Expression of Interest for the Provision of Land Survey Services at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice no. 3825

Expression of Interest for the Provision of Land Survey Services for the Nigerian Ports Authority

1.0.    Introduction

The Nigerian Ports Authority hereby invites reputable and competent land survey firms to submit expression of interest document to the provide land survey services onlands acquired by the NPA for ports development across the nation.

2.0     Scope of Services

The scope of the project shall be the detail surveys of landsand execution of all necessary statutory documentations at the under-listed locations:

Lot 1 Lagos Area

 

Lot 2 Port Harcourt Area

 

Lot 3 Warri Area

Bidders are not allowed to bid for more than one (1) Lot.

3.0     Expression of Interest Requirements

Interested firms are to submit the following documents as outlined hereunder:

Mandatory Requirements

a.       Evidence of firms/partnership registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association.

b.       Verifiable proofs of firm’s/ partnerships technical ability to undertake the execution of the project

c.       Evidence of TAX Clearance Certificate for the 2010, 2011 & 2012.

d.       Evidence of VAT Registration and Remittance Certificate.

e.       Evidence of compliance with Pension Reform Act 2004, where applicable.

f.       Evidence of contributions to Industrial Training Fund (ITF), where applicable.

g.       Firm’s /partnership’s and personnel’s registration with appropriate professional bodies (SURCON).

Additional Requirements:

h.       Company’s/partnership’s financial capability details & audited accounts for the last three (3) years (2010, 2011 & 2012).

i.        Evidence of at least (5) projects of similar nature and complexity executed within the last 3 years, including letters of awards, completion certificates etc.

j.        Firm’s/partnership’s profile to include names, qualifications, experiences          of key Personnel.

k.       All relevant information concerning contacts, telephone, fax and e-mail address of the firm’s representative

l.        For partnership, Memorandum of Understanding (MOU) should be         provided.

m.      Bid must be in English language and signed by an official authorized to bind the bidder to a contract.

4.0     Submission of Expression of Interest Documents

The expression of interest (EOI)documents are to be submitted in triplicate bounded hard copies, paginated and arranged with dividers as indicated above with a soft copy of the sub­mission. The expression of interest documents must be submitted separately for each lot, in separate sealed envelopes and addressed to the “Secretary to the Tenders Board Nigerian Ports Authority” and clearly marked “Expression of Interest for the Provision of Land Survey Services for the Nigerian Ports Authority, Public Notice No. 3825, specifying Lot no. and sub-title” and dropped into the designated Tender Box located on the 2nd Floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 11.00am on 5th July, 2013. All tenders will be opened by 12.00noon on the 5th July 2013 in the Conference Room, N.P.A. Annex Building No. 1 Joseph Street, Off Marina, Lagos in the pres­ence of all bidders or their representatives.

Bidders are to register their bids in the office of the General Manager, Procurement, Room 227, 26/28, Manna, Lagos, NPA HQ Building, before dropping them into the designated boxes.

For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianport.org

Please Note

This is not an invitation to tender. Response(s) to this invitation does not place any obligation on the Authority to consider any responding company for:

1.       Award of Contract

2.       Acceptance of any tender.

All costs incurred as a result of this EOI invitation and any subsequent requests for information shall be borne by the bidding companies. Late submission and wrongly placed tenders will not be entertained. Only short -listed companies will be contacted.

Signed:

Management

Nigerian Ports Authority

 

 

Expression of Interest for the Appointment of Consultants for the Valuation of Nigerian Ports Authority’s Assets at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3824

Expression of Interest for the Appointment of Consultants for the Valuation of Nigerian Ports Authority’s Assets

Introduction

The Nigerian Ports Authority hereby invites reputable and competent valuation firms to sub­mit expression of interest documents for the provision of valuation services for the Nigerian Ports Authority assets.

2.0     Scope of Services

The scope of the project shall be the valuation of assets and execution of all necessary docu­mentations;

Lot 1 Lands and Buildings

 

Lot 2

 

Craft and Vessels
Lot 3

 

Wharves and Moles

 

Lot 4

 

AIDS to Navigation

 

Lot 5 Plants, Equipment and Machineries

 

Bidders are not allowed to bid for more than one (1) Lot.

3.0     Expression of Interest Requirements

Interested firms are to submit three (3) bound copies of bid documents as out-

lined hereunder:

Mandatory Requirements

a.       Evidence of firms/partnership registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association.

b.       Verifiable proofs of firm’s/partnerships technical ability to undertake the execution of the project.

c.       Evidence of Tax Clearance Certificate for the 2010, 2011 & 2012.

d.       Evidence of VAT Registration and Remittance Certificate.

e.       Evidence of compliance with Pension Reform Act 2004, where applicable.

f.       Evidence of contributions to Industrial Training Fund (ITF), where applicable.

g.       Evidence of Registration with Financial Reporting Council.

h.       Firms /partnership’s and personnel’s registration with appropriate professional bodies (ESVARBON).

Additional Requirements

i.        Company’s/partnership’s financial capability details & audited accounts for the last three (3) years (2010, 2011 & 2012).

j.        Evidence of at least (5) projects of similar nature and complexity executed within the last 3 years, including letters of awards, completion certificates etc.

k.       Firm’s/partnership’s profile to include names, qualifications, experiences of key Personnel.

l.        All relevant information concerning contacts, telephone, fax and e-mail address of the firm’s representative.

m.      For partnership, Memorandum of Understanding (MOU) should be provided.

n.       Bid must in English language and be signed by an official authorized to bind the bidder to a contract.

4.0     Submission of Expression of Interest Document

The expression of interest documents are to be submitted in triplicate bounded hard copies, paginated and arranged with dividers as indicated above with a soft copy of the submission. The expression of interest documents must be separated submitted in sealed envelopes and addressed to the “Secretary to the Tenders Board, Nigerian Ports Authority” and clearly marked “Expression of Interest for the Appointment of Consultants for the Valuation of Nigerian Posts Authority’s Assets. Public Notice No.——, Lot No.——, stating sub-title” and dropped into the desig­nated Tender Box located on the 2nd Floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 11.00am on 4th July, 2013. All ten­ders will be opened by 12.00 noon on the 4th July, 2013 in the Conference Room, N.PA Annex Buiding No. 1 Joseph Street, Off Marina, Lagos in the presence of all bidders or their representatives.

For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianports.org

Please Note

This is not an invitation to tender, Response(s) to this invitation does not place any obligation on the Authority to consider any responding company for:

1.       Award of Contract

2.       Acceptance of any tender

All costs incurred as a result of this EOI invitation and any subsequent requests for information shall be borne by the bidding companies. Late submission and wrongly placed tenders will not be entertained. Only short -listed companies will be contracted.

Signed:

Management

Nigerian Ports Authority

Invitation for Pre-Qualification to Tender for the Rehabilitation of NEXIM Headquarters Building at Nigerian Export Import Bank (NEXIM)

Nigerian Export-Import Bank

Invitation for Pre-Qualification to Tender for the Rehabilitation of NEXIM Headquarters Building, Abuja

The Nigerian Export Import Bank (NEXIM) is to undertake the rehabilitation of its Corporate Headquarters Building located in the Central Business District (CBD) of the Federal Capital Territory Abuja. The five storey building was commissioned in 2006 and is presently exhibiting defects as a result of periodic weathering. The planned rehabilitation is to be executed in phases starting with pent floor, the fifth floor, fourth floor etc.

NEXIM Bank is hereby inviting interested and competent contractors to express their interest in carrying out the work. Interested contractors must provide information indicating that they are qualified to carry out the work. Specifically, contractors are to provide the following information for pre-qualification:

i.        Evidence of incorporation with the Corporate Affairs Commission

ii.       Full profile with details (address, contact person, telephone/fax numbers, e-mail).

iii.     General organizational capability and resources (staffing, years of experience in the above field).

iv.     Experience in similar work (services description, services amount and contracting organization/ entity).

v.      Current Tax Clearance and VAT Certificate

vi.     Evidence of Registration with the National Pension Commission remittance compliance

vii.    Evidence of compliance with ITF (Industrial Training Fund) Contribution

viii.    Audited Company Account for the past three years 2010, 2011 and 2012

ix.      Bid Security Amount of N5 million from a reputable Bank to cover a period of 120days

x.      Average Annual Turnover in the last three years of not less than N200 million

General Information

A complete set of bidding documents may be purchased by interested bidders at the address below upon payment of a non-refundable fee of N30,000.00 on working days from 1 0:00 hrs to 5:00 pm. The method of payment will be through bank draft or certified bank cheque in favour of “NEXIM Bank”

Submission:

Bids should be addressed (not by post) to the Secretary, Procurement Planning Committee, Nigerian Export-Import Bank, 2nd Floor, NEXIM

House, Plot 975, Cadastral Zone AO, Central Business District, Abuja,

on or before Monday 15th July, 2013 by 12.00 noon.

All bids must be accompanied by a bid security as stated above. Late bids will be rejected. Bids will be opened in the presence of bidders representatives on Monday 15th  July, 2013 by 12.30P.M.

Important Notice

  • Only successful pre-qualified company (s) will have their financial bids evaluated.
  • Nothing in the advert shall construed to be commitment on the part of NEXIM Bank
  • Successful Contractors would be contacted.

All submission must be received at the above office not later than 15th July 2013.

Signed:

Management.

 

 

Invitation for Tender at Ministry of Water Resources, Kano State

Ministry of Water Resources, Kano State

Kano State Water Board

Emir Palace Road, Kofar Nassarawa, P.M.B. 3501, Kano, Nigeria

Invitation for Tender

1.0     Introduction:

2.0     The Government of Kano state in continued pursuit of its policy objectives on water supply and sanitation is desirous of undertaking new water treatment plant construction works near existing Wudil regional scheme. The ministry of Water Resources, Kano State, through the state’s Water Board hereby invites tenders from interested competent contractors for the construction of the new 90 million litres per day water treatment plant. The scope of works includes but not limited to the construction of the following.

A.      An intake structure and a low lift pump station

B.      A 90 million litres per day conventional water treatment plant

C.      High lift pump station

D.      Power supply

E.      Other Civil works comprising of Office, Workshop, Residential building etc

3.0     Eligibility Criteria:

The following minimum qualification is required:

a.       Registration with Kano State Tenders Board

b.       Tax clearance certificate for the last 3 years

c.       Detailed company profile

d.       Experience as a Prime contractor in at least three (3) projects similar nature and complexity

e.       Liquid and/or evidence of access to or availability of confirmed credit facilities of not less than N1.5 billion from a reputable Bank.

f.       Legally binding MOU for joint Ventures (JVs)

g.       Evidence of 3 years Audited Account of the company.

h.       VAT registration with proof of remittance.

i.        Average Annual Turnover of at least N5.5 billion in construction works in any of the last 3 years.

j.        Bid security or bank draft as stated in the instruction to renderers.

All submissions must be backed up with relevant supporting verifiable evidences for a firm to qualify. Non compliance will lead to disqualification.

4.0     Collection and Submission of Tender Documents

3.1     Qualified companies shall on written application collect Standard Bidding Documents (Technical and Financial), from 12 noon Monday 17th June, 2013 upon presentation of evidence of payment of non-refundable Document Prep fee N250,000.00 into the Board account from:

Office of the Managing Director

Kano State Water Board

Emirs Palace Rd. Kofar Nassarawa

Kano, State

Account Name:             Kano State Water Board

Account Number:         1001047922

Bank:                            United Bank for Africa (UBA) Plc,

3.2     Completed Technical and Financial bids (Three sets of hard copy and One Electronic copy in compact disk and Microsoft office or PDF) shall be submitted in two different sealed envelopes and labeled “Technical Bid” and “Financial Bid and both sealed in a third envelope marked “Project Name” at the top right hand corner and addressed to the office stated in paragraph (3.1)

3.3     The closing date for the submission of bids is on or before 12.00 noon Monday, 29th July, 2013 The Technical bids will be opened same day by 1.00pm in the office of the Water Board’s Managing Director, stated in paragraph 3.11bove.

3.5     Only firms and joint ventures whose pre-qualification documents fulfill the minimum requirements will have their commercial bid documents opened. Unsuccessful Bidders will have their commercial bids returned to them unopened.

3.6     All requires should be directed to:

The Managing Director

Kano State Water Board

Emirs Palace Rd, Kofar Nassarawa

Kano, Kano State

5.0.    Disclaimer and Conclusion

4.1     This announcement is published for information purposes only and does not constitute an offer by the Ministry of Water Resources, Kano state to transact with any party for the project, nor does it constitute a commitment or an obligation on the part of the Ministry to procure the services.

4.2     The Ministry will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

4.3     The Ministry is not bound to shortlist any bidder and reserves the right to annual the selection process at any time without incurring any liabilities and assigning any reason thereof.

Signed:

Engr. Sulaiman Sani FNSE

Management Director, Kano State Water Board

 

Invitation to Tender at National Sugar Development Council (NSDC)

National Sugar Development Council Abuja

Invitation to Tender

1.0     Introduction

The Management of the National Sugar Development Council (NSDC) hereby invites reputable and interested Construction Companies; Suppliers and Consultants to tender for the following 2013 Capital Projects being carried out by the Council.

2.0               Scope of Work

Lot 1:          Drilling and flushing of tube wells at Sugar Mini Plants sites across the Country.

Lot 2:          Supply of utility Vehicles for Nigeria Sugar Master Plan Implementation.

Lot 3:          Supply of Pick-Up Vans for NSDC Projects Monitoring.

Lot 4:          Construction of Civil work Structures for Sugar Cane Bio-factory Laboratory at Institute of Agricultural Research, Samaru, Zaria.

Lot 5:          Conduct of Pre-Feasibility Studies of Guyuk (Adamawa State) Sugar Cane Growing Areas and Production of Report.

Lot 6:          Conduct of Pre-Feasibility Studies of Mayo lane (Adamawa State) Sugar Cane Growing Areas and Production of Report.

Lot 7:          Conduct of Pre-Feasibility Studies of Shelling (Adamawa State) Sugar Cane Growing Areas and Production of Report.

Lot 8:          Conduct of Pre-Feasibility Studies of Dangerri (Kogi State) Sugar Cane Growing Areas and Production of Report.

3.0     General Requirement

Construction Companies; Suppliers; Consultants wishing to carry out the above jobs should submit the following:

i.        Registration CAC

ii.       Current Tax Clearance Certificate

iii.      Evidence of registration with COREN. (For Drilling of tube Wells and construction of Civil Work structures)

iv.      Evidence of accreditation by recognized Motor Company or dealers. (For supply of Vehicles)

v.       Evidence of compliance with provision of the ITF Act.

vi.      Evidence of similar jobs done or Profile Experience

vii.     Quotation should also indicate specific period for the completion of the jobs or supply ( Where applicable).

viii.    The quotation should be inclusive of all taxes.

4.0     Tenders Instructions

Interested Construction Companies; Suppliers; and Consultants should collect Bid Documents from the procurement Department of the National Sugar Development Council, after payment of non-refundable fee N10,000(Ten Thousand Naira only) per Lot Job.

5.0     Submission of Bid Documents

The completed Tender Document with a copy of the receipt of Tender fee shall be submitted in a sealed envelope and marked for Lot 1: – Tube Wells; Lot 2:- Utility Vehicles; Lot 3:- Pick-Up Vans; Lot-4: Construction of Civil Work Structures; Lot5:-Pre-feasibility- Guyuk: Lot 6:- Pre-Feasibility-Mayo-Inne; Lot 7:-Pre-Feasibilitv Shelleng; and Lot 8:-Pre-Feasibility-Dangerri at the top right corner of the envelope and addressed to the:

The Executive Secretary

National Sugar Development Council

Federal Secretariat, Block C, 4th Floor,

Maitama District,

P.M.B 299,

Garki Abuja

Deadline for the submission of completed Tender Documents is 17th July 2013 while the date of the bid opening will be Tuesday 18th July 2013 at 10 a.m in the conference room of NSDC, Federal Secretariat, Block C, 4th Floor, Maitama District Abuja.

Signed:

Management