Invitation to Tender for Safety and Fire Projects Under The 2013 Budget Appropriation at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3822

 

Invitation to Tender for Safety and Fire Projects Under The 2013 Budget Appropriation

 

1.0     Introduction

The Nigerian Ports Authority (NPA) hereby invites reputable and competent contractors to submit tenders for the under listed fire and safety equipment. The projects are:

 

 

Lot No. Description Of Projects

 

Lot 1

 

Supply of Safety and Occupational Health Gadgets (Air sampling pumps, Gas Detection Equipment and Personal Protective Equipment (PPE))

 

Lot 2 Supply of Aluminized Fire entry suits complete with Breathing Apparatus (BA), hand gloves and boots.

 

Lot 3

 

Supply of Firefighting suits and trousers with reflector bands and NPA fire service logo

 

 

2.0     Scope of Projects

 

The scope of the projects shall generally consist of the supply of Safety and Fire equipment. The compre­hensive scope of each project shall be provided in the Standard bidding document to be issued to bidders.

 

3.0     Tender Requirements

 

Interested companies/contractors are required to submit the following documents bound and paginated as outlined hereunder:

 

Mandatory Requirements

A.      Evidence of company’s registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.

B.      Evidence of VAT registration and remittance for the past three years (2010 – 2012).

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2004 and remittances. (where applicable)

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

F.      Evidence of payment for bid document.

 

Additional Requirements

G.      Company’s audited accounts for the past three years (2010 – 2012).

H.      Verifiable proof of at least three (3) similar projects executed in the past.

I.       All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.

J.       Company’s profile to include names, qualifications and experiences of key personnel.

K.      Company’s and personnel’s registration with appropriate professional bodies.

L.      Evidence of business status (vendor, manufacturer’s representative(s) and/or technical partnership, etc.)

M.     For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

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

 

Failure to provide any of the listed mandatory requirements may lead to disqualification/rejection of a Bid

 

4.0     Collection of Bid Documents

 

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager, Procurement, 2nd floor, NPA HQ, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee in certified bank draft in the sum of N25,000.00 (Twenty-five thousand Naira) only for each lot. All tender sums from N300Million and above should be conveyed with a 2% bid bond offender price and enclosed in the financial bid.

 

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

 

5.0     Submission of Tender Documents

Bidders should submit three (3) copies of Technical and financial proposals for each lot in separate envelopes and clearly marked as either “Technical or Financial Proposal” appropriately, the name and address of the bidder should be clearly stated at the reverse side of each envelope put together in a

 

bigger envelope, which should be marked “Invitation to Tender for Safety and Fire Projects under the 2013 Budget Appropriation, specifying appropriate project sub-title” Public Notice No…..and Lot No…, addressed to The Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designated Tender Boxes located on the 2nd floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos. Submission of tender closes at 11.00am 15th July 2013. All  tenders will be opened at 12.00 noon on the same day (15th July, 2013) in the Conference room Nigerian Ports Authority Annex building, No. I, Joseph Street, Lagos in the presence of bidders or their representatives.

 

Please Note

i.        Late submission will not be entertained

ii.       Management is not bound to accept any tender

 

For further enquiries, please contact General Manager, Procurement or

E-mail: info.procurement@nigerianports.org

 

Signed:

Management

Nigerian Ports Authority

 

 

Invitation to Tender for Some Engineering Projects under the 2013 Budget Appropriation at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3821

 

Invitation to Tender for Some Engineering Projects under the 2013 Budget Appropriation

 

1.0 Introduction

 

The Nigerian Ports Authority hereby invites reputable and competent engineering contractors to submit tenders for the under listed electrical projects. The projects are:

 

 

No. Description Of Projects

 

Lot 1

 

Supply/Installation of 33/IIKV Panel with SF6 Breakers at Main Power Station, Lagos Port Complex, Apapa, Lagos State.

 

Lot 2

 

Provision/Installation of 18M poles for Security Lighting at New Truck Terminal, Kirikiri Lighter Terminal

 

Lot 3

 

Provision/installation of HT underground cable network from sub-station 5 to Control Tower, Lagos Port Complex, Apapa, Lagos.

 

Lot 4 Connection of 33KV PHCN Line and complete replacement of IIKV panels in power house, sub- station 2 & 3. Calabar port complex. Calabar. Cross river state

 

Lot 5

 

Restoration of power supply from ABTL to sub-station B (Dockyard) and complete reactivation of 18M high mast security lighting at dock yard. Apapa. Lagos.

 

Lot 6

 

Provision of PHCN control minimum OCB with 12KV, 630A Isolator panel, supply/installation of IIKV panels inclusive of termination kits in delta port. Warri.

 

Lot 7 Provision/installation of 30M poles for security lighting at Lagos port complex & TIN CAN Island port complex. Lagos.

 

Lot 8 Replacement and re-routing of faulty section of ht cable between sub-station a & b on ring I of HT network at delta port, Warri.

 

Lot 9 Invitation to tender for provision of computerized access control gates with CCTV systems in TIN can Island port complex (TCIPC), Apapa. Lagos.

 

Lot 10

 

Invitation to tender for provision of digital UHF Radio communication for headquarters and all ports.

 

 

2.0     Scope of Works

 

The comprehensive scope of works for each project shall be provided in the standard bidding document to be issued to bid-

 

3.0     Tender Requirements

Interested companies shall submit the following documents bound in specific chapters and paginated as outlined hereunder:

 

Mandatory Requirements

A.      Evidence of company registration with Corporate Affairs Commission    (CAC), inclusive of Articles and Memorandum of Association.

B.      Evidence of VAT registration and remittance for the past three years (2010 – 2012).

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2004 and remittances, (where applicable)

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

F.      Evidence of payment for bid document.

 

Additional Requirements

G.      Personnel’s registration with COREN.

H.      Company’s audited accounts for the past three years (2010 – 2012).

I.       Verifiable proof of at least three (3) similar projects executed in the past.

J.       Company’s profile to include names, qualifications and experiences of key personnel

K.      All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.

L.      Evidence of business status (vendor, manufacturer’s representative(s) and/or technical partnership, etc.)

M.     For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

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

 

Failure to provide any of the listed mandatory requirements may lead to disqualification/rejection of a Bid

 

4.0     Collection of Financial Tender Documents

 

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager, Procurement, 2nd floor, NPA HO, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee of N25,000.00 (Twenty-five thousand Naira) only for each lot in certified cheque. All tender sums from N300Million and above should be conveyed with a 2% bid bond of the tender price, enclosed in the financial bid.

Tenderers are not to submit bids for more than TWO (2) lots on this advertisement.

 

5.0     Submission of Tender Proposal

 

Bidders are to submit three (3) copies of Technical and financial proposals for each lot in separate envelopes and clearly marked as either “Technical or Financial Proposal” accordingly, the name and address of the bidder should be clearly stated on the reverse side of each envelope and the envelopes put together in a bigger envelope, which should be marked Invitation to Tender for Some Engineering Projects Under the 2013 Budg­et Appropriation, specifying Sub-Title, Public Notice No….. and LOT No…” for each lot, addressed to Secretary To Tenders Board, Nigerian Ports Authority and dropped in the designated Tender Boxes located on the 2nd floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos as follows:

 

i.        Lots 1 – 4not later than 11.00 am on the 16th July, 2013. All bids will be opened at 12.00 noon on the 16th July, 2013 in the Conference Room, No I Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

ii.       Lots5 – 7 not later than 11.00 am on the 17th July, 2013. All bids will be opened at 12.00 noon on the 17th July, 2013 in the Conference Room, No I Joseph Street, off Marina. Lagos in the presence of all bidders or their representatives.

 

iii.      Lots 8 – 10 not later than 11.00 am on the 18th July, 2013. All bids will be opened at 12.00 noon on the 18th July, 2013 in the Conference Room, No I Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

Bidders are advised to register their bids in the office of the General Manager (Procurement), room 227, 26/28, Marina, Lagos, NPA HQ Building, before dropping them into the designated tender boxes.

 

Please Note

Response(s) to this invitation do not place any obligation on the Authority to consider any responding bidder for:

1.       Award of Contract

2.       Acceptance of any tender.

 

All costs incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidders. While late submission and wrongly  placed tender documents will not be entertained. Only short-listed bidders will be contacted.

 

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

 

Signed:

Management

Nigerian Ports Authority

 

Invitation for Pre-Qualification of Original Equipment Manufacturers (OEM) for the Construction and Supply of Pollution Control Boats and Equipment for the Nigerian Ports Authority at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3820

 

Invitation for Pre-Qualification of Original Equipment Manufacturers (OEM) for the Construction and Supply of Pollution Control Boats and Equipment for the Nigerian Ports Authority

 

1.0     Introduction

The Nigerian Ports Authority hereby invites interested, reputable and competent Original Equipment Manufacturing (OEM) Companies with relevant experience to tender for the underlisted boats and equipment.

 

 

Lot 1 Fast spill response catamaran (15M).

 

Lot2

 

10 Meter (32 Feet) Oil Spill and Debris Collection (ODC) Boat – IOM

 

Lot 3

 

Aquatic Plant and Weed Cutter /Trash Harvester

 

Lot 4

 

Portable air conveyance vaccum system 1000-498 – d – 36 vacuum truck, towable with pressure washer water saddle tank and suction head.

 

Lot 5

 

Mini VAC with drumit system (Diesel Engine) OSYSTMIOOO

 

 

Bidders are not allowed to tender for more than 2 Lots.

 

2.0     Scope of Works

 

The scope of works shall be;

Construction and Supply of boats with capacities and capability to execute emergency pollution control activities.

Supply of pollution control equipment.

 

3.0     Pre-Qualification Requirements

 

All interested bidders should submit three copies of bound bids with specific chapters, paginated and separated by dividers and arranged in the same order as outlined here under.

 

Mandatory Requirements

A.      Evidence of company’s registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.

B.      Evidence of VAT registration and remittance for the past three (3) years (2010 – 2012).

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2004 and remittances, (where applicable)

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

F.      Evidence of Memorandum of Understanding (MOU) with an Original Equipment Manufacturer (OEM).

 

  • While Interested International/foreign companies, which shall be reputable ship building yards Must in addition submit the following documents:

a) Evidence of Company’s registration in the country of origin/home country

b) Evidence of Tax Payment in the Country of origin/home country.

 

Additional Requirements

  • Both National and International companies must in addition submit the following:

1.   Particulars of Original Equipment Manufacturing (OEM) company including        Statutory Registration Certificates and company profiles indicating      names, qualification and experience of key personnel, physical address,    telephone number.fax and e-mail.

2.   Company’s financial details & audited accounts for the last three years (2010- 2012)

3.   Quality certificates ISO 9001 or approved equivalent.

4.   Environment Management System ISO 14001:2004 or approved equivalent

5.   List of at least 5 (five) similar constructions with Yard numbers, Build numbers, built in the last (10) ten years in addition with names of purchasers, sites/ports of operation in at least three (3) different distinct sites/ports. Please enclose letter of awards and completion certificates.

6.   Proof that they can build and supply vessels according to Classification Society.

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

 

4.0     Submission of Tender Documents

 

Three (3) copies (one original and two duplicates) of Technical Proposals for any Lot desired should be submitted in a sealed envelope and clearly marked “(Notation for Pre-Qualification of Original Equipment Manufac­turers (OEM) for the Construction and Supply of Pollution Control Boats and Equipment for the Nigerian Ports Authority” Public Notice No…. specifying Lot No… appropriate sub-title and addressed to “The Secretary, Tenders Board, Nigerian Ports Authority” and dropped in the designated Tender box located on the 2nd Floor of the Nigerian Ports Authority Headquarters building at 26/28 Marina Lagos not later than 11:00am on 17th June, 2013.

 

All Tenders will be opened at 12:00 noon on 17th June, 2013) at the Conference Room, Nigerian Ports Authority Annex building, No I Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

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

 

Please Note

i.        Late submissions will not be entertained

ii.       Only Shortlisted bidders will be contacted

iii.      Management is not bound to accept any tender

iv.      Wrong placement of Tender documents will not be entertained

v.       All costs incurred as a result of this pre-qualification tender invitation shall be borne by the bidders.

 

For further enquiries, please contact General Manager, Procurement or E-mail: info.procurement@nigerianports.org

 

Signed:

Management

Nigerian Ports Authority

 

Expression of Interest for the Provision of Consultancy Services for Nigerian Ports Authority at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3819

 

Expression of Interest for the Provision of Consultancy Services for Nigerian Ports Authority

 

1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent consultancy services firms to submit expression of interest documents for the provision of the under listed consultancy services for the Nigerian Ports Authority;

 

Lot 1 HSE ports and Terminals Safety Consultancy Service.

 

Lot 2 Consultancy For The Provision Of HSE Management System (HSE – MS) application software and test run.

 

Lot 3 Civil Engineering Consultancy for the Rehabilitation of sheet pile wall at CSL shoreline, Dockyard near Waziri Jetty; Pre-contract services only.

 

Lot 4 Civil Engineering Consultancy for the Rehabilitation of Koko quays; Pre-contract services only.

 

 

2.0     Scope of Services

The scope of services for the projects shall include but not limited to the provision of consultancy services for the projects.

 

3.0     Expression Of Interest Requirements

Interested companies shall submit the following documents bound in specific chapters and paginated as outlined hereunder

 

Mandatory Requirements

A.      Evidence of company’s registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.

B.      Evidence of VAT registration and remittance for the past three years (2010 – 2012).

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2004 and remittances, (where applicable).

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

F.      Company’s and personnel’s registration with COREN for the engineering services, while appropriate HSE registration must be provided for HSE services.

 

Additional Require

G.      Company’s audited accounts for the past three years (2010 – 2012).

H.      Verifiable proof of at least five (5) similar marine structure consultancy services executed in the past for engineering services, for HSE consultancy services three (3) similar projects.

I.       All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.

J.       Company’s profile to include names, qualifications and experiences of key personnel.

K.      Evidence of business status (vendor, manufacturer’s representative(s) and/or technical partnership, etc.)

L.      For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

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

 

Failure to provide any of the listed mandatory requirements may toad to disqualification/rejection of a Bid.

 

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 for each lot must be separately submitted in sealed envelopes and addressed to the “Secretary to the Tenders Board, Nigerian Ports Authority” and clearly marked “Expression of Interest for the Provision of Consultancy Services for the Nigerian Ports Authority – stating Appropriate Sub-Title”, Public Notice No.—, Lot No.—-, 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 18th June, 2013. Bidders are advised to register their bids in the office of the General Manager (Procurement), room 227, 26/28, Marina, Lagos, NPA HQ Building, before dropping them into the designated tender boxes.

 

All tenders will be opened at 12.00noon on the 18th June, 2013 in the Conference Room, N.P.A. Annex Building No. I Joseph Street, Off Marina, Lagos in the presence of all bidders or their representatives.

 

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 bidder for;

1.       Award of Contract.

2.       Acceptance of any tender.

 

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

 

For further enquiries, please contact the “General Manager (Procurement)” on

e-mail: info.procurement@nigerianports.org

 

Signed:

Management

Nigerian Ports Authority

 

Invitation for Expression of Interest and Pre-qualification for Tender of 2013 Capital Projects at National Bureau of Statistics

National Bureau of Statistics

Plot 762, Independence Avenue, Central Business District

P.M.B 127

Garki Abuja.

 

Invitation for Expression of Interest and Pre-qualification for Tender of 2013 Capital Projects

 

The Federal Government of Nigeria has allocated funds to the National Bureau of Statistics in the year 2013 appropriations for the procurements of Goods, Works and Services for the execution of policies, Programmes and Projects towards achieving the Mandates of the Bureau.

 

2.       Accordingly the National Bureau of Statistics invites qualified, interested and eligible vendors, suppliers, contractors: Original Equipments Manufactures to submit pre-qualification documents for the procurement of the followings Goods, Works, and Consultancy Services appropriated under various departments and units of the Bureau in the year 2013 appropriation as specified in the following paragraphs:

 

(A)    Consultancy Assignment

 

S/N Lots Descriptions
1 A.1 Redesigning of MBS Lagos Liaison Office

 

(B)    Goods and Supplies

 

S/N Lots Descriptions
1 B.1 Procurement of Project Vehicles (Toyota Hilus, Pickup 4WD, Double Cabin)

 

2 B.2 Procurement and supply of Desktop Computers

 

3 B.3 Printing of Survey Questionnaires

 

4 B.4 Procurement of 500K VA Generator

 

5 B.5 Procurement and Supply of Office Furniture’s (Chairs & Tables) for Federal School of Statistics Manchok, Kaduna State, & (4) Zonal & (6) State Offices.

 

(C)    Works

 

S/N Lots Descriptions
1 C.1 Renovation of NBS Zonal Offices

 

2 C.2 Renovation of NBS Headquarters’ Store in Abuja.

 

3 C.3 Rehabilitation of NBS Lagos liaison Office

 

 

3.       Consultants applying for Lot A. 1 must possess the following criteria and requirements:

i.        Architectural knowledge and experience in structural building design and construction.

ii.       Must provide evidence indicating it capacity, competence and specialization architectural design and expertise in the relevant service

iii.      Must possess relevant qualifications and certificates of training in  architectural design or building engineering

 

Pre-Qualification Criteria and Requirements

In order to be considered, interested companies signifying interest by responding to this advertisement shall submit their pre-qualification documents accompanied with the following:

i.        Evidence of incorporation with Corporate Affairs Commission (CAC)

ii.       Provide detailed Company Profile

iii.      Provide company audited account for the last three (3) years

iv.      Copy of current Tax Clearance Certificates (2010-201 2) verifiable from the Federal Inland Revenue Services(FIRS)

v.       Evidence of VAT Registration and past VAT Remittances

vi.      Evidence of Registration with relevant professional bodies (For Consultancy)

vii.     Evidence of 2-3 similar jobs previously executed including Letter of Award, Certificate of job Completion, and Payments

viii.    Any other documents and professional qualification/affiliation that will further enhance the eligibility of the company for the Pre-qualification.

ix.      Certificate of compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pension.

x.       Evidence of payments of training contributions to ITF (Industrial Training Fund).

 

Submission of Pre-Qualification Documents

All pre-qualification documents must be submitted directly by the company’s representatives or Agents. The pre-qualification documents should be submitted in two (2) copies including one 1 Original in two (2) separate sealed envelopes, clearly marked.

 

All pre-qualification documents must be submitted on or before 17th June, 20 13 and Lot No. must be indicated at the top right hand corner and addressed bellow:

 

The Director, Procurement and Budget

National Bureau of Statistics

2nd Floor, R2b. wing A,

Plot 762, Independence Avenue,

Central Business District,

Garki-Abuja.

 

Opening of Pre-Qualification Documents

The pre-qualification documents will be opened publicly at the Office of the Director, Procurement and Budget, National Bureau of Statistics, Headquarters Abuja.

 

Please Note:

i.        This is not an invitation to tender, full tendering procedures will be applied to companies pre-qualified and found capable of executing the project.

ii.       Only successful companies will be contacted for the lender’s process.

iii.      Any contravention of the conditions stated could lead to disqualification of pre-qualification documents.

iv.      Late submission of pre-qualification documents will be rejected.

v.       All companies are free to submit pre-qualification documents for all the packages but shall not be considered for more than one (1) package.

vi.      All the requirements stated should be enclosed in the package.

vii.     This advertisement of expression of interest and pre-qualification shall not be construed as a commitment by NBS, nor shall it entitle respondents to claim any indemnity from the National Bureau of Statistics, Technical Advisers or its Management.

 

Signed:

Director, Procurement and Budget

National Bureau of Statistics

Abuja.