Invitation for Pre-Qualification and Subsequent Bidding in Respect of Approved 2013 Capital Projects at Auchi Polytechnic

Auchi Polytechnic

Office of the Registrar

P.M.B.13 Auchi

Invitation for Pre-Qualification and Subsequent Bidding in Respect of Approved 2013 Capital Projects

In compliance with Due process requirement for procurement of goods and services, the Management of Auchi Polytechnic, Auchi wishes to pre-qualify competent contractors for the execution of approved 2013. Capital Projects

2.0     Interested contractors are hereby invited to apply for pre-qualification for the various works as requested here-under:

A.      Construction of Main Administrative Building (Phase II)

B.      Erosion Control

C.      Extension of Perimeter Fence

D.      Construction of 1.7Km internal roads network.

3.0     Pre-Qualification Requirements

  • Current Tax Certificates for the past three years
  • VAT registration and evidence of tax remittance
  • Audited Accounts for the past three years
  • Company profile   which   must   include   Organisational Structure, Curriculum vitae of key personnel.
  • Details of equipment owned or to be hired.
  • Evidence of experience or involvement in similar jobs with proofs of letters of awards and completion certificates.
  • Evidence of financial   capability/financial   statement   to undertake the project.
  • Evidence of compliance with the Industrial Training Fund (ITF).
  • Evidence of compliance with the Pencom Act 2004,
  • Evidence of social/communal responsibility.

4.0      Verification of Claims

Auchi Polytechnic reserves the right to verify the claims made by the contractors.

5.0      Submission of Pre-Qualification Documents

Pre-qualification documents should be submitted in a sealed envelope and addressed to the Registrar, Auchi Polytechnic, P.M.B.13, Auchi. These documents should be dropped in the Tender Box situated in the Registrar’s office not later than 12 noon, Wednesday, 31st July, 2013.

6.0              Opening of Pre-Qualification Documents

The Pre-qualification documents will be opened on Wednesday, 31st July, 2013 at 12.00 noon in the Polytechnic Boardroom. All the Tenderers and the general public are invited to witness the opening of the pre-qualification exercise, in line with Due Process Procedures.

NOTE: Names of Pre-qualified Contractors will be published on the Polytechnic Notice Board. Only pre-qualified Contractors shall be invited to tender.

Signed:

Dr (Mrs) M.I. Aashikpelokhai

Registrar

Normal
0

false
false
false

EN-US
X-NONE
X-NONE

/* Style Definitions */
table.MsoNormalTable
{mso-style-name:”Table Normal”;
mso-tstyle-rowband-size:0;
mso-tstyle-colband-size:0;
mso-style-noshow:yes;
mso-style-priority:99;
mso-style-qformat:yes;
mso-style-parent:””;
mso-padding-alt:0in 5.4pt 0in 5.4pt;
mso-para-margin-top:0in;
mso-para-margin-right:0in;
mso-para-margin-bottom:10.0pt;
mso-para-margin-left:0in;
line-height:115%;
mso-pagination:widow-orphan;
font-size:11.0pt;
font-family:”Calibri”,”sans-serif”;
mso-ascii-font-family:Calibri;
mso-ascii-theme-font:minor-latin;
mso-hansi-font-family:Calibri;
mso-hansi-theme-font:minor-latin;
mso-bidi-font-family:”Times New Roman”;
mso-bidi-theme-font:minor-bidi;}
table.MsoTableGrid
{mso-style-name:”Table Grid”;
mso-tstyle-rowband-size:0;
mso-tstyle-colband-size:0;
mso-style-priority:59;
mso-style-unhide:no;
border:solid black 1.0pt;
mso-border-themecolor:text1;
mso-border-alt:solid black .5pt;
mso-border-themecolor:text1;
mso-padding-alt:0in 5.4pt 0in 5.4pt;
mso-border-insideh:.5pt solid black;
mso-border-insideh-themecolor:text1;
mso-border-insidev:.5pt solid black;
mso-border-insidev-themecolor:text1;
mso-para-margin:0in;
mso-para-margin-bottom:.0001pt;
mso-pagination:widow-orphan;
font-size:11.0pt;
font-family:”Calibri”,”sans-serif”;
mso-ascii-font-family:Calibri;
mso-ascii-theme-font:minor-latin;
mso-hansi-font-family:Calibri;
mso-hansi-theme-font:minor-latin;
mso-bidi-font-family:”Times New Roman”;
mso-bidi-theme-font:minor-bidi;}

Nigeria Natural Medicine Development Agency (NNMDA)

Federal Ministry of Science and Technology

9, Kofo Abayomi Street, Victoria Island Lagos

 

2013 Due Process for Capital Budget Utilization: Invitation for Tender

 

Introduction

The Nigeria Natural Medicine Development Agency is a parastatal of the Federal Ministry of Science and Technology established to implement Government’s strategic mandate for the Research, Collation, Documentation and Promotion of Traditional Medicine.

 

In strict compliance with the Public Procurement act and the following. Due Process procedure of the Federal Government, the Agency wishes to implement the under listed Projects for the utilization of the 2013 Capital Budget Allocation.

 

In pursuance of the above, Contractors, Consultancy firms, Event managers and Suppliers are invited to collect and submit their tenders for the projects listed below.

 

 

Project and Scope of Work

Project 1

 

Development of Herbarium and Pilot Experimental Plant

LOT 1A

 

General Annual Maintenance of MAPs at the model/Experimental farm at Jesse Delta State and Cultivation of MAPs and Procurement of Farm Implements, Manure & Topsoil. Barcode reader and other Consumables. (Ref.No. GCP)

LOT I B

 

Procurement and Installation of Nol. 250KVA Generator. (Ref. No. GEN)

LOT 1C

 

Procurement of No 1 Project execution and monitoring Vehicle (Ref. No. PPV)

LOT  I D

 

Construction of Borehole at the MAPs Experimental farm at FUT-Minna, Niger State. (Ref. No. CBF)

LOT I E

Publication of Books (Ref. No. PUB)

Project 2

 

Laboratory and Pilot Production Unit Development (PDU) (Primary Efficiency and Safety Analysis)

LOT 2A

 

Supply and Installation of Laboratory Equipment and other Accessories and Staff Training (Ref. No.LEC)

 

LOT 2B

 

Supply and Installation of Products Development Unit Equipment and Staff Training. (Ref. No.SPE)

Project 3

 

Development and Facilitation of Observational studies of Herbal Therapies for Topical Diseases including H1V/A1DS, Tuberculosis, Malaria etc.

LOT 3A

 

Continuation of Research and Development of Herb-Herb combination Therapy for malaria. (Ref. No. RHM)

LOT 3B

 

Facilitate the Continuation of (IN-HOUSE) of Herbal Mosquito Repellant Cream and Anti- Arthritis Herbal Ointment (Ref. No. MRC)

LOT3C

 

Continuation of Research and Development of Herbal Anti-diabetic Therapies (Ref. No. CHD)

Project 4

 

Development of Digital Virtual Library and Dedicated focal reference centre for Traditional Medicine Knowledge and Practice(TMKP’s)

LOT4A

 

Procurement and Installation of Computers & Accessories, Air conditioners and Inverters Batteries. (Ref. No. PAB)

LOT4B

Purchase of Books (Ref. No. PBK)

Project 5

 

Development of an Appropriate Mechanism and Framework for an intellectual Property Rights Regime for Traditional Knowledge and Practice

 

LOT 5A

 

Facilitate one National Stakeholder forum to review Draft Traditional Knowledge and Biological Resources Protection Document in Abuja Nigeria (Ref. No. FNF)

Project 6

 

Conduct Ethno Medical, Veterinary and indigenous Medicine Technologies Surveys in Nigeria on Zonal Basis

LOT 6A

Survey and Documentation of Indigenous Technologies (Traditional Bone Setting Techniques and Massage Therapy) in Selected Communities in South-East Geopolitical Zone of Nigeria, (Imo, Ebonyi &Abia States) (Ref. No. DIT)

LOT 6B

 

Ethno- Veterinary Survey, Inventory, Documentation and Collection of Herbarium Specimens in selected Communities in Niger, Plateau and Kogi States. (Ref. No. ETB)

LOT6C

 

Facilitate 2nd Phase Ethno- Veterinary Survey, Inventory, Documentation and Collection of Herbarium Specimens in the Mambila, Plateau, Adamawa States and Yankari Games Reserves, Shiroro Dam and in 3 other selected communities in North East Geopolitical Zone (Ref. No. ETM)

LOT6D

 

Facilitate 2   Phase Ethno- Veterinary Survey, Inventory, Documentation and Collection of Herbarium Specimens in selected communities and dedicated areas in South West (Idanre Hill and Ikogosi Warm Spring) South West Geopolitical Zone. Ref. No. EVS)

 

 

C       Bid documents collection

1.     Interested applicants should collect the bid documents from the office of the Director General/Chief Executive between 10:00 am and 3:30pm daily from the date of this publication.

2.     All   Firms/Consultants  that  wish  to  participate  in bid/tender process should provide:

 

a.     Evidence of Registration with the Corporate Affairs Commission

b.     Evidence  of Experience  in   execution   of  similar projects

c.      Evidence of Tax clearance certificate for the immediate past Three (3) years and VAT Registration/Certificates including TIN Numbers.

d.     A copy of Curriculum Vitae of the Key Consultant being proposed for the job

e.      Firms/Consultants shall indicate their contact addresses including Telephone numbers, and E-mail address.

f.       Evidence of Pension Fund remittance to Pension Funds Administrator (PFAs)/Certificate of compliance issued by the commission

 

Submission of Bid Documents

1.     Interested Contractors, Firms & Consultants are to collect the bid /tender documents on the payment of NON-REFUNDABLE TENDERING fee of N10,000.00 for each LOT in Bank draft in favour of Nigeria Natural Medicine Development Agency, Lagos.

2.     The bid documents should be returned in a sealed envelope with the Lot marked at the top left hand corner of the envelope.

3.     Bid document should reach the office of the Director General/Chief Executive, Nigeria Natural Medicine Development Agency (NNMDA), 9, Kofo Abayomi Street Victoria Island Lagos, not later than 29th July, 2013

4.     Completed bids clearly marked as indicated at 2 above must be returned in a sealed envelope and addressed to the Director General/Chief Executive, NNMDA, 9 Kofo Abayomi Street, Victoria Island, Lagos, not later than 12.00 noon Monday, 29th July, 2013 as Bid Documents would be publicly opened same day at 1. 00 pm at the Agency’s Conference Room. Representatives of Bidding Companies are requested to be present.

5.     Late submission and incomplete Bid will be rejected

E        Companies are to note that:

The Agency will deal only with Authorized Officers/Representative of the Companies and not through Individuals or Agents acting on their behalf and shall not defray any cost or fees for the Bid exercise.

 

 

Signed

Management

Invitation for Technical and Financial at Agricultural and Rural Management Training Institute (ARMTI)

Agricultural and Rural Management

Training Institute (ARMTI)

KM 18, Ilorin – Ajase-Ipo Road, P.M.B 1343, Ilorin, Kwara State

Website: http://www.armti.org

Invitation for Technical and Financial

Tenders/Expression of Interest for the Execution of 2013 Capital Project

1.0    Introduction

The Agricultural and Rural Management Training Institute (ARMTI) Ilorin, was established in 1980 by the Federal Government with a loan from the World bank to bridge the need to development in the Agric and Rural Sector of the economics. Institute became a parastatal of the Federal Ministry of Agriculture, Water Resources and Rural Development with the promulgation of Decree No 37 of December 31, 1984, now Agricultural and Rural Management Training Institute (ARMTI) Act Cap 11 Vol. 1 Law of the Federation of Nigeria, 1990

2.0     Project Description

2.1     Consultancy Services

Reputable and Experienced Consulting Firms to submit Technical and Financial Proposal in response to the Request for Proposal for Consultancy Services for the following projects-

2.1.1           Training of Youth and Women in Cassava Processing in Ezi-Ukwu, Abia State.

2.1.2            Youth and Women Empowerment in Abuga, Kogi State.

2.1.3           Youth and Women Empowerment Scheme in Ekiti and Oke-Ero LGAs, Kwara State.

2.1.4.          Training and Skill Development for Agricultural Product Export Centre in Ebira Muslim Community, Okengwe, Kogi State.

2.1.5.          Agricultural and Rural Management Training of Youth in Irepodun LGA. Kwara State.

2.1.6.          Action Research into Women and Youth Employment Potentials in Adapting Agricultural Value Chain Approach in Kogi State.

2.1.7.          Training on Poultry farm at Ibom Baraki, Abia State.

2.1.8.          Youth and Women Empowerment Programmes, Ihuowo, Rivers State.

2.1.9.          Local/International individual Training Consultants for TOT for Value Chain Facilitators.

2.2         GOODS

2.2.1. Procurement, Installation and Commissioning of 6 units of Cassava Processing Machines in Ezi-Ukwu, Abia State.

2.2.2  Procurement of 420 no Pumping Machines for Dry Season Farming

3.0     Tender Requirements

The following are the qualifications required to be satisfied by the Consulting firms and Contractors:

  1. Evidence of Registration with the Corporate Affairs Commission (CAC) by inclusion of certificate of incorporation and Article of Association,
  2. Current Tax Clearance Certificate and Tax Identification Number,
  3. Detailed Company profile,
  4. Evidence of experience in at least five jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificate of Job completion.
  5. Evidence of Financial Capability reference letter from a reputable bank,
  6. For joint ventures, include memorandum of understanding (MOD),
  7. Evidence of registration with relevant Professional bodies,
  8. Evidence of strict compliance with the provisions of Pension Reform Act 2004.
  9. VAT registration with evidence of remittance,
  10. Three (3) years Audited Accounts showing dearly adequate turnover for the category of job.

4.0     Collection Of tender Documents

4.1    Consultancy Services

Qualified consulting firms are to download the Terms of Reference from the Institute’s website, www.armti.org.

4.2   Goods

Qualified companies are to collect tender document at the Institute’s Headquarters or Regional office, No 41 David Ejoor Crescent, Adisa Estate, Abuja upon presentation of evidence of payment of Non-refundable tender fee of Ten Thousand Naira (N10,000.00).

 

5.0     Submission of Bid

5.1     Completed Technical and Financial bids shall be submitted in two separate envelopes marked “Technical” and “Financial” both enclosed in large envelope and labeled bidding document for Consultancy at the top right hand corner. The bidder is to indicate name and address Including GSM on the reverse side.

 

5.2     The envelope should be addressed to

The Executive Director,

Agricultural and Rural Management Training Institute (ARMTI)

Km 18, Ilorin-Ajase-Ipo Road,

P.M.B. 1343,

Ilorin, Kwara State

To reach him not later than 31st July, 2013. Bids for Goods will be opened on the same date 112.00noon on Wednesday 31st July, 2013 in the Institute’s Conference Hall. For Consultancy, only short listed Consultants will be invited for opening of their financial bids.

Signed:

Management

Invitation to Tender for the Digitalization of the Corporation’s Document Centre at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

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

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

Invitation to Tender for the Digitalization of the Corporation’s Document Centre

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable companies with good track record of performance and experience to bid for the Digitalization (scanning) of Documents in its Document Management Centre to address weaknesses associated with managing physical records.

Scope of Work

The proposed digitalization of records into existing Electronic Document Management System at the Document Centre is to provide the Corporation with clean digitalized copies of document that would be easily accessed and retrieved by authorized user. The proposed digitalization include:

 

  • Configuring   the   Electronic   Document   Management system for file importation.
  • The digitalization of about 1,000,000 copies of paper documents.
  • Generation of Optic Character Recognition for all the scanned documents (1,000,000 copies)
  • Importation of all the scanned documents into Electronic Document management System (EDMS)
  • Generation of backup for all scanned copies.
  • Provision of capacity building for the Corporation’s Staff (30 persons) and
  • Provision of support services for six(6) months

 

The work is classified as follows:

LOT I –       Digitalization of records at Abuja Centre.

LOT 2 –       Digitalization of records at Lagos Centre

 

Tender Documents

Interested companies should obtain the tender document from the Administration Department, 2nd Floor, ND/C Headquarters, Plot 447/448 Constitution Avenue Centra Business District, Abuja upon payment of the tender fee of N10,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja.

 

Conditions for Eligibility

All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The  current  3 years Tax  Clearance  Certificate of the Company(2010 2012).
  • The Company’s audited accounts for the last three years (2010 2012).
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works.
  • Company profile indicating qualification and experience of key staff for the project.
  • Proof of Company’s understanding of the job.
  • Evidence of compliance with   ITF Acts; including proof of remittance.
  • Valid Certificate of Compliance with Pension Act issued by Pencom.
  • Implementation plan and work methodology.
  • Sworn affidavit to indicate that the company is not in receivership and none of its Directors was ever convicted of fraudulent activity.

 

Submission of Tender Documents

Five (5) bound copies each of the ‘Financial’ and “Technical” tender documents must be submitted in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” respectively, both put in a third (3rd) envelope sealed and marked on the right hand top corner “DIGITALIZATION OF NDIC DOCUMENT CENTRE” and addressed to:

 

Director, Administration Department

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

 

The closing date for submission is Thursday, 1st August, 2013 by 12.00noon. The tender is to be dropped in the tender box on the Ground floor, reception area at the Head Office Building. Companies dropping tenders are expected to sign the tender register on the 2nd Floor, Administration Department, before dropping the tenders. Submission of tender by post or courier will not be acceptable, and any tender received at the designated location after the required time and date shall be considered late and non-responsive.

 

 

Opening of the Tenders

Opening of tenders will be on Thursday 1st August, 2013   by

2.00pm. Only the technical bids will be opened and all successful companies shall be informed in writing.

 

Additional Information

i)                   Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender

ii)                NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties.

iii)              NDIC shall reserve the right to reject any submission based on unverifiable information.

iv)              All financial bids should be quoted in Naira (N) for all Nigerian companies, while foreign-based companies should avail themselves with the most current (prevailing) exchange rate.

 

Signed:

Management

 

Tender Opportunity Provision of Non-Destructive Testing (NDT) Services at Chevron Nigeria Limited

Chevron Nigeria Limited  

Operator of the NNPC/Chevron Joint Venture

Tender Opportunity Provision of Non-Destructive Testing (NDT) Services

Introduction:

Chevron Nigeria Limited invites interested and prequalified companies for this tender opportunity for the Provision of Non-Destructive Testing    Services which shall be in Company’s Escravos Tank Terminal for work within the Tank Terminal and in the fields offshore Escravos, swamp locations, or at other locations as required to support CNL’s ongoing oil and gas production Activities for a duration of two years plus one year option.

Scope of Work:

The scope of work shall include but not be limited to the following activities for which the successful companies shall be required to provide all necessary   equipment, tools, consumables and qualified Personnel (as may be listed  in the project specific Technical requirement and Project Specification documents) at all CNL facility locations (Escravos, offshore, onshore, etc) to support Construction Services.

Successful companies would be expected to have self sustaining operations and capabilities to provide any aspect of the scope from personnel only who are qualified and able to communicate fluently in English, to full services including equipments and consumables, as required.

Detailed Service Description:

The following provides further information:

Non-Destructive Testing Services

Provision of all necessary equipment, tools, consumables and qualified Personnel for Non-Destructive Testing Services by:

 

  1. Radiographic inspection of girth welds and designated appurtenance welds including profile radiography of piping and riser to measure remaining wall thickness
  2. Ultrasonic inspection,
  • Straight Beam
  • Shear Wave
  • Time of Flight Diffraction (TOFD)
  • Phased Array
  • Automated Ultrasonics (Corrosion Mapping)
  • Long Range Ultrasonic Testing
  1. Magnetic particle inspection
  2. Dye penetrant inspection
  3. Visual Inspection
  4. Corrosion Monitoring
  5. Holiday Detection
  6. Vacuum Box Testing
  7. Hardness testing
  8. Eddy Current Testing
  9. Internal Rotary Inspection System (IRIS)
  10. Remote Field Testing

M. Pulsed Eddy Current

  1. Magnetic Flux Leakage
  2. Acoustic Emission
  3. Infrared Thermography
  4. Video Scope Testing
  5. Alternating Current Field Measurement (ACFM)
  6. Digital Radiography

Contractor is expected to have or must have initiated a process to obtain licenses from the Nigerian Nuclear Regulatory Authority as follows:

1.       License for the importation of radioactive materials/source

2.       License for the use of radioactive loaded equipment and materials

3.       Facilities license for the storage of radioactive loaded equipment and materials

 

Please note that you are expected to provide relevant evidence of the above

licenses.

NDT services to be provided by contractor will comply with the latest revision of the API STD 1104.

Minimum qualifications required for personnel that will be provided by contractor to include ERS full radiographer/radiograph interpreter, CSWIP Rad. I, or ASNT Level I & II. In addition, contractor’s personnel must have relevant oilfield NDT service experience

Mandatory Tender Requirements:

  1. To be eligible for this tender exercise, interested bidders are required to be pre – qualified in the 3.07.01 (Non-Destructive Testing (NDT) Services) category in NipeX Joint Qualification System (NJQS) database.AII successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).
  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 “Pre-qualified” for category in the JQS database.
    2. Meet all Nigerian Content requirements stated in this advert in their responses to the Invitation to Technical Tender.

 

  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.
  2. 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 verification and necessary update.
  3. 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

Chevron Nigeria Limited is committed to the development of the Nigerian Oil and Gas business in observance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

Pursuant to enactment of the NOGICD 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 of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

Contractors shall comply with the provisions of the NOGICD Act and all applicable regulations. Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage.

The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

A.      Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Registered Company 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

B.      Furnish details of company ownership and share holding structure.   Also submit clear photocopies of your CAC Forms CO2 and CO7

C.      Provide evidence of the percentage of 1) key management positions that are held by Nigerians and 2) total work force that are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

D.      Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide details of Nigerian Content contact or manager.

E.      State proposed total scope of work to be performed 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.

F.      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.

G.      Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

H.      Location of in-country facilities, (Equipment, storage, workshops, repair & maintenance facilities and, testing facilities).

I.       Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

J.       Provide details on any oilier Nigerian Content initiative your company is involved in.

K.      Provide evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment

I.       Provide human capacity building development plan including budget which must be minimum 10% of project man-hours or cost. Training will be targeted at developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

M.     Provide details of equipment ownership.

N.      Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender

Close Date

Only bidders who are registered with NJQS Product/Category 3.07.01 (Non-Destructive Testing (NDT) Services) by 4:00pm, July 11th, 2013 being the advert close date shall be invited to submit technical bid.

Please note the following:

1.       Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.

2.       The Invitation to Tender (ITT) and any further progression of this tender shall be   via NipeX.

3.       All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

4.       This advertisement shall neither be construed as any form of commitment on the part of Chevron Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from Chevron Nigeria Limited and or any of its partners by virtue of such companies having been prequalified in NJQS.

5.       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.

6.       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.

Request for Expression of Interest (EOI) for Development of Federal Housing (FHA) Corporate Headquarters under Build, Operate and Transfer (BOT) at Federal Housing Authority (FHA)

Federal Housing Authority

(Established Under CAP 136 Laws of Nigeria 1990) 26, Julius Nyerere Crescent, Asokoro, P.M.B 101, Garki, Abuja

Tel: 0709 880 8518

E-mail: info@fha.gov.ng

www.fha.gov.ng

Request for Expression of Interest (EOI) for Development of Federal Housing (FHA) Corporate Headquarters under Build, Operate and Transfer (BOT)

Introduction

1.0.    The Federal Housing Authority (FHA) intends to develop its Corporate Headquarters at Central Business District (CBD), Abuja and hereby requests for expression of Interest (EOI) from reputable developers/investors for the development of the complex under Build, Operate and Transfer (BOT).

2.0.        Project Description

(i)      The project is a twelve (12) storey multi-purpose office complex with a basement and penthouse located at a strategic site in the Central Business District of the Abuja;

(ii)     The complex shall provide for FHA’s corporate office requirements as well as lettable spaces for public use;

(iii)    Available facilities shall include an auditorium, a banking hall and restaurant among others;

(iv)    The building is fairly rectangular on plan measuring 73.73m x 29.01m and is to be built on a plot measuring 94.00m x 65.00m;

 

3.0.       Pre-Qualification Requirements:

(i)      Corporate profile of firm and/or consortium indicating history, organisational structure, area of specialisation, key competencies and resources;

(ii)     Full details of key human resources of the organisation whose experience and competencies are relevant to the project, such as project manager, architect and engineers with their respective curriculum vitae, academic and professional qualifications (please indicate where available, evidence of membership of professional bodies);

(iii)    Certified true copy of certificate of incorporation;

(iv)    Certified true copy of particulars of directors;

(v)     Certified true copy of tax clearance certificate for the last three (3) years (2010, 2011 and 2012);

(vi)    Evidence of VAT registration and remittance with TIN No.;

(vii)   Three (3) years (unabridged) company audited annual report (2010,

2011, and 2012) certified by a chartered accountant/auditor;

(Viii). Certified true copy of 3 years company annual returns to Corporate

Affairs Commission (CAC);

(ix)    Letter of reference from bankers and current statement of account for the last one year;

(x)     Letter of reference from clients to whom similar development within Nigeria whose value is not less than NGN N2.5B have been successfully delivered within the last 7 to 10 years (projects of higher value will have higher preference and advantage). Please provide sufficient details for ease of validation;

(xi)    Summary list (with short description) of at least 3 similar projects within Nigeria whose value is not less than NGN N2.5 B that have been successfully delivered in the last 7 to 10 years (projects of higher value will have higher preference and advantage). Please provide sufficient details for ease of validation;

(xii)   List of equipment owned or on lease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company logo is an added advantage;

(xiii)  A sworn declaration that neither the developer/investor nor any of its Management staff has any relationship with Federal Housing Authority and its own Management staff. In the event that such relationship exists it should be clearly indicated in the affidavit and indicating that the developer does not at the time of this bid have any existing loan or financial liability with a bank, other financial institution or third party that is classified doubtful, bad or whose repayment portion had been outstanding for the last three months;

(xiv)  Evidence of registration with PENCOM and remittance of pension deduction to Pension Fund Administrators (PFA);

(xv)   In the event of a joint or consortium bid, a signed and independently verifiable agreement between the parties indicating terms and conditions and identifying the principal and subsidiary party(ies) in the joint bid/consortium;

(xvii) Original documents should be available for sighting on demand during or after the opening of the prequalification document;

 

4.0.       General Information

(i)      This request for Expression of Interest (EOI) is not an invitation to bid.

(ii)     All costs incurred in the preparation of and submission of Expression of

Interest (EOI) is to be borne entirely by the applicants,

(iii)    Late submission will not be accepted,

(iv)    Developer/investor will be pre-qualified based on the provision of the Public Procurement Act, 2007.

(v)     The Federal Housing Authority reserves the right to verify the authenticity and accuracy of claims made in the submission,

(vi)    The Federal Housing Authority reserves the right to accept or reject any application for pre-qualification if deemed necessary to do so.

(vii)   Only pre-qualified developer/investor will be shortlisted.

 

5.0.       Submission of Expression of Interest Documents (EOI)

The Expression of Interest (EOI) should be in six (6) bound copies in a sealed envelope and submitted on or before 12:00 noon on August 1st, 2013, clearly marked “EOI for DEVELOPMENT OF FEDERAL HOUSING AUTHORITY (FHA) CORPORATE HEADQUARTERS UNDER BUILD, OPERATE AND TRANSFER (BOT)” and addressed to;

Managing Director/Chief Executive,

Federal Housing Authority,

26, Julius Nyerere Crescent,

Asokoro,

PMB101, Garki, Abuja

 

6.0.         Enquiries

Interested developer/investor may obtain further information from the Executive Director (ED), Business Development during working hours 09:00 am -4:00 pm Mondays – Fridays at the FH A Head Office, Asokoro Abuja.

 

7.0.       Opening of Submission

All Expression of Interests (EOI) received will be opened at 2:00 pm on August 1st, 2013 at FHA Head Office, Asokoro, Abuja. Members of the public and interested firms or their representatives are invited to witness the opening exercise.

 

Signed:

MANAGEMENT