Expression of Interest for Consultancy to Carry out Comprehensive Audit of Information Technology Division’s Technical Assets Nationwide at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation

NNPC Towers, Herbert Macaulay Way, Central Business District, P.M.B. 190, Garki, Abuja – Nigeria

Expression of Interest for Consultancy to Carry out Comprehensive Audit of Information Technology Division’s Technical Assets Nationwide

1.0    Introduction

The Nigerian National Petroleum Corporation (NNPC) invites interested competent and reputable Information and Communication Technology (ICT) consultants, to pre-qualify for Consultancy to Carry out Comprehensive Technical Audit and Financial Valuation of NNPCs Information Technology Division (ITD)’s technical assets as listed below:

2.0   Scope of Work

The scope of work of the Technical Audit Exercise shall cover but not limited to the following:

2.1     Carry out a comprehensive technical audit and financial valuation of all Information Technology Division’s (ITD) technical assets at ITD operational locations nationwide, as broadly segmented below:

  1. Fiber Optic Cable Network, its Transmission and Associated Equipment;
  2. Microwave Radio Systems and all ancillary facilities and equipment;
  3. Switching Network Equipment consisting of a broad range of Private Automatic Branch Exchanges (PABXs), IP-PBXs and Network Management Systems (NMS);
  4. Standby Power Systems and Associated Equipment;
  5. Various licenses for Radio Spectrums, Transmission and Switching Equipment;
  6. Various types of IP Systems and Servers including Routers, Layer 2 and 3 Switches, Pix and ASA Firewalls, WLAN Controllers/WLAN Identity Service Engine (ISE), Wireless Access Points (APs), Patch Panels and Patch/Network Cables;
  7. Network and Access Control Systems, Intrusion Protection System (IPS), Network Monitoring and Management Tool, WUG and LMS.

3-0   Pre-Qualification Requirements

To satisfy conditions for pre-qualifications, companies shall show proof of the following:

  1. Detailed company profile with CAC certificates of incorporation in Nigeria, etc;
  2. Evidence of registration with NNPC Headquarters or any of its subsidiaries and the category of registration;
  3. Evidence of Company’s presence in Nigeria and compliance with the Nigerian Content policy;
  4. Evidence of Company’s financial capabilities, including audited accounts for the past three (3) years along with tax clearance certificates, VAT registration certificates and evidence of past VAT remittance;
  5. Organizational structure and available work force with CVs of key personnel;
  6. Company’s CASHES plans and QA/QC policy;
  7. Evidence of similar projects executed for NNPC or other organizations in Nigeria;
  8. Evidence of equipment and technical capability for the exercise;
  9. Any other relevant information on the company.

4.0     Submission of Documents/Closing Date:

Completed pre-qualification documents shall be properly sealed and marked “Pre-qualification for Consultancy to Carry out Comprehensive Technical Audit and Financial Valuation of NNPC ITD Technical Assets”, and submitted in one original plus four hard and electronic copies to the address below not later than 8th July, 2013.

The Secretary

E&T DEXCOM Tenders Board

Block A, 10th Floor,

Nigerian National Petroleum Corporation,

Herbert Macaulay Way,

Central Business District,

Abuja.

Note:

  • NNPC reserves the right to accept or reject any application and shall not give any explanation.
  • All expenses incurred as a result of preparation and submission of documents for this pre-qualification exercise shall be borne by the interested Company.
  • This Expression of Interest is not an Invitation to Bid (ITB) and does not create any commitment by NNPC nor establish any legal relationship.

Signed:

NNPC Management

 

Invitation for Pre Qualification of Contractors/Bidders for 2013 College Projects at Federal College of Animal Health and Production Technology, Ibadan

Federal College of Animal Health and Production Technology, MOOR Plantation,

P.M. B. 5029, Ibadan

Invitation for Pre Qualification of Contractors/Bidders for 2013 College Projects

The Federal College of Animal Health and Production Technology, Ibadan invites reputable Contractors/Bidders to pre-qualify for the execution of its supplementary projects.

Interested and reputable contractors with relevant experience in handling the following projects are therefore invited to apply for pre-qualification as a first step to subsequent engagement of contractors on the proposed projects.

The projects are as follows:-

A    Title of Job

(i)              Procurement and installation of 500KVA transformer at the Main campus

(ii)             Procurement of tractor and implement

(iii)           Procurement of Chemical and Reagents for the College Laboratories

B.      Pre-qualification Criteria for Technical Competence

  • Evidence of incorporation or Business Name Registration
  • Company Audited Account for three years
  • Evidence of Tax clearance Certificate for three year
  • Evidence of Technical Capability and Banking support
  • Experience/Technical qualification and experience of key Personnel.
  • Similar Projects Executed and evidence of knowledge on the Industry
  • Equipment and Technology capacity
  • Annual turnover
  • VAT registration and evidence of past VAT remittances
  • Evidence of registration and clearance from PENCOM

C.   Submission of Pre-Qualification Document

Pre-qualification documents should be in sealed envelope and are to be returned not later than 5th August, 2013 from the date of this advert (Monday, 24th June, 2013). Applications submitted after 12.00 noon on the closing date (Monday, 5th August, 2013) will not be considered. All submissions would be opened at 1p.m in the Provost office on the closing date (Monday 5th August, 2013). All submissions should be addressed to:

The Provost,

Federal College of Animal Health and Production Technology

Moor Plantation, P.M.B. 5029, Ibadan

D.   Please Note

(a)     This is not an invitation to tender, full tendering will be applied to only tenders that have been pre-qualified and found capable of executing the project.

(b)     This nonce shall not be construed to be a commitment on the part of the College to award any form of contract to any respondents nor shall it entitle any organization submitting documents to claim any indemnity from the College.

(c)      Any contractor who applied for the TWO LOTS WILL BE DISQUALIFIED from the pre- qualification exercise.

Revd. Babatope J. David

College Registrar

Tender Opportunity: Provision of Equipment and Personnel for Rig Positioning and Other Associated Services at Mobil Producing Nigeria Unlimited

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

 

Tender Opportunity:

Provision of Equipment and Personnel for Rig Positioning and Other Associated Services

 

1.   Introduction

Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage Equipment and Personnel for Rig Positioning and Other Associated Services on its offshore locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of three (3) years with a one (1) year optional renewal period. Contract is expected to commence in the 2nd Quarter of 2014.

 

2.  Scope of Work

The scope of work includes, but is not limited to the provision of equipment and Personnel for Rig Positioning and Other Associated Services.

 

The services shall include the provision of a complete operation, technical and management support team with qualified personnel to cover full maintenance and repair of Contractor’s equipment Contractor shall be required to provide qualified personnel for services that shall include but may not be limited to the following.

 

A.      Provision of equipment and labour for differential positioning of rigs, barges and other craft at J V and DW acreages.

B.      The personnel must be qualified, competent and experienced rig move surveyors for the operation of DGPS, Gyro compass, wireless Survey Navigation systems with their software, Sector scan sonar, transponders, Laser range finders, Magnetometer and tug management system that will interface with other equipment in the rig move operation.

C.      Storing and transmission of any new data relating to positioning of new structures to the field to MPN Marine.

D.      Provision of up to date DGPS survey equipment capable of integrating both

Tug- Management and sector scan sonar systems to give real-time data.

 

3.  Mandatory Requirements

A.      To be eligible for this tender exercise, interested contractors are required to be prequalified in the 30906 – Rig Positioning category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT).

B.      To determine if you are prequalified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log­in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

C.      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 verification and necessary update.

D.      To initiate the JQS prequalification process, access www.nipexng.com to download an application form, make necessary payments and contact NipeX office for further action.

E.      To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4. Nigerian Content

Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010. As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the Schedule to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

MPNU or EEPNL requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.

 

Nigerian Content (NC) in the Nigerian oil and gas industry is defined as:

“The quantum of composite value added to or created in the Nigerian economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”

“Nigerian company” is a company registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.

 

Qualified Tenderers shall be required to submit at a later date the following:

  1. Provide a description of its committed infrastructure (asset, equipment, technical office, and administrative space, storage, workshop, assembly area, repair, and maintenance, testing, laboratory, etc) in Nigeria (offices, equipment etc) to support this contract, evidence that a minimum of 50% of all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary.
  2. Demonstrate that its entity is a Nigerian registered company, defined as a company registered in Nigeria in accordance with the provision of Company and Allied Matters Act. Provide details of its Ownership Structure. Submit certified true copies of CAC form (C02 and C07) including Memorandum and Article of Association. For Nigerian company in alliance with a foreign company or multinational, submit evidence of binding agreement of the alliance duly signed by the CEO’s of both parties.
  3. Submit a plan on how it intends to give first consideration to goods and services provided from within Nigeria, to meet the NC target of 65% spend in line with the requirements of the Act. (Where NC target is 100% then service will be restricted to Indigenous Company’s only)
  4. Demonstrate key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians.

 

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

 

5.  Close Date

Only tenderers who are registered with 30906: Rig Positioning of NJQS category as at 4:00pm on Friday, July 12th, 2013 being the advert closing date shall be invited to submit Technical bids

 

6.   Additional Information

A.      Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS.

B.      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN to award a contract to any supplier and/or associated companies, sub-contractors or agents

C.      This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/or its partners by virtue of such companies having been prequalified in NJQS.

D.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.

E.      MPN shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

 

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

 

Mobil House, Lekki Expressway, Victoria Island, P.M.B. 12054, Lagos

Public Tender at SAGBAMA LOCAL GOVERNMENT

SAGBAMA LOCAL GOVERNMENT

P. O. Box 2, Sagbama Town Bayelsa State, Nigeria.

 

Public Tender

Hereby invite applications for Pre-qualification from interested parties/contractors for the following jobs:

 

LOT

 

DESCRIPTION OF WORK

 

LOT I Construction of Local Government Legislative Complex

 

LOT II Construction of Local Government Chapel
LOT III Construction of one bedroom semi-detached

 

LOT IV Construction of Local Government Conference/Event Hall

 

 

Pre-Qualification Requirements:

  1. Full details of the company’s profile, including contact address, phone number(s)
  2. Evidence of Incorporation with the Corporate Affairs.
  3. Evidence of current Tax clearance certificate for the last three years,
  4. Evidence of VAT Registration certificate.
  5. Verifiable evidence of similar jobs successfully executed in the past,
  6. Evidence of financial capability and Banking support.

 

2.       Submission of Tenders

Tenders must be submitted in properly sealed and secured envelopes clearly indicating the lot number and labeled appropriately, addressed to the Secretary of Tenders Board, Sagbama Local Government, Sagbama. On or before 12th July, 2013

 

Signed:

COMR. EBI ENDELEY’

Secretary, tender board

Invitation for Bid/Tender for the Supply of 2No. Bulldozers, 2No. Pail-loaders and 3No. Tippers at Enugu State Waste Management Agency

Government of Enugu State

Enugu State Waste Management Agency

Invitation for Bid/Tender for the Supply of 2No. Bulldozers, 2No. Pail-loaders and 3No. Tippers

The Government of Enugu is desirous of keeping the city clean through quick removal of wastes from the city. To this effect Enugu State Government has thus considered the procurement of 2No. Bulldozers, 2No. pail-loaders and 3No. Tippers.

Enugu State Waste Management Authority invites eligible and qualified contractors/companies to submit tender for the supply of the above equipment.

Eligibility Criteria

Interested bidders should submit the following qualification documents along with their proposals.

1.       Evidence of registration with the Corporate Affairs Commission (CAC).

2.       Company profile indicating organogram and details of key staff

3.       Evidence of similar projects executed in the last five years-including letters of award, certificates of completion, verifiable contact address/phone numbers of client for information.

4.       Evidence of financial capability and bank support

5.       Tax clearance certificate for the past three years

6.       The company’s annual/immediate audited accounts for the last three years.

7.       Value Added Tax (VAT) registration certificate and Tax identification Number (TIN)

8.       Evidence of payment on non-refundable processing fee of N25, 000.00 (Twenty Five Thousand Naira only) in bank draft in favour of Enugu State Waste Management Authority.

 

Technical Specifications

Tipper Specification

1)      Engine Capacity                      5883 cc

2)      Horse Power                            235

3)      Fuel Tank Capacity                 300 ltr

4)      Gross Weight                          25 Tonnes

5)      Bucket                                     16 Cubic Metres

6)      Engine Combustion                 6 BT

7)      Manufactures Warranty

8)      Year of Manufacture (from 2010)

 

Bull Dozers (Not < 884H)

1)      Gross Power        Not <                             687hp

2)      Operating Weight                                       156120ib

3)      Bore                                                           5.4 in

4)      Stroke                                                         6in

5)      Displacement                                              1666 in 3

6)      Operating Weight                                       156120ib

7)      Converter Drive – forward 1                       4.4mph

8)      Maximum single – wheel Rise and Fall       22.5in

9)      Fuel tank-standard                                               268.4gal

10)    Cooling System                                          39.6gal

11)    Manufactures Warranty

12)    Year of Manufacture (from 2010)

 

Pail Loaders (Not < 980H)

1)      Net Power          Not<                                532hp

2)      Operating weight                                        128328ib

3)      Gross Power                                                        555hp

4)      Bore                                                            5.7in

5)      Stoke                                                          7.2in

6)      Displacement                                              1104.5 in 3

7)      Converter Drive-forward 4                         22.3mph

8)      Maximum single-wheel Rise and fall          22.3mph

9)      Fuel Tank                                                   188gal

10)    Cooling System                                          27.2gal

11)    Manufactures Warranty

12)    Year of Manufactures (from 2010)

13)    European Specification

 

Submission of Document

Interested companies should forward sealed tender/bid documents (technical and financial) to the address below on or before 18th July 2013.

 

The Managing Director

Enugu State Waste Management Authority (ESWAMA)

State Secretariat

Enugu

 

Bidders are to indicate the equipment they are bidding for by marking clearly at the right hand of the envelope. Tender for Supply of:

 

Bid Opening

Bid opening shall be by 12Noon on 18th July 2013 at ESWAMA conference room.

 

Signed

Managing Director

Enugu State Waste Management Authority