Invitation to Tender at Alimosho Local Government

Alimosho Local Government

Mosan/Okunola Local Council Development Area

1, Council Road, Water B/stop, Akinogun Ipaja Road, Ipaja, Lagos

 

Invitation to Tender

 

Tenders are hereby invited from reputable and financially solvent contractors duly registered with the Lagos state ministry of works and Infrastructure and Mosan Okunola Local Council Development Area for the execution of the underlisted projects.

 

Projects

1.     Construction/Road Rehabilitation – at under listed Locations

 

(i)                Construction of Drainage and Laying of Asphalt at Council Road Akinogun.

(ii)             Patching of Road 311 & 4th Avenue Abesan.

(iii)           Patching of Opeki Road

(iv)           Laying of Asphalt at Ladega Street, Awori

(v)             Road Surfacing 3rd Avenue, Gowon Estate.

 

Construction of Drains – at Under-listed Locations:

(i)                Construction of Drainage and road Surfacing at Seliat Road, Okunola.

(ii)             Construction of Reinforced Concrete(R.C) Drainage at Kasunmu Salami Street (Both side Drainage)

(iii)           Construction of Reinforced Concrete (R.C) Box Culvert at Elibel Pry. School, Abesan Estate.

(iv)           Construction of Reinforced Concrete (R.C) Drainage at Awori Ladega, Akinogun.

(v)             Construction of Reinforced Concrete(R.C) Drainage at Remi Ogunji Road, Okunola.

(vi)           Construction of R. C Drainage and Laying of Asphalt at Ogundare Street (Both Side).

 

2.       Educational Related Project – at the under listed Locations:

(I)      Construction of Class rooms of a Two Storey Building at Alimosho Junior School.

(ii)     Construction of Computer School at Alimosho Junior and Abesan Primary School.

(iii)    Supply of Desks, Chairs and Tables to Primary Schools.

 

3.       Health Related Projects Include:

(I)      Construction of Kokumo Primary Health Center

(ii)     Construction/Renovation of Akinyele Primary Health Center, A Storey Building.

 

4.       Environmental Related Project

(I)      Redevelopment of Public Toilet at Greenland, Abesan Estate.

(ii)     Construction of Toilet at Alimosho Junior Secondary School & State High School.

(iii)    Fencing of Transformer and Water Treatment Plant at Gowon Estate.

(iv)    Construction of Market at Akinogun

(v)     Refurbishment of Water Works at Fire Servicing/Shagari Estate.

 

5.    Construction of Buildings – at under-listed

(i)      Construction of Multi-purpose Hall at the Frontal Part of the Secretariat

(ii)     Construction of Legislative Chambers.

 

6.     Supply of Vehicles

(i)      Supply of Toyota Coaster Buses

(ii)     Supply of Ford Ranges/Toyota Hilux Pick Up Van.

 

Qualification Requirement

(a)     Profile of Company with details of familiar works executed in the last three (3) years

(b)     Evidence of Certificate of Incorporation

(c)      Evidence of current contractor registration with Mosan Okunola Local Council Development Area and Lagos State Central Works Registration Board (CWRB)

(d)     Performance bond from banker (where applicable)

(e)      Payment of non refundable fees of Twenty Five Thousand Naira (25,000.00) only to Mosan Okunola Local Council Development Area.

 

Submission of Qualification Documents

Interested Companies should make submission in 2 copies clearly marked with “Tender” to qualify for any project the tender is interested in executing at the top right hand corner of the sealed envelope with evidence of payment of Twenty Five Thousand Naira Only (25, 000.00) non-refundable as the processing fee all forwarded to the address below not later than 3rd June, 2013.

The Executive Chairman,

Mosan Okunola Local Council Development Area

Akinogun, Ipaja, Lagos.

 

Note:

(1)     Bill of quantities and specifications in respect of the above listed projects are available for inspection and collection at the Council Engineers office, Mosan Okunola LCDA, Akinogun Ipaja Lagos on payment of non-refundable fee of Twenty Five Thousand Naira (25,000 00) only for each identified class of project to the Mosan Okunola LCDA treasury for which a treasury receipt must be duly obtained.

(2)     Prospective tenders are advised to inspect the project before submitting their tender and to indicate the period within the work would be completed.

 

Signed:

Comfort Omoloju

Council Manager

For: Executive Chairman

 

Invitation for Crude Oil Term Contract Application at Nigerian National Petroleum Corporation

Nigerian National Petroleum Corporation

NNPC Towers, Herbert Macaulay Way, Central Business District,

P.M.B. 190, Garki, Abuja – Nigeria

 

Invitation for Crude Oil Term Contract Application

 

The Nigerian National Petroleum Corporation wishes to invite interested companies in lifting Nigerian Crude Oil for the period starting 1st August 2013 to 31st July 2014 to apply as follows:

 

A. Who May Apply

I.       A bonafide end user who owns a refinery and/or retail outlets – Details of the applicant’s facilities, markets and volume of crude oil processed over the last three years must accompany the application.

II.      An established and globally recognized large volume trader – applicant must provide evidence of its global network, its activities and volume of crude oil handled in the last three years.

III.     An Indigenous Nigerian company engaged in Nigerian Oil and Gas business.

 

B.      Financial Requirement

I.       Applicant must have a minimum annual turnover of US $500 million and net worth of not less than US$100 million – Applicant must attach three (3) years audited accounts

II.      Successful applicants will be required to make a payment of US$2.5 million deposit for the first cargo to be lifted. This deposit constitutes part payment for the first cargo to be lifted.

III.     Payment for all cargoes shall be on the basis of confirmed irrevocable Letter of Credit from approved local and International banks

 

C.      Compliance with the Nigerian Content Act

Compliance with Nigerian Content Act shall be a major consideration in the selection of applicants to lift Nigerian Crude Oil. Towards this end, the following requirements must be met by interested applicants:

 

1.       Interested applicants must provide commitment from prospective shippers to lift Nigerian crude oil that a minimum of five (5) slots per cargo shall be set aside for ocean-going attachment of Nigerian cadets for the purpose of obtaining international certification.

2.       Interested applicants must submit a Memorandum of Agreement with shipper(s) demonstrating a credible strategy to grow Nigerian equity in the tankers nominated to lift allocated Nigerian crude to 25% by 2014 and 90% by 2017. It should be noted that evidence of Nigerian equity in the nominated tanker(s) prior to conclusion of the process shall be an added advantage.

3.       Interested applicants must submit a detailed Nigerian Content execution strategy to the satisfaction of the NCDMB, clearly setting out Nigerian Content commitments for subcontracting in the areas of;

1.       Insurance and Legal Services

2.       Banking and Financial Services

3.       Training and Capacity Building

 

D. Other Conditions

In addition to the above, applicants should show commitment to the development of the Nigerian economy by investing in any number of investment opportunities that abound either in the oil industry or other sectors or, as an alternative, in the short run, meaningful and sizeable investment in community development project(s) in the oil producing areas as may be acceptable. Investment areas include:

 

  1. Upstream  investment – to  increase our reserves and production capacity;
  2. Downstream projects in refining, processing, distribution and storage of petroleum products;
  3. Gas utilization projects;
  4. Independent Power Plant Projects;
  5. Agriculture;
  6. Railway construction;
  7. Solid Mineral Development;
  8. Healthcare   sector   development   and   Real   Estate Development;
  9. And any other areas of the economy acceptable to the SELLER.

 

E. Modalities

(i)      Short listing of applicants for consideration for crude oil term contract will be contingent upon successful due diligence reports.

(ii)     Nigerian National Petroleum Corporation shall endeavour to maintain regional balance in the distribution of Nigerian crude oil term contract holdings according to the following regions:

 

-Africa

– North and South America

– Western Europe/Mediterranean/Eastern Europe

-Asia

 

F. Method of Application

Interested   companies   should   submit   applications   for prequalification accompanied by the following documents:

  1. Company business profile outlining business activities, facilities, major markets,
  2. Certified true Copy of Company Registration certificate
  3. Certified true Copy of three (3) years audited accounts
  4. Evidence of volume of crude oil and petroleum products traded over the past three (3) years v.      Any other relevant data
  5. Compliance with the Nigerian Content Act (in a separate package and  clearly   labeled  “NCDMB Compliance”)

 

Each application shall be submitted in a sealed envelope to the following address, not later than 4.00 pm on the 18th of June 2013.

 

The Group Managing Director

Nigerian National Petroleum Corporation,

NNPC Towers Herbert Macaulay Way

Central Area Abuja

 

Signed:

NNPC Management

Advertisement for the Expression of Interest (EOI) of Estate Surveyors and Valuers for Apakun – Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos State at Federal Ministry of Works

Federal Ministry of Works

 

Public Private Partnership (PPP) Department Headquarters, Abuja.

 

Advertisement for the Expression of Interest (EOI) of Estate Surveyors and Valuers for Apakun – Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos State

 

The Federal Government is in the process of awarding the Concession for the Design, Build, Finance and Operate (DBFO) of Apakun – Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos State under Public Private Partnership (PPP) Scheme. The Ministry has appointed a UK based firm Messrs Roughton International as a Transaction Advisor (TA) who is currently carrying out the transaction advisory services for the road that would ensure a transparent and competitive international tender process for the procurement.

 

2.       The existing 4-lane dual carriageway shall be upgraded to a modern 8-lane facility with 2.75m shoulders on either side including construction of full interchanges, pedestrian bridges and service lanes at appropriate locations. The road is an important Gateway to Nigeria and the City of Lagos and therefore the design and appearance of the road and the adjoining land would be given the required special attention.

 

3.       In view of the above there is urgent need for the Ministry in liaison with Federal Ministry of Lands, Housing & Urban Development (FMLH&UD) to take accurate enumeration of existing structures/crops & economic trees within the Right of Way (ROW) of the alignment, ascertain the legality of such properties by conducting title search at the appropriate land registry etc. conclude the assignment within two months and submit report to the Ministry.

 

4.       In order to facilitate the proper handing over of the ROW to the preferred Concessionaire without hitches, the Ministry through its PPP Department therefore, wishes to invite competent and renowned Estate Surveyors and Valuers to submit EOI for the enumeration and evaluation exercise on the alignment that will form the basis for payment of compensation to deserving claimants.

 

5.       Interested Firms are hereby invited to submit Expression of Interest (EOI) to earn- out the enumeration and evaluation of structures/crops & economic trees within the ROW of Apakun – Murtala Muhammed Airport (MMA) Road Route No. F269 in Lagos State. The prospective Estate Surveyors and Valuers are expected to demonstrate requisite skills and competence to undertake the exercise. The EOI submission should include but not limited to the following:

 

  1. Full name of the Firm, and contact person(s), postal contact and e-mail addresses, telephone/facsimile/mobile numbers;

 

  1. Firm Profile;

 

  1. Evidence of extensive knowledge and experience in the proposed assignment.

 

  1. Evidence of civic and statutory compliances including three years abridged audited accounts, tax certificates, incorporated certificates; and

 

  1. Evidence of registration as a member of the Nigerian Institution of Estate Surveyors and Valuers.

 

6.       Upon receipt of EOI from interested Firms, the Ministry shall evaluate and pre-qualify applicants that will eventually be awarded the contracts in different Lots as deemed fit by the Ministry to carry out the exercise.

 

7.       Completed EOIs in six (6) copies should be signed, sealed and delivered in an envelope clearly marked “Confidential” and boldly written EXPRESSION OF INTEREST AS ESTATE SURVEYORS AND VALUERS ON APAKUN – MURTALA MUHAMMED AIRPORT (MMA) ROAD ROUTE NO. F269 IN LAGOS STATE and submitted to:

 

Office of the Secretary

Ministerial Tenders Board

Federal Ministry of Works, Mabushi – Abuja

 

8.       All submissions must be made on or before 12:00noon, 14th June 2013.

 

Signed:

Dr. A.K. Muhammed, OON

Permanent Secretary

Invitation to Tender for the Execution of 2013 Capital Projects for the Defence Headquarters atDefence Headquarters

Defence Headquarters

Area 7 Garki – Abuja

Invitation to Tender for the Execution of 2013 Capital Projects for the Defence Headquarters

1.       The Federal Government, through the Defence Headquarters intends to undertake the execution of Capital Projects for Year 2013 Budget of the Defence Headquarters. Interested and competent contractors are hereby invited to apply for the under-listed Capital projects.

 

2.    The list of Projects includes:

LOT 1.-       Furnishing of Lecture Halls for AFEME.

LOT 2.-       Furnishing of AFEME Apprenticeship Hostel.

LOT 3.-       Procurement of one Set of Radio Scanner and Tracking Equipment.

LOT 4.-       Interconnectivity of DHQ PAB with Service HQs PABX.

LOT 5.-       Giwa Project Sand Filling and Landscaping of Environment.

LOT 6. –      Renovation of 2 x Blocks of Officers Qtrs at Camp WU Bassey.

LOT 7. –      Renovation of 4 x MOQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT8. –       Renovation of 5 x SOQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT 9. –      Renovation of 2 x NCOQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT 10. –    Renovation of 3 x NCOQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT 11.-    Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT 12.-    Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT 13.-    Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT 14.-     Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

LOT 15.-     Renovation of 1 x CBQ accommodation and other facilities at Special Forces Barracks Makurdi.

 

Pre-Qualification Requirements

3.       Interested companies should submit the following documents/information for assessment and consideration to the Secretary, DHQ Tenders Board, Defence Headquarters Abuja

a.       Certificate of company registration with Corporate Affairs Commission,

b.       Tax Clearance Certificate covering last 3 years,

c.       Company profile and organizational structure, including registered address, functional contact e-mail address and GSM phone numbers.

d.       Evidence of good performance of past jobs, including list of similar projects previously undertaken, Setters of award, job completion certificate, job completion period/project cost.

e.       VAT Registration Certificate/Evidence of  remittances,

f.       Three years audited accounts.

g.       List/type of construction equipment, an indication of whether owned or on lease for owned equipment, evidence of ownership shall be required (for construction projects only).

h.       Curriculum Vitae of key technical staff including individual attestation of availability.

i.        Evidence of participation in or exemption from PENCOM.

j.        Non-refundable tender fee receipt.

k.       Evidence of remittance of training contributions to the Industrial Training Fund (ITF).

l.        Evidence of registration with the Defence Headquarters as a contractor

 

Collection of Bid Documents

4.       Interested and competent contractors wishing to apply for the above jobs should collect BOQs/Technical Specifications from the Secretary, DHQ Tenders Board, Defence Headquarters Abuja, on the payment of non-refundable tender fee.

 

Submission

5.       The submission will be in 2 separate envelopes:

a.       Pre-qualification requirement should be submitted in one wax sealed envelope boldly marked at the top left corner: TECHNICAL.

 

b.       Financial bids should be submitted in a wax Sealed envelope boldly marked at the top left corner: FINANCIAL indicating Lot(s).

 

6.       The submission should be addressed to:

The Secretary

DHQ Tenders Board

Area 7, Garki, Abuja

 

Closing of Submission

7.       All pre-qualification requirements should reach the above address on or before 27th May, 2013, while the financial bids Should be submitted to the secretary on or before 28th June 2013 by 10:00 am.

 

Bid Opening

8.       The Tenders shall be opened on 28th June 2013 in the CDS Conference Room DHQ at 11:00 am.

 

General/Special Information

9.       Please note the followings:

a.       DHQ shall consider all applications.

b.       Only successful pre-qualified companies will have their

Financial Bids evaluated.

c.       Late submission will not be considered under any circumstance.

d.       Nothing in this advert shall be construed to be a commitment on the part of DHQ.

e.       The successful and unsuccessful companies will be duly informed.

 

Signed

G Audu

Major General

for the Chief of Defence Staff

Request for Expression of Interest (EOI)/ Prequalification Documents from vendors for the Provision of Information Technology (IT) Systems for the Federal Government of Nigeria (FGN) Debt Securities Auctioning and other Primary Market Activities, Middleware and Trade Reporting Technology for the FGN Debt Securities Market for the Debt Management office (DMO) at Debt Management Office (DMO)

Debt Management Office Nigeria

 

Request for Expression of Interest (EOI)/ Pre-qualification Documents from vendors for the Provision of Information Technology (IT) Systems for the Federal Government of Nigeria (FGN) Debt Securities Auctioning and other Primary Market Activities, Middle-ware and Trade Reporting Technology for the FGN Debt Securities Market for the Debt Management office (DMO)

 

Background

The Debt Management Office (DMO) hereby requests for Expressions of Interest (EOIs) for pre-qualification from qualified and reputable Vendors with proven solutions (IT Systems) for executing, settling and reporting sovereign debt securities auctions and other primary market activities, routing trades and trade data between the various stakeholders of the Nigerian sovereign debt securities as well as interconnectivity with DMO’s other Information Technology (IT) infrastructure, the IT systems of other Regulatory Agencies, the Primary Dealer Market Makers (PDMMs) and any other relevant participants in the FGN debt securities market.

 

As part of its debt management strategy and in line with the government’s Transformation Agenda, the DMO is in the process of upgrading and automating its bond auctioning and other activities to serve both national and international stakeholders. This upgrade shall require a concomitant upgrade in assets management, communications and operations, among others.

 

The Functionalities of the Required IT System/Solution

 

The functionalities of the required IT System/Solution should include:

1.       Handling all activities in the primary FGN debt securities market such as auctions, reverse auctions, re-openings, tap sales, securities lending, switches, buy-backs, etc as well as handle/manage the auctioning process, including publishing details of auctions, accepting bids during the auctioning period, allotting bonds to bidders based on the Dutch or any other method of auction, publishing auction results and any other information about the auction as may be required.

 

2.       Interconnecting seamlessly with DMO’s IT infrastructure, the IT systems of other Regulatory Agencies, the Primary Dealer Market Makers (PDMMs) and any other relevant participants in the FGN debt securities market and sharing information on online real time basis.

 

3.       Providing middleware and event management software to securely route trade details between the IT System/Solution and external parties for settlement, including the Central Bank and the central custodian, etc, and to publish trade and other information to external destinations, including websites and overtrading venues.

 

4.       Providing reporting software to securely produce and distribute reports periodically and on an event-driven basis to the various  market regulators and other stakeholders.

 

5.       Providing the infrastructure to host the IT System and provide connectivity between the DMO, its disaster recovery site, the PDMMs and other stakeholders, including hardware, database, operating system and communications services.

 

6.       Providing facilities for price discovery, data analysis, data archiving, information dissemination, etc on online real time basis.

 

Mandatory Requirements

Firms that wish to respond to this request for Expression of Interest should provide the following documents or information as a basis for pre-qualification.

 

a.       Evidence of Incorporation with the relevant incorporation/registration body.

b.       Evidence of similar projects handled in the past in relevant areas, including status of the projects.

c.       Company profile, which should include CVs of key personnel with evidence of experience in the financial markets and in ICT.

d.       Financial capability showing profitability, including audited accounts for the last three years (2010-2012).

e.       Bank reference from any deposit money bank.

f.       Proven knowledge of the sovereign debt securities (including bonds and treasury bills) market and in particular activities in the primary sovereign debt securities market.

g.       Proven knowledge of ICT infrastructure used in the primary sovereign debt securities market by relevant regulatory agencies and major participants in the market and the interconnectivity between these Systems.

h.       In the case of a consortium EOI, evidence of a Memorandum of Understanding (MOU) between the consortium members will be required.

i.        A Certification/Affidavit that the Company has never been blacklisted by a Country or Organization.

i.        Evidence of providing IT System/Solution to a sovereign (central) government for its primary debt securities market and which market currently holds at least regular monthly auctions of its debt securities.

 

Submission of Expression of Interest

Expressions of Interest/Pre-qualification documents, which are to be in English Language, must be submitted in six (6) copies in a sealed envelope clearly marked:

 

“Expression of Interest/Pre-qualification documents for IT System/Solutions to the DMO for the FCN debt securities market”

The Expression of Interest/Pre-qualification Documents should be addressed and delivered not later than 12 Noon (Nigerian Time) on Monday, 1st July, 2013 to the following address:

 

The Chairman, DMO Tenders Board,

Debt Management Office, NDIC Building,

(1st Floor), Plot 447/448 Constitution Avenue,

Central Business District, Abuja, Nigeria

Tel:   09-8766786;   09-8761611,

Email: enquiries@dmo.gov.ng ,   Website: www.dmo.gov.ng

 

Important Notice:

Companies which submit EOIs within the stipulated time are invited to witness the public opening and evaluation of the EOIs by 2 p.m. (Nigerian Time) on Monday, 1st July, 2013 in the DMO Conference Room. This serves as a notice and invitation to all interested stakeholders to observe the opening of the EOIs.

  • After the evaluation of the EOIs, a shortlist of companies which score at least the minimum requirements of the criteria for short listing will be drawn up on the basis of the evaluation of the EOIs received.
  •  Companies shortlisted after the evaluation of the EOIs will be issued Request for Proposal (RFP) and invited to submit both Technical and Financial Bids but separately, which will be used as a basis for the selection and upon obtaining relevant approvals, subsequent appointment of the company to provide the IT System/Solution being sought for.
  • Furthermore, the DMO will not enter into any dialogue with any company/firm for not being shortlisted or pre-qualified.

 

Signed:

Debt Management Office