 am- 4 pm on or before 3rd May, 2010.

Signed

Management