Invitation to Tender for 2013 Capital Projects at National Oil Spill Detection and Response Agency (NOSDRA)

Federal Ministry of Environment

NOSDRA

National Oil Spill Detection and Response Agency

National Oil Spill Detection and Response Agency (NOSDRA)

5th Floor, NAIC House, Plot 590, Zone AO, Garki, Abuja.

Invitation to Tender for 2013 Capital Projects

The National Oil Spill Detection and Response Agency (NOSDRA) invites interested, reputable and competent consultants to submit Expression of Interest (Technical Bids only) to tender for the following capital projects:

1.         Expression of Interest

S/N Project Description

 

Lot Number

 

1

 

Building Of geographic Information System (GIS) Support Data Base Of Tank. Farms & Underground Storage In Anambra State Lot 1

 

2

 

Building Of Geographic Information System (GIS) Support Data Base Of Tank Farms & Underground Storage In Enugu State Lot 2

 

3

 

Building Of Geographic Information System (GIS) Support Data Base Of Tank Farms & Underground Storage In Ondo State Lot 3

 

4

 

Establishment Of Tactical Field Operation For Oil Spill Incidence Lot 4

 

5

 

Detection And Characterization Of Oily Waste Dump Sites In The Niger-Delta Lot 5

 

6

 

Geophysical And Chemical Characterization Of Oil Spills In Select Pipelines In Bayelsa State Lot A

 

7 Identification And Analysis Of Produced Water Effluent In The Crude Dehydration Terminals Lot 7

 

8 Summit On Oil Spill Management And Best Practices Lot 8

 

9 Activation And Review Of National Oil Spill Contingency Plan (NOSCP)

 

Lot 9

 

Pre-qualification Requirement

Interested companies / consultants are required to submit the following to the Procurement Unit, Office of the Director General /Chief Executive Officer of NOSDRA, 5th Floor, NAIC House, Plot 590, Zone AO, Garki, Abuja.

a.       Evidence of incorporation of the firm by the Corporate Affairs Commission (CAC) including Memorandum and Articles of Association;

b.       Evidence of Current Tax Clearance Certificate for the last three (3) years ending in December 2012;

c.       Evidence of VAT registration/remittances Certificate with TIN NO.;

d.       Company Audited account for recent 3 years;

e.       Evidence of Compliance    with the Pension Reform Act 2004 (as amended);

f.       Evidence of Compliance with the amended Industrial Training Fund (ITF) Act, 2011;

g.       Evidence of Technical Capability to execute the projects;

h.       Corporate profile of the Firm, CV’s of Key Officers including         registered addresses, functional e-mail     addresses, GSM phone number(s);

i.        Evidence of professional license to carry out specific services;

j.        Proof of Company/Firm registration with relevant professional bodies;

k.       List of verifiable Equipment indicating ownership or lease agreement;

I.       Verifiable evidence of successful completion of similar works within

the past five (5) years and attach copies of letters of award and certificates of successful completion ;and

m.      Any other relevant information

N.B: Please note that there is no fee attached to expression of interest With regard to the projects mentioned above.
2.0     Submission

2.1     Submission of Documents

Submission of Expression of Interest starts on May 7, 2013 and closes at 4pm June 4, 2013. Only pre-qualified consultants will be contacted to submit “Financial Bid” for the projects for which they were pre-qualified. The National Oil Spill Detection and Response Agency (NOSDRA) invite reputable and qualified Contractors /Consultants to tender for the following 2013 Capital Projects:

3.0 Tender:

S/N Project Description Numbe
10

 

Procurement Of Personal Protective Equipment (PPE)/Hand-Held Monitoring Equipment Lot 10

 

Tender Requirements:

  1. Evidence of incorporation of the firm by the Corporate Affairs Commission(CAC) including Memorandum and Articles of Association;
  2. Evidence of  Current Tax Clearance Certificate for the last three (3) years ending in December 2012;
  3. Evidence of VAT registration/remittances Certificate with TIN NO.;
  4.  Company Audited account for recent 3 years;
  5. Evidence of Compliance    with the Pension Reform Act 2004 (as amended);
  6. Evidence of Compliance  with the amended   Industrial Training Fund (ITF)Act.20ll;
  7. Evidence of Financial Capability to execute the projects;
  8. Corporate  profile  of the  Firm,  CV’s  of Key  Officers   including registered  addresses,   functional   e-mail   addresses,   GSM   phone numbers);
  9. Verifiable evidence of successful completion of similar works within the past five (5) years and attach copies of letters of award and certificates of successful completion ;and
  10. Any other relevant information

4.0     Collection of Tender;

Interested contractor /consultants are required to collect tender documents from the Procurement Unit, Office of the Director General /Chief Executive Officer National Oil Spill Detection and Response Agency (NOSDRA), 5th Floor NAIC House, Plot 590, Zone AO, Garki, Abuja from Monday, May 20, 2013 to Monday June 17, 2013.

5.0       Submission and Opening

5.1        Submission of tender Documents

The Completed Tender addressed to the Procurement Unit, Office of the Director General /Chief Executive Officer, NOSDRA should be in two separate envelopes marked “Technical Bid and “’Financial Bid” The lot number and title of the project should be indicated at the Top Left Corner of the envelopes. Each bid submitted should be accompanied with non-refundable tender fee of N20, 000.00 (Twenty Thousand Naira) only in bank draft payable to National Oil Spill Detection and Response Agency (NOSDRA). The name, address, e-mails and contact numbers of the contractor should also be clearly written at the back of the envelopes. Late submission will not be accepted.

6.0        Public Opening of Bids

Technical and Financial Bids where applicable shall be opened at 2 pm same day immediately after close of submission at 12noon in the address below in the presence of the bidders/ representatives, relevant professional bodies, Non Governmental Organizations and interested members of the public. This advertisement serves also as an invitation to NGOs, Anti-Corruption Agencies and General public to witness the Bid opening at;

NOSDRA Conference Room

5th Floor, NAIC House.

Plot 590, Zone AO,

Central Business District Garki,

Signed

Director General/CEO NOSDRA

Invitation for Submission Expressions of Interest, Prequalification, Technical and Financial Proposals for the Execution of Some of the 2013 Capital and Recurrent Projects at Standards Organization of Nigeria

Standards Organization of Nigeria

Invitation for Submission Expressions of Interest, Prequalification, Technical and Financial Proposals for the Execution of Some of the 2013 Capital and Recurrent Projects

Introduction

The Standards Organization of Nigeria intends to undertake the procurement of the various goods, works and consultancy services under the 2013 capital and recurrent Budget. The Organization therefore invites interested and reputable contractors, suppliers and consultants with relevant and adequate contracting and professional experience, as well as good track record to submit documents necessary for consideration for the execution of the following projects.

Lot Description
1

 

Renovation/ Reconstruction Of The Old Chemistry Laboratory, Lekki
2 Renovation And Remodeling Of The Electrical And Metrology Lab For Accreditation, Lekki
3

 

Supply And Installation Of Metal Scanner Security Door  S At The Lagos And Abuja Offices
4 Supply And Installation Of Wireless Intercom      At The Abuja And Lagos Offices
5 Supply And Installation Of Wooden Workstations At Lagos And Abuja And Apapa Operation Office
6 Renovation /Extension Of Abuja Office Building And Surrounding
7 Biannual     Market    Research    On The Level Of Substandard Products In Nigeria; And
8 Provision And Installation Of Accounting Software

Requirements

All prospective bidders are required to submit the following documents

  1. Name of company, registered address, name and telephone number of Chief Executive, email address of company and contact telephone numbers;
  2. Certificate of Incorporation/registration with CAC including particulars  of Directors
  3. Evidence of certification or exemption from PUNCOM in accordance with the PENCOM Act 2004 including evidence of remittances of employees’ pension contribution;
  4. Evidence of compliance with Industrial Training Fund (ITK) Amendment Act 2011
  5. Evidence of Technical Capability for the works goods or services to be provided
  6. Tax clearance certificate for 2012, 2011 and 2010 with TIN numbers at FIRS or State Government State Tax Office as applicable:
  7. Company audited accountants for 2012, 2011 and 2010
  8. Evidence of VAT registration and remittance
  9. Verifiable list of similar job successfully executed in Nigeria in the past 5 years including letters of award, completion certificates and payments. please provide the names, address, telephones and email address of clients for verification as failure to do so may lead to disqualification
  10.  Evidence of financial capability to execute the project
  11. Company profile and technical/ professional qualifications of key personnel
  12. A sworn affidavit that none of the Director has been convicted in any court of law of any criminal offence
  13. A sworn affidavit that all information submitted by way of documents are corned and verifiable by the Organization

Submission of Document

Interested contractors, suppliers and consultants must submit one original and two copies of the pre-qualification document duly signed and enclosed in a sealed envelope indicating the lot number at the top right hand corner of the envelop and addressed

The Director General,

Standards Organization of Nigeria (SON),

No. 52. Lome Street.

Wuse; Zone 7,

Abuja

Attention: HOD Procurements

The document must be deposited in the SON tender Box at the organization Office located at No. 52, Lome Street, Wuse, Abuja

Note:

The name of the Company should be written at the reverse side of the envelope, with contact telephone number and email address.

The Closing date and time for the prequalification and expression of interest documents is at 12:00 noon on the 28th May, 2013.

Please note that the expression of interested and prequalification documents will be publicly opened soon after 12:00nonn on the same date when submission will close

Interested applicants may obtain further information at the address above from 9.00am to 5.00pm, Monday through Friday (except public holidays) Applicants may also contact these officers:

Name: Barnabas Jatau Tel. 08159390715

E-mail: barnabasjatau@ymail.com

OR

Name Uchenna Mbakwe – Obi Tel. 07043371719

E-mail: uchennamegwa@yahoo.com

Only short-listed bidders will be contacted.

Proposal sent through email or fax will not be entertained.

Signed

Management

Invitation for Pre-Qualification at Federal College of Education, Kano

Federal College of Education, Kano

Invitation for Pre-Qualification

Introduction

The Federal College of Education, Kano Invites interested competent and reputable contractors to apply for the Pre-qualification exercise as a condition to participate in the bidding for the College Year 2013 Capital Projects. Interested bidders are to submit all the required information as well as comply with all other requirements for the prequalification of the projects.

2.       Project and Reference Number

  • Construction Of School of Languages (Phase V) – CAPP/001/2013
  • Construction And Furnishing Of Block of six (6) Laboratories – CAPP/002/2013
  • Construction Of Perimeter Wall Fence For Demonstration Staff School – CAPP/003/2013
  • Upgrading Of School Of Undergraduate Studies – CAPP/004/2013
  • Rehabilitation/Renovation Of College Auditorium – CAPP/005/2013
  • Renovation Of Demonstration Staff School Building – CAPP/006/2013
  • Procurement of Office Classroom Furniture – CAPP/007/2013

3.0     Pre-Qualification Requirements

Each Contractor is expected to submit the following Mandatory Documents

  1. Evidence of Incorporation with Corporate affairs Commission (CAC), (Memorandum and Article of Association).
  2. Evidence of Tax Clearance Certificate for the last three (3) years (2010, 2011 & 2012)
  3. Company Audited Account for three (3) years (2010, 2011 & 2012) prepared by Chartered Accountant, duly signed and stamped with ICAN or ANAN Seal),
  4. Sworn Affidavit indicating that all documents submitted are genuine and verifiable,
  5. Sworn Affidavit that no current staff of the Federal College of Education, Kano is a former or present Director, Shareholder or has any pecuniary interest in the Company Submitting Bid.
  6. Evidence of compliance with the pension Act in accordance with Procurement Act 6(d)
  7. Evidence of compliance with Section 6(1)-(3) of the ITF Amended Act 2011

Please Note: Failure to Provide any of the above (i)-9vii) will automatically disqualify the bidder.

b)    Other Criteria

i.        Evidence of Financial Capability and Banking Support (Bank Reference letter, Recent Statement of Account)

ii.       Experiences/Technical Qualification and experience of key personnel (Company Profile, CV and Credentials),

iii.      Evidence of “Similar Projects” executed over the last five (5) years and evidence of knowledge of the industry (Award letters of projects executed, copies of valuations and completion certificates are required),

iv.      List and Sources of Equipment and Technology Capacity (Evidence of ownership/ Lease agreement)

v.       VAT Registration (TIN Number) and evidence of past VAT remittances

vi.      List of completed and On-going Projects (if any)

Note: Original copies of documents toted above must be produced for sighting after being pre- qualified, before collection of Tender Documents.

Submission of Completed Pre-Qualification Documents

The pre-qualification documents should be submitted in sealed envelope and clearly marked “Pre-qualification to tender (name of the Project)” and shall be delivered to:

The Secretary (Tender),

P.M.B 3045, Kano.

Not later than 27th May, 2013. The documents will be opened at 12:00 noon on Monday 27th May 2013 at the College Council Chambers (FCE, Kano Main Campus) No late submission will be entertained after 12:00 noon on the expiration of the date stated above.

Please Note:

  • That the College reserves the right to verify any claim by the bidders and may disqualify Contractor(s) on false claim of any document(s).
  • That by submission of Pre-qualification documents F.C.E Kano is neither committed nor obliged to award any contract to any Contractor.
  • That this advertisement for invitation to pre-qualification shall not be considered as a commitment on the part of the College, nor shall entitle any bidder to make any claims whatsoever and/or seek any indemnity from F.C.E Kano.
  • That Full tendering procedures will be applied only to bidders that have been pre-qualified and found capable of executing the projects.

Signed

Alhaji Musa Sule

Chairman Procurement Committee

Invitation to Tender at Nigeria Export Processing Zones Authority

Nigeria Export Processing Zones Authority

No. 2 Zambezi Crescent, Cadastral Zone A6, Behind Merit House Maitama, Abuja

Invitation to Tender

1.0

Introduction

The Nigeria Export Processing Zones Authority invites interested Companies to tender for the under-listed supplies.

2.0     Project and Scope of Work

Below are some of the procurements slated for execution in the year 2013.

2.1 LAGOS OFFICE

LOT 1: The supply of 2 nos. S.U.V. at Lagos Office.

2.2 KANO OFFICE

LOT 2: The supply of 2 nos. S.U.V. at Kano Office.

2.3 HEAD OFFICE

LOT 3: The supply of 2 nos. S.U.V. at Head Office.

3.0     Tender Criteria:

Each tender should include the following:

  1. Company Profile which will include the following:

a.       Evidence of Registration with Corporate Affairs Commission (C.A.C);

b.       Company Audited Account for the last three (3) years/Bank Statement (2010, 2011 and 2012);

c.       VAT, Registration Certificate and Evidence of Past Remittances;

d.       Evidence of Current Tax Clearance Certificate for the last three (3) years: (2010, 2011 and 2012);

e.       Evidence of Compliance with the Pension Act (2004);

f.       Ability to provide Bid Security;

g.       Annual Turnover;

h.       Verifiable list of similar and other jobs successfully executed and the total monetary value of the jobs;

i.        Details of work at hand and clients who may be contacted for further information on those contracts;

j.        Any other relevant information deemed necessary can be included such as Telephone, Fax and E-mail address of company’s representatives.

Please Note:

  1. Tender must be submitted separately for each Lot specified above and should be indicated as such.
  2. Interested companies will be required to pay a non-refundable tender fee of N20.000.00 (Twenty Thousand Naira Only) in bank draft to obtain full tender documents for any of the advertised Lot.
  3. The Nigeria Export Processing Zones Authority reserves the right to verify any claim by the companies. Companies shall therefore include necessary authority and guarantee for such verification.
  4. The Notice of Invitation to Tender shall not be construed as a commitment on the part of the Nigeria Export Processing Zones Authority nor shall it entitle any Company to make claims whatsoever or seek any indemnity from the Authority.

Submission of Tender Documents

The Tender Documents should be neatly packed in a sealed envelope and marked at the top left corner “Confidential Tender Documents” with the Lot No. stated and addressed to:

“The Managing Director,

Nigeria Export Processing Zones Authority,

No. 2 Zambezi Crescent, Cadastral Zone A6,

Behind Merit House, Maitama, Abuja.”

6.0 Date of Submission

The closing date for the submission is 20th May, 2013at 12:00 noon prompt and Tender will be opened on Monday, 20th May 2013 at Ndanusa Hall, NEPZA Head Office, Abuja.

Singed:

Management

Nigeria Export Processing Zones Authority

(NEPZA)

Invitation to Tender for Goods, Works and Services/ Request to Participate In Technical and Financial Bidding for Consultancy Services at Nigerian Shippers’ Council

Nigerian Shippers’ Council

4, Otunba Ayodele Soyode Lane (Formerly Park Lane), Apapa, Lagos

 

Phone: 07098767065

E-mail: nsc@shipperscouncil.com.

www.shipperscouncil.com

Invitation to Tender for Goods, Works and Services/ Request to Participate In Technical and Financial Bidding for Consultancy Services

 1. INTRODUCTION

The Nigerian Shippers’ Council, a Federal Government Parastatal under the Supervision of Federal Ministry of Transport, in line with the Public Procurement Act of 2007 hereby invites reputable and experienced Contractors/Suppliers and Service providers to tender for the Lots below:

2.       Goods and Services.

Lot    1.0:   Supply of Vehicles: 4 wheel Vehicles; 16 Seater buses and

Saloon cars

Lot    2.0:   ICT Infrastructural Upgrade: Supply and Installation of Computer

Hardware and Software Systems, Peripherals and Accessories

Lot    3.0:   Supply and   installation   of Sound   Proof Electricity Generating

Sets.

Lot    4.0:   Supply and Installation of Office Furniture and Equipment

Lot    5.0:   Supply and Installation of Equipment for Border Information

Centres (BIC)

Lot    6.0:   Supply and Installation of Security Equipment

3.       Works and Services

Lot    7.0:   Major Repairs on Shippers Towers, Lagos

Lot    8.0:   Major Repairs (re-roofing) on Shippers Plaza, Abuja

Lot    9.0:   Construction of Shippers’ Warehouses, Abuja

Lot    10.0: Construction of Area Office Complex, Warri, Delta State

4        Consultancy Services:

Lot    11.0: Establishment of a Sea-Link between Nigeria and Sao-Tome &

Principe (Feeder Services)

Lot    12.0: Establishment of Web-Enabled Trade Database Systems

5       General Eligibility Criteria:

Only Suppliers, Contractors and Service Providers that have proven capability, relevant experience and good track of records will be considered. The Companies wishing to carry out any job in the above listed lots must submit the following:

  1. Certificate of Registration/Incorporation with Corporate Affairs Commission.
  2. Photocopies of Tax Clearance Certificate for three (3) years: 2009, 2010 and 2011.
  3. Evidence of detailed previous experience for similar jobs.
  4. Evidence of Financial Capability dully issued from a Central Bank of Nigeria licensed commercial bank and Audited Account of last three years: 2009,2010 and 2011.
  5. Evidence of compliance and remittance with the provisions of the Pension Reform Act 2004.
  6. Evidence of remittance to Industrial Training Fund (ITF).
  7. Possession of Identification Number from BPP Online registration domain “federalcontractors.bpp.gov.ng” would be an added advantage.

6.       Additional Requirements Consultancy Services:

  1. Comprehensive Company Profile
  2. Evidence of registration with relevant professional Bodies such as ICT Regulatory Body and NSE/COREN.
  3. Evidence of registration of principal partners with the relevant Professional Association and Regulatory Body (Consultancy).

7.       Collection of Tender Documents.

Tender documents including Request for Proposals (RFP) are obtainable from the Office of:

Head of Procurement

Room 7, 7th floor, Shippers’ Towers,

Nigerian Shippers’ Council,

No. 4, Otunba Ayodele Soyode Lane

(Formerly Park Lane Apapa, Lagos).

on payment of a non-refundable bid processing fees of N25, 000 00 per Lot for Works and N20,000.00 for Goods & Consultancy services, through bank draft payable to Nigerian Shippers’ Council, Lagos.

8.        Submission of Tender Documents.

The tender documents for Goods and Works (original each and 2 copies for Goods and 3 copies for Works, in separate envelopes) are to be enclosed in a sealed envelope marked at the top left hand comer “TENDER FOR GOODS OR WORKS,”.

The job for which the tender is submitted should be clearly indicated on the envelope (e.g. SUPPLY AND INSTALLATION OF OFFICE FURNITURE AND EQUIPMENT – LOT 4.0). The tender documents should be dropped into Bid Box marked “GOODS AND WORKS” on the 11th floor on the above address after its registration on the 7th floor.

FOR CONSULTANCY: The Technical Proposal marked “TP” and Financial Proposal marked “FP” (1 original each and 3 copies each) sealed with Company’s name and lot numbers in separate envelopes which in turn should be sealed in a larger envelope with the same marks, to be slotted into “CONSULTANCY” Box on the 11th floor after the envelope has been registered on the 7th floor.

All bids should be addressed to: The Executive Secretary/Chief Executive Officer, Nigerian Shippers’ Council. 4, Otunba Ayodele Soyode Lane, (Formerly Park Lane) Apapa, Lagos.

Submission of bidding documents for Consultancy Services closes by 4pm on Tuesday, 11th June, 2013 while Submission for Goods and Works must not be later than 11am, Tuesday, 18th June, 201 3.

9.      Important Notice.

i.        All tenders for Goods and Works must be received not later than 11am, Tuesday, 18th June, 2013.

ii.       Financial Bids (Goods and Works) shall be opened on Tuesday 18th June, 2013 immediately after closing, at Conference Center, Nigerian Shippers’ Council, 4, Otunba Ayodele Soyode Lane, (Formerly Park Lane) Apapa, Lagos.

iii.      Bidders or representatives of bidding companies and the general public who wish to attend the Bid Opening exercise for Goods and Works are invited.

iv.      For Consultancy, only a firm who’s Technical Proposals fulfills the minimum requirements would be invited for Financial Proposals Opening exercise.

v.       This notice shall not be construed to be a commitment on the part of  Nigerian Shippers’ Council to award any form of contract to any respondent(s) nor shall it entitle any organization submitting document to claim any indemnity from the Council.

Signed: Management