Invitation for Pre-qualification to Tender at National Institute for Freshwater Fisheries Research

National Institute for Freshwater Fisheries Research

P.M.B. 6006, New Bussa, Niger State, Nigeria

Invitation for Pre-qualification to Tender

A.      Introduction:

National Institute for Freshwater Fisheries Research (NIFFR) located in New Bussa, Niger State charged with the responsibility of enhancing and empowering fish farmers in aquaculture and conservation of aquatic resources of inland water bodies, wishes to invite reputable contractors and suppliers with proven track record in deployment, construction, supplies and services to tender for pre-qualification on the Lots described below.

B.      NIFFR’S Objectives:

  • Enhance the availability of qualify fingerlings, broodstock and skill acquisition to fish farmers in Nigeria, introduce new species into aquaculture and promote responsible capture-based aquaculture.
  • Research for development and popularization of fish farming business and entrepreneurship.

C.      Goods, Service and Works:

Lot 1:       Renovation and construction of Fisheries Resource Center at Maiduguri

Lot 2:       Repair and Upgrading of 10km Water Supply Pipeline to NIFFR Reservoir

Lot 3:       Supply of Power Transformers

Lot 4:       Supply and Rehabilitation of Laboratory Equipment and Furniture

Lot 5:       Upgrading and Overhauling of ICT/Internet Facilities

Lot 6:       Renovation and Rehabilitation of Service Center at New Bussa Headquarters

Lot 7:       Rehabilitation of Heavy Duty Equipment

Lot 8:       Construction of culverts

Lot 9:       Supply of Utility and Project Vehicles.

D.             Terms and Conditions for Pre-qualification:

  • Certificate of Registration with Corporate Affairs Commission (CAC).
  • Company Profile showing personnel, qualifications, contact address, phone numbers years of experience
  • 3 years Current Tax Certificate
  • Evidence of Financial Capability to handle the job/Bank(s) Reference
  • List of equipments/Registered Office address
  • Evidence of previous experience on similar job
  • Evidence of Company/firm registration with relevant professional body
  • Evidence of Registration of Company staff with PENCOM
  • Evidence of Company’s compliance with ITF Provisions
  • Any other information which would further confirm the qualification of the Company

E.      Submission of Pre-Qualification Documents

Prequalification documents should be enclosed in a sealed envelope and marked “Pre-Qualification Document for Tender” with the Lot No. and addressed to:

The Executive Director/CEO

National Institute for Freshwater Fisheries Research

P.M.B. 6006, New Bussa, Niger State, Nigeria

F.      Deadline for Submission

Deadline for submission is 27th May 2013 by 12.00 noon.

G.      Opening of Pre-qualification Documents

Opening of Pre-qualification documents will be on the 27th May 2013 by 1.00pm. at the institute’s auditorium. Only pre-qualified Companies will be invited to submit Financial Bids.

Note:

Any misrepresentation in relation to the information provided shall lead to disqualification. Late bids shall be rejected.

Signed:

Dr. A.N. Okaeme

Executive Director/CEO

National Institute for Freshwater Fisheries Research

 

 

Invitation for Expression of Interest (EOI) for Tax Consultancy Services at Federal Airports Authority of Nigeria

Federal Airports Authority of Nigeria

Invitation for Expression of Interest (EOI) for Tax Consultancy Services

A.      Introduction

In compliance with the Public Procurement Act 2007, the Federal Airports Authority of Nigeria (FAAN) hereby invites competent and reputable consultants to submit bid documents for the Expression of Interest (EOI) for the Tax Consultancy Services under its 2013 financial year (IGR) budget.

The Projects:

Lot A      – Headquarters, Local and International Wings of Murtala Muhammed

Airport

Lot B      – Ibadan Airport, Ilorin International Airport, Akure Airport and Benin

Airport

Lot C     – Sultan Abubakar international Airport, Sokoto: Mallam Aminu-Kano

Airport      and International Airport, Kano; Umaru Musa-Yaradua International

Airport,

Lot D     – Kastina: Maiduguri Airport and Yola Airport.

And          Nnamid Azikwe International Airport, Abuja; Kaduna Airport;

Makurdi Airport.

Lot E    – Port-Harcourt International Airport, Port-Harcourt; Akanu International Airport, Enugu; Margret Ekpo International Airport, Calabar and Sam Mbakwe Airport, Owerri.

B.      Scope of Work

The scope of service shall cover the tax disputes with various tax bodies and shall include but not limited to the following:

  • Compute and confirm the assessment raised by the Tax bodies.
  • Reconcile Tax figures with Tax Authority.
  • Discuss the variance with the Tax bodies.
  • Obtain new agreed Tax Liabilities.
  • Assist to negotiate the terms of payment.
  • Obtain various Tax Clearance Certificates.
  • Collect the outstanding Tax Revenue Receipts and Credit Notes for the Authority.

C.      Expression of Interest (EOI) Requirements

  • Evidence of Company Registration (Certificate of incorporation or Registration of business name).
  • Certified true copy of memorandum and article of association with CAC forms CACO2 & CACO7 inclusive (where applicable).
  • Verifiable location address in Nigeria.
  • Company’s profile including major clients handled in the last three (3) years and the CV’s of the key Management staff with Academic and Professional certificates attached
  • Evidence of company’s membership with relevant professional body Copies of the audited account of the company for the last three years
  • Evidence of tax payments (Current Tax Clearance Certificate) for the last three years.
  • VAT registration and evidence of remittance.
  • Evidence of Payment into employees’ retirement savings account (RSA) in compliance with extant provision of Pension Reform Act 2004.
  • Evidence of financial capability to execute the project (Bank Reference Letter/Bank guarantee will form part of the evaluation criteria).
  • Verifiable evidence of similar projects successfully completed / on-going (e.g. Letter of Award, Certificate of completion, Coniract Agreement and Payment Certificate)
  • Evidence of compliance with industrial Training Fund (ITF) regulation (where applicable).
  • Evidence of registration with Financial Reporting Council (FRC) of Nigeria (where applicable)
  • Sworn Affidavit disclosing as follows:
  • That all documents submitted are not only correct but genuine.
  • That the Director(s) has /have never been convicted by any court of law
  • That none of firm’s Director or the company is bankrupt.
  • Whether or not any of the officers of FAAN or BPP is a former or present Director/staff of the Company.

D.      Submission of Documents 

  • The documents are to be submitted in four (4) copies in A4 paper size and neatly bounded. The document should be arranged in the order listed under expression of interest requirements above and clearly separated by dividers.
  • The documents must be sealed in an envelope, the Project Name clearly written at the top left corner of the envelope and the name of the bidding company boldly written at the back.
  • All documents must be submitted to the office of “The General Manager (Procurement)”, FAAN Headquarters, Ikeja Lagos
  • Contacts:  – Phone No. 08033075384 & 08023154129; E-mail Address: procurement@faannigeria.org

Closing and Opening of Submissions

Submission of tender document shall close at exactly 11.30 am on June 3rd 2013. All submissions will be opened on the same day at 12 noon in FAAN Headquarters, Commercial Conference Room, Ikeja, Lagos.

F.      Important Information

  • FAAN reserves the right to verity the authenticity of any claims made on the tender documents submitted by companies.
  • Failure to comply with the instruction(s) and provide any required document(s) may automatically result in disqualification.
  • FAAN reserves the right to reject any or all the tender documents
  • Original of all documents above must be produced for sighting at the opening and any other time requested.
  • Tender documents submitted late shall be rejected.
  • All submissions must be in English language.
  • This advert shall not be construed to be a commitment on the part of FAAN, nor shall it entail the Applicant to make any claim(s) whatsoever and/or seek any indemnity from FAAN, by virtue of such applicant having responded to this publication.

Signed

Management

Invitation to Tender for Consultancy Services to Define Requirements and Support Procurement of Financial Payment System and/or Related Services at Nigerian Bulk Electricity Trading Plc

Nigerian Bulk Electricity Trading Plc

Invitation to Tender for Consultancy Services to Define Requirements and Support Procurement of Financial Payment System and/or Related Services

REF: NBET/ITD/CS/DPS/001

1.     Introduction

NBET intends to procure consultancy services. The purpose of this procurement is to obtain support in defining our requirements for and selection of an appropriate payment system and/or related services. These payment services are required to effectively handle the transfer of payments between NBET and its contractual counter parties who are participants in Nigeria’s electricity market.

This procurement for consultancy will be based on well-specified requirements and a transparent procurement process. In view of this, NBET hereby invites reputable and competent firms to tender for the provision of consultancy services to define requirements and support procurement of an appropriate payment system and/or related services. The consultancy service is to be provided in accordance with terms, conditions and requirements specified in the tender document.

2.0     Scope of Work

The scope of this consultancy requirement covers 2 broad areas:

a)              Requirements Definition — This involves the articulation of NBET’s needs for the use of payment systems and/or related services based on its role as defined by Nigeria’s Electricity Market Rules. It also covers assessment of various regulations to determine key regulatory requirements to be adhered to in order to put in place a multi-stakeholder payment system. Outputs must include the following:

 

–         A schedule of business requirements – Including the priority of each requirement

–         High-level solution architecture – Including end to end process of the payment; control mechanism; risk elements; decision points; inter-dependencies and critical success factors

D)      Procurement support – This involves defining the procurement process that will enable the selection of an appropriate service provider who will implement and operate the chosen payment system, preparing required procurement documentation, managing the procurement process being the initial contact point for subsequent payment system bidders and facilitating the evaluation of those bidders to arrive at contract award in conjunction with appropriate NBET

3.0     General Requirement

Interested  and competent  bidders wishing to provide  NBET with the  consultancy service  must  submit the following documents for verification:

  • Evidence of registration with Corporate Affairs Commission
  • Evidence of payment of tax for the last three years as at when due
  • Comprehensive company profile including registered address, functional email address, GSM phone number, names and experiences of key personnel
  • Current companies audited statement of account
  • Letter of reference from reputable bank
  • Certificate    of    compliance    issued    by    National    Pension    Commission    as    evidence    of   fulfilling employers’ obligation to employees with respect of pension.
  • Evidence of payment of training contribution to Industrial Training Fund (ITF)
  • Evidence of registration with Financial Reporting Council of Nigeria

4.0     Specific Requirement

To    be    eligible    for    this    tender;    bidder    must    show    verifiable    evidence    of    successfully    providing consultancy services for definition of requirements for payment systems or similar projects.

5.0     Collection of Bid Documents

Interested   bidders who   possess the above requirements   may collect the payment   of   a   non-refundable   fee   of   N50, 000.00   (Bank   draft   in   favour   of Trading Plc.) from;

Head, Human Resources and Admin,

Nigerian Bulk Electricity Trading Plc

8th Floor, Bank of Industry Building,

Central Business District,

Abuja, FCT Nigeria

Phone No; 07045027694

6.0     Submission

Completed tender documents including the above listed documents should be forwarded in sealed envelopes boldly marked “Consultancy Service to define requirements and support procurement of payment systems and/ or related services for NBET Plc. “addressed to;

 

Head,  Human  Resources and Admin,

Nigerian Bulk Electricity Trading Plc.

8th Floor, Bank of Industry Building,

Central Business District, Abuja, FCT Nigeria

Phone No; 07045027694,

09-2915615

Email; tenders@nbet.com.ng

7.0     Closing Date

All   submission   must   be   received   at  the   above   office   not   later  than 12:00pm on 28th  May, 2013

8.0     Opening Date

All details for the opening of submissions are contained in the Tender Document

9.0     Important Notice

  • The   attention   of   bidders   are   drawn   to   BPP   Act   section   5.1.9   which   effectively   precludes   the successful    firm    that    delivers    this    consultancy    requirement    from    bidding    for    the    subsequent provision of a payment system and/or related services.

 

Signed: Management

Request for Expression of Interest (E.O.I) for the Provision of Pension Fund Administration Services to Staff and Retirees of the Lagos State Government at Lagos State Pension Commission

Lagos State Pension Commission

Request for Expression of Interest (E.O.I) for the Provision of Pension Fund Administration Services to Staff and Retirees of the Lagos State Government.

1.     Introduction

Section 7 of the Lagos State Pension Reform Law No. 3 of 19th March, 2007, stipulates that an employee, being a holder of a Retirement Savings Account under the Contributory Pension Scheme, upon retirement or from the age of 50years, whichever comes later, shall utilize the balance standing in his Retirement Savings Account for either:

(a)     A Programmed Withdrawal Benefit provided by Pension Fund Administrators licensed by the National Pension Commission (PENCOM) or

(b)     Annuity Benefit for life purchased from Life Insurance Companies licensed by the National Insurance Commission (NAICOM)

 

Pursuant to the above provision, the Lagos State Pension Commission (LASPEC) being desirous of increasing the number of its PFAs, hereby invites Pension Fund Administrators (PFAs) operating in Nigeria, with requisite technical expertise to express interest in the offering of Pension Fund Administration Services to the staff and retirees of Lagos State Government.

To this end, prospective Pension Fund Administrators (PFAs) are required to carefully read this EOI as proposals that do not comply with the terms contained therein will not be considered.

1. Pre- Qualification Requirements For The EOI

The requirements for Pre-Qualification for the EOI are as follows:

  1. Evidence of current certification by National Pension Commission (PENCON) for the Company to operate as PFA under the Contributory Pension Scheme
  2. Specimen Copy of Manual of Operations
  3. Specimen copy of list of documentation required to be completed/submitted by employees at commencement of Contributory Pension Scheme
  4. Profile of the company which must include;
  • Organizational structure showing functional units/reporting relationship and Curriculum Vitae of key professional staff.
  • Outline of the policy on succession plan for key officers
  • List of the Company’s Directors, their individual addresses, phone numbers and Curriculum Vitae
  1. A copy each of the Company’s Audited Financial Statements for 2010, 2011 and 2012 duly certified by the National Pension Commission
  2. Company’s Current rating by approved Rating Agencies
  3. Company’s Dividend Policy and payout for the past 5 years
  4. Tax Clearance Certificate for 2010, 2011 and 2012.
  5. List of major clients (Corporate bodies/Federal/State Governments) to whom pension services are being provided for under the Contributory Pension Scheme which commenced in July, 2004 along with the number of Retirement Savings Accounts (RSAs)
  6. Non Refundable processing fee of N500,000.00

3.       Submission of Expression of Interest.

Interested PFAs are required to submit two (2) copies of their EOI with all pages initialed by their authorized representative(s) in a sealed envelope not later than 4.00 pm 21st May, 2013. The envelope shall bear the following identification clearly written on top left side “EXPRESSION OF INTEREST” and be sent to:

The Director General,

Lagos State Pension Commission,

Plot 2A, Hakeem Balogun way,

Agidingbi, C.B.D, Alausa, Ikeja, Lagos.

Rotimi Adekunle Hussain

Director General

Announcer

Invitation to Tender for the Supply of Rebranding Items and Led Television Screens at Ministry Of Information and Civic Orientation

Ministry Of Information and Civic Orientation

Invitation to Tender for the Supply of Rebranding Items and Led Television Screens

Government of Ekiti State, Nigeria, hereby invites registered and technically competent suppliers/contractors for pre-qualification bidding for the supply of the under listed items.

Lot Nos

 

Project Title

 

Description

 

Quantity

 

Approved Tender Fees
1.

 

Outdoor Flags

 

Outdoor flags engraved with Ekiti State logo. 10

 

N15.000

 

2.

 

Key holders

 

(i)                Type with opener and nail cutter,

(ii)             Type with Ekiti logo engraved inside a box.

10,000

 

N12.000

 

3 Lapel Pins

 

Lapel Pins engraved with Ekiti State logo. 10,000

 

N10,000

 

4 New Logo Almanac

 

Almanac containing the Ekiti State Logo with the Six elements of logo well spelt out. size: “34×24” inches. 200

 

N1.500

 

5.

 

Gift Carrier Bags (small and big sizes)

 

Branded folded carrier bags with rope handle of A2 and A3 sizes.

 

6,000

 

N12.500

 

6.

 

T-Shirts (monogrammed polo version)

 

Branded high quality cream coloured T-Shirts of different sizes engraved with the Ekiti State logo.

 

1,000

 

N10.000

 

7.

 

Towels

 

High quality big towels with Ekiti State logo engraved.

 

500

 

N5.000

 

8.

 

T-Shirts (Regular version)

 

Branded high quality Round neck T-shirts of different sizes and colour engraved with the Ekiti State logo.

 

2,000

 

N10.000

 

9.

 

Face Caps

 

Branded high quality face caps in black, white and navy blue colours, engraved with the Ekiti State logo.

 

1,000

 

N5.000

 

10.

 

Ekiti State Logo made of Fibre Glass

 

Ekiti State logo engraved in fibre glass.

 

50

 

N10.000

 

11.

 

Customized wall dock with Golden Frame of Small. Medium and Large sizes

 

High quality wall clock of Ajanta Quartz engine with fortified plastic mold engraved with Ekiti State logo of “29×29″(2.5ft by 2.5ft) “24×24” (2.0ft by2.0ft) and “20×20” (1.8ft by 1.8ft) sizes.

 

850

 

N30.000

 

12.

 

LED Television Screen

 

Consists of LED Lamp Model, cabinet and other parts and accessories. The LED TV is a giant TV screen with superior device of a cluster of tiny LEDs. Screen with inbuilt, red, green and blue LEDs which lights up accordingly to create the correct, bright and attractive colours which can be sighted clearly from 20 meters to 1 kilometer or more from its location. 02

 

N30.000

 

Pre-Qualification Requirements

Interested Suppliers/Contractors are requested to submit their bids upon the payment of non refundable tender fees as spelt out above to Head 402/ Sub Head 164 of the Ministry of Information and Civic Orientation, account 0138793037 at FCMB on or before 21st May, 2013

Bid documents must include:

  1.      Certificate of the company’s Registration/Incorporation,
  2.      Evidence of Registration with Ministry of Works, Ekiti State,
  3.      Evidence of Registration with Ministry of Trade, Industries and Innovations, Ekiti State.
  4.      Evidence of Registration with Ministry of Information and Civic Orientation, Ekiti State.
  5.      Development levy for 2011, 2012 and 2013.
  6.      Company’s current tax clearance for 2011, 2012 and 2013.
  7.      Veritable evidence of previous experiences of carrying out similar job of this nature and magnitude (completion certificate)
  8.      Company’s profile.

Submission of Bids

All bids must be submitted to the Department of Planning Research and Statistics, Ministry of information and Civic Orientation, Ado Ekiti on or before 21st May, 2013

Further Enquires

For further information and job specification, contact Director of Planning, Research and Statistics, Ministry of information and Civic Orientation, Ado-Ekiti. 0806 229 7164

 

Signed:  Permanent Secretary, Ministry of Information and Civic Orientation, Ado-Ekiti, Ekiti State, Nigeria.

www.ekitistate.gov.ng