Invitation for Pre-qualification of Suitably Qualified Companies for Approved Projects of the Ministry Of Police Affairs in the 2013 Appropriation at Ministry of Police Affairs

Ministry of Police Affairs

10th Floor, Federal Secretariat Phase III (Ministry of Education Wind) Off Shehu Shagari Way, P.M.B 041, Abuja, Nigeria.

 

Invitation for Pre-qualification of Suitably Qualified Companies for Approved Projects of the Ministry Of Police Affairs in the 2013 Appropriation

1.     Preamble:                                           

In compliance with the provisions of Procurement Act of 2007 regarding Government procurement of goods and services, the Ministry of Police Affairs wishes to pre-qualify Companies suitable for execution of its projects in various areas specified hereunder:

 

2.       Project Areas:

2.1     Works

  • Construction of Police Stations/Barracks

2.2     Goods and Services

  • Supply of various models of Scanners
  • Supply of Security Equipments
  • Supply of Library Books and Equipments
  • Software Acquisition
  • Supply of Office Furniture and Fittings,

 

Pre-Qualification Requirement:

  1. Valid Certificate of Incorporation/Registration issued by Corporate Affairs Commission,
  2. Tax Clearance Certificate for the last three years (2010, 2011, and 2012) Corresponding to the declared turnover.
  3. Evidence of Certificate/Exemption for PENCOM in accordance with the Pension Reform Act 2004 including evidence of remittance of Employees Pension Contributions/Deductions.
  4. Company audited accounts for the last three years (2010, 2011 and 2012) showing annual turnover.
  5. Evidence of VAT Registration/Certificate.
  6. Evidence of ITF Contribution
  7. Company Profile including details of key Officers with evidence of experience-on similar jobs, equipment/machinery (where applicable).
  8. Verifiable list of similar jobs successfully executed in the last three years, stating locations of projects, contract sum inducting letters of award and completion,
  9. Evidence of financial capability to execute the Projects (Bank Reference from reputable banks)
  10. Declaration that the Company is not:

a)     in receivership, or in any form of insolvency or bankruptcy proceedings or the subject of any winding up petition proceeding; and

b)    Having any Director who has been convicted in any Country for any Criminal Offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter of its comp-any.

  1. Accompany the bid with an affidavit disclosing whether or not any Officer of the relevant committees of the Ministry of Police Affairs/Nigeria Police Force or Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and;
  2. An affidavit that the information presented in the bid is correct in all particulars.

 

The Pre-qualification document should be enclosed in sealed envelopes marked “Pre-qualification Document” stating the “Category” and or “lot” at the top left corner of the envelop and addressed to:

 

The Permanent Secretary,

Ministry of Police Affairs, Abuja,

 

The submission should be dropped in the Tenders Box 3t the Ministry of Police Affairs, 11th floor, Federal Secretariat Complex Phase III (Ministry of Education Wind) Shehu Shagari Way, Abuja. Submission Closes on or before 11 am Tuesday, 11th June, 2013.

 

5.       Opening of Pre-Qualification Documents:

Pre-qualification documents shall be open at 12:00 noon on Tuesday 11th June 2013. At the Conference Room of Honourable Minister located at 10th Floor, Federal Secretariat Phase III (Ministry of Education Wind) Shehu Shagari Way, Abuja. Bidder or their representatives are by this advertisement advised to attend the bid opening.

 

6.       Special Notice

This publication is not invitation to tender but only successful pre-qualified companies would be required to tender for the projects.

Nothing in this advertisement shall be construed to be a commitment on the part of

Ministry of Police Affairs to undertake the projects or entitle any tender to make any claim (s) incurred in preparing the pre-qualification documents.

 

Signed:

Permanent Secretary

Ministry of Police Affairs

 

Advertisement for Pre-Qualification of Contractors/Suppliers for 2013 Capital Projects at Federal University Lokoja

Federal University Lokoja

(Office of the Registrar)

 

Advertisement for Pre-Qualification of Contractors/Suppliers for 2013 Capital Projects

 

1.0: Introduction

The Management of the Federal University Lokoja invites interested and reputable contractors and suppliers with relevant experience and good track record for Pre-qualification exercise for its Year 2013 Capital Projects as listed below:

 

S/N

 

Description of Work

 

1.

 

Procurement of Teaching and Research Equipment

 

2 a.    Construction of Faculty of Science Block

b.     Furnishing of Faculty of Science Block

 

3.

 

Construction of Students Cafeteria

 

 

2.0: Pre-Qualification Requirements

In order to be considered for pre-qualification, interested and competent contractors must submit the following:

  1. Certificate of Registration with Corporate Affairs Commission.
  2. Evidence of Current Tax Clearance.
  3. Company Audited Account for the last 3 years.
  4. VAT registration certificate and evidence of remittance to FIRS.
  5. Evidence of compliance with Pension Reform Act, 2004.
  6. Evidence of compliance with ITF Amended Act 2011.
  7. Original copies of documents listed in item (i-vi) for sighting during the opening session which is scheduled for Monday 1st July, 2013 at l.00pm.
  8. Evidence of Experience with similar jobs in the last three years. This should include the scope/volume of work and the amount, which should be verifiable.
  9. Evidence of financial capability to handle the job and bank support.
  10. Company profile including names and technical qualification(s) and experience(s) of key personnel.

 

3.0: Submission of Pre-Qualification Documents

The completed pre-qualification documents should be enclosed in an envelope, sealed and marked “PRE-QUALIFICATION DOCUMENTS FOR (indicate the Project you are bidding for – each project to be done separately if bidding for more than one project) and addressed to:

The Registrar

Federal University,

Lokoja

 

4.0:    The completed pre-qualification documents should be deposited in the Tenders Box situated in the Office of the Registrar, Federal University, Lokoja on or before 12 noon of Monday 1st July, 2013.

 

5.0:    The submitted pre-qualification documents wit) be opened on Monday 1st  July, 2013 at 1.00pm in the presence of bidders or their representatives who choose to attend, at the Conference room, Adankolo campus, behind Specialist Hospital, Lokoja.

 

6.0:    This is not an invitation to tender, full tendering procedure shall be applied only to bidders that have been pre-qualified and found capable of project delivery.

 

7.0:    Please note that not more than One (1) job shall be given to each Contractor.

 

8.0:    Tenderers should also note that only pre-qualified companies would be invited to submit financial bids. The Management of Federal University Lokoja reserves the right to reject any or all the submissions that do not meet up with the requirements as specified above.

 

9.0:    The advertisement for the submission of the technical bid shall neither be construed to be a commitment on the part of the University, nor shall it entitle any company to make any claim whatsoever and/or seek any indemnity from the University by virtue of any response to the said advertisement.

 

Signed:

Habifea A. Adeiza (Mrs.)

REGISTRAR

Invitation of Architects for the Development of Permanent Secretariat Building at The West African College of Surgeons

The West African College of Surgeons

6, Taylor Drive, Off Edmund Crescent, Medical Compound,

P.M.B. 1067,

Yaba,

Lagos, Nigeria

 

Pre-Qualification of Architects for the Development of WACS property at 4, Harvey Road, Yaba, Lagos

 

Invitation of Architects for the Development of Permanent Secretariat Building

 

The West African College of Surgeons is seeking the service of an architect for the design of the proposed multi-storey permanent secretariat building on 4 Harvey Road, Yaba, Lagos, Nigeria.

 

The College promotes, organizes and conducts postgraduate education and training in surgery, related disciplines and specialties in West Africa.

 

Interested Architects should submit the following

  • Names, size and description of firm
  • Location of office
  • Resume of members of the firm who will be available for the assignment
  • Evidence of successfully executing projects within the last five years similar in scope and complexity,
  • Evidence of registration with Corporate Affairs Commission
  • Evidence of payment of tax in the last 3 years
  • Architectural firms with less than 15 years experience need not apply.
  • Registration with the Nigeria Institute of Architects or equivalent in country of origin

 

The proposed permanent secretariat will include Administration offices, Auditorium (500 capacity), lecture rooms, multipurpose skills and simulation centre, library with modern information communication technology, cafeteria, lounge and car park.

 

The estimated cost of the building is 500 million naira ($3.125 million USD)

 

Application accompanied by the above listed documents should be in a wax sealed envelope boldly marked at the top left corner:

 

“Expression of interest as architects for the development of WACS Permanent Secretariat” and addressed to:

The Secretary General,

West African College of Surgeons

6, Taylor Drive

Off Edmund Crescent

P.M.B 1067

Yaba, Lagos

Nigeria.

www.wacs-coac.org

 

Closing Date

All submissions must be received at the above office on or before 5th 2013.

 

Nothing in the advert should be construed to be a commitment on the pa it of WACS.

 

Dr J.O Olatosi

Secretary General

West African College of Surgeons

Invitation for Tender/Evaluation of Contractors for the Year 2013 Capital Projects Of the Hospital at University Of Calabar Teaching Hospital

University Of Calabar Teaching Hospital

P. M. B. 1278 CALABAR, NIGERIA

 

Invitation for Tender/Evaluation of Contractors for the Year 2013 Capital Projects Of the Hospital

 

A.      Introduction

The University of Calabar Teaching Hospital Calabar intends to execute the under-listed projects under the year 2013 Capital Appropriation of the Hospital as follows:

 

  1. Procurement of 2 fully equipped ambulances.
  2. Provision of Additional Borehole with Storage tank.
  3. Construction of access Roads/Covered drainage and Car park phase II
  4. Construction of visitors Car Park.
  5. Purchase and Installation of Digital X-ray Machine with accessories

 

B.      Tender Requirements: 

a.       Evidence of company registration with Corporate Affairs Commission

b.       Company Audited Account for the last 3 years (2010 – 2012)

c.       Tax Clearance Certificate for the last 3 years (2010 – 2012)

d.       VAT Certificate/Evidence of remittance to FIRS.

e.       Evidence of Pension and Social Security Contributions for Companies with 5 or mor Permanent Staff.

f.       Evidence of Financial Capability/Banking support

g.       Company Profile including curriculum vitae of key Personnel with evidence of their Registration with relevant professional Bodies,

h.       Equipment and Technical Capability of the company for submissions in respect of construction projects,

i.        Verifiable list of similar executed projects (Please. Attach copies of award letters for on-going projects and completion certificates for completed projects,

j.        Any other information that may enhance the chances of the company.

 

C.    Submission of Tender Documents

Tenders documents to be evaluated (which must be in four (4) copies) should be submitted in separate sealed envelopes marked at the top left hand corner with” the name of each project and addressed to:

 

The Chief Medical Director

University of Calabar Teaching Hospital

Calabar

P.M.B. 1278

Calabar

 

To reach him on or before 12.00 Noon of Monday 17th June, 2013.

Late Submissions will not be considered under any circumstance.

 

D.      Public Opening of Submission:

All Submissions received shall be publicly opened at 1,00pm on the closing date in the Board’s Room of the Hospital. Contractors should be ready to produce original copies of the documents forwarded for Technical Evaluation if requested.

 

E.   Processing Fee

Interested companies are to pay a non-refundable processing fee of Thirty Five Thousand Naira (N35, 000.00) only. Payment should be made to UCTH Consultancy Account No: 046140100215 (Enterprise Bank).

 

F.   Important Information

a.       The University of Calabar Teaching Hospital reserves the right not to accept the lowest bidder.

b.       The responsive bidder must fall within plus/minus 5% of the project cost estimate.

c.       Technical Bids and Financial Bids are to be in separate envelopes. Only Technical Bids shall be opened on the Bids Opening Day, the date of Financial Bid opening will be communicated to successful bidders.

 

Signed:

Elder (Dr.) A.E Archibong

For: Chief Medical Director

Tender Opportunity at Chevron Nigeria Limited

Chevron Nigeria Limited

R. C. 6135

Operator of the NNPC/Chevron Joint Venture

 

Tender Opportunity

Provision of Self-Elevating Work-Over Platform (SEWOP)/Jack-Up Barges in Support of Offshore Operations

 

Introduction:

Chevron Nigeria Limited invites interested and prequalified companies for this tender opportunity for the Provision of Self-Elevating Work-Over Platform (SEWOP)/Jack-up Barges in support of NNPC/CNL Joint Venture offshore oil and gas production operations, including Facilities/Production Engineering, Construction/Maintenance, Diving, Accommodation, Work-Over, etc.

 

Scope of Work:

The scope of work for the services includes but not limited to the following:

  1. Provision of liftboats in support of Chevron Nigeria/Mid Africa operations at Escravos, Eastern operations, and any other Company area of operations.
  2. Vessel shall be filled for oil field support services and related duties.
  3. Vessel shall have a Master and full complement of officers and crew, all of whom shall be competent and capable of carrying out the Services.
  4. Vessel shall be self-catering, i.e. meals and bunks should be provided on the vessel by the contractor
  5. Provision of related/complementary services as advised by company using service order.
  6. All other standard vessel requirements.

 

Mandatory Tender Requirements:

A.      To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.08.04 (Accommodation Platforms/Vessels Jack-up) category in NipeX Joint Qualification System (NJIQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

 

B.      Please note that interested bidders including their sub-contractor(s) shall be required to:

I.       Meet all JQS mandatory requirements to be listed as “PREQUALIF1ED” for category in the JQS database.

II.      Meet all Nigerian Content requirements stated in this advert in their response to the Invitation to Technical Tender. Failure to meet the Nigerian Content requirements is a “Fatal Flaw.”

 

C.      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.

D.      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.

E.      To initiate and complete the JQS pre-qualification 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 (NCDM B).

 

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.

 

  1. 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.

 

  1. Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CAC 2 and CAC 7.

 

  1. Provide evidence of the percentage of: I) 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

 

  1. 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.

 

  1. 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.

 

  1. 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 live (5) years.

 

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

 

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

 

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

 

  1. Provide details on any other Nigerian Content initiative your company is involved in.

 

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

 

  1. 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 NCDM B and the services of OGTAN registered trainers utilized to cover classroom modules.

 

M. Provide details of equipment ownership.

 

  1. Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) arc required to present Nigerian Content Equipment Certificate (CEC) 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 3.08.04 (Accommodation Platforms/Vessels -Jack-up) by 4:00pm, Monday June 10th, 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.       Suppliers eligible for this tender opportunity are expected to meet the requirement of the Nigerian Maritime Administration and Safety Agency, NIMASA.

5.       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 N.IQS.

6.       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.

7.       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.