Expression of Interest for the Appointment of Consultants at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.3837

Expression of Interest for the Appointment of Consultants for the Valuation of Nigerian Ports Authority Assets – Aids to Navigation

1.0 Introduction

Sequel to the non-responsiveness of bids earlier received in connection with the pro­curement of the above, the Nigerian Ports Authority hereby invites reputable and competent contractors to submit tenders for this project.

 

2.0 Scope of Projects:

The scope of the project is as detailed in the standard bidding document to be issued to bidders.

3.0 Tender Requirements:

To tender, interested companies should submit the following documents as outlined:

  1. Evidence of company registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association,
  2. Verifiable proofs of company’s technical ability to undertake the execution of the project.
  3. Evidence of similar projects executed in the past, including letters of awards, completion certificates etc.
  4. Company’s financial details & audited accounts for the last three (3) years (2010, &2012).
  5. Evidence of VAT Registration,
  6. Evidence of TAX Clearance Certificate for the 2010, 2011 & 2012.
  7. Evidence of compliance with Pension Reform Act 2004 (Where applicable)
  8. Evidence of contributions to Industrial Training Fund (ITF) (Where applicable)
  9. Company’s profile to include names, qualifications, experiences of key Personnel.
  10. Company s and personnel’s registration with appropriate professional bodies.
  11. All relevant information concerning contacts, telephone, fax and e-mail address of the company’s representative.
  12. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided
  13. Bid must in English language and be signed by an official authorized to bind the bidder to a contract.

4.0 Submission of Tender Proposal:

Three (3) copies, one original and two duplicates, of Technical proposals should be submitted in an envelope, which should be marked “EXPRESSION OF INTEREST FOR THE (TITLE DESCRIPTION AS APPROPRIATE TO SPECIFIC PROJECT BEING ADVERTISED)” specifying the PUBLIC NOTICE No 3837, addressed to The Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designated Tender Box located on the 2nd floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos not later than 11.00 am on the9th September 2013. All bids will be opened at 12.00 noon on the 9th September 2013 in the Conference Room, No 1 Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

Bidders are advised to register their bids in the office of the General Manager, Procurement, Room 133, Nigerian Ports Authority Headquarters at 26/28 Marina Lagos.

Please Note:

  • Late submission will not be entertained
  • Only shortlisted bidders will be contacted
  • Management is not bound to accept any tender
  • All cost incurred as a result of this pre-qualification tender invitation shall be borne by the bidder

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

Sign

Management

Nigerian Ports Authority

 

Invitation to Tender for Civil Engineering Maintenance Projects at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.3836

 

Invitation to Tender for Civil Engineering Maintenance Projects

 

1.0 Introduction

The Nigerian Ports Authority hereby invites reputable and competent contractors to sub­mit tenders for the under-listed projects:

 

LOT1 Conversion of Block-wall Fence to ISPS Code recommended anti-intruder mesh at the administration building, Control Tower, Bakassi Office Complex, and Water Treatment Plant, LPC Apapa.
LOT 2 General renovation of and painting of NPA building, Warn Port, Warn.
LOT 3 Provision and installation of Water Hydrant at Port Harcourt Port
LOT 4 Re-surfacing of bulk Oil Terminal Road Link/Lagos Port Car Exit Gate, LPC, Apapa.
LOT 5 Rehabilitation of the Fly-over and Bridge link Road connecting Adekunle Way and Port Round-about, LPC, Apapa.
LOT 6 Rehabilitation of dilapidated NPA Lighthouse, Pilot Quarters, and other facilities at Escravos.
LOT 7 Re -laying of water pipe network, provision and installation of 36NOs. x 75mm hydrants at Calabar Port.
LOT 8 Rehabilitation of the Quay Wall and Deck at Continental Shipyard Limited, Dockyard, Apapa, Lagos.

2.0 Scope of Projects:

The scope of the project is as detailed in the standard bid­ding document to be issued to bidders.

3.0 Tender Requirements:

To tender, interested companies should submit the following documents as outlined:

  1. Evidence of company registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association,
  2. Verifiable proofs of company’s technical ability to undertake the execution of the project.
  3. Evidence of similar projects executed in the past, including letters of awards, completion certificates etc.
  4. Company’s financial details & audited accounts for the last three (3) years (2010, &2012).
  5. Evidence of VAT Registration,
  6. Evidence of TAX Clearance Certificate for the 2010, 2011 & 2012.
  7. Evidence of compliance with Pension Reform Act 2004 (Where applicable)
  8. Evidence of contributions to Industrial Training Fund (ITF) (Where applicable)
  9. Company’s profile to include names, qualifications, experiences of key Personnel.
  10. Company s and personnel’s registration with appropriate professional bodies.
  11. All relevant information concerning contacts, telephone, fax and e-mail address of the company’s representative.
  12. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided
  13. Bid must in English language and be signed by an official authorized to bind the bidder to a contract.

 

4.0 Collection of Financial Tender Documents:

Interested companies are to collect the Standard Bidding Document from the Office of the General Manager Procurement, 2nd floor, NPA HQ, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee of N25,000.00 (Twenty five thousand Naira) only for each lot. All tender sums from and above N100Million should be conveyed with a 2% bid bond.

 

5.0 Submission of Tender Proposal:

Three copies of Technical and financial pro­posals for each lot should be submitted in Triplicate and in separate envelopes and clear­ly marked as either “Technical or Financial Proposal” appropriately and put together in a bigger envelope, which should be marked “INVITATION TO TENDER FOR THE (TITLE DESCRIPTION AS APPROPRIATE TO SPECIFIC PROJECT BEING ADVERTISED” specifying LOT No. and PUBLIC NOTICE No3836 addressed to The Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designated Tender Box located on the 2n” floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos not later than 11.00 am on the 7th October 2013. All bids will be opened at 12.00 noon on the 7th October 2013 in the Conference Room, No 1 Joseph Street, off Marina, Lagos in the-presence of all bidders or their representatives.

For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianports.org. Note that this invitation to tender response(s) does not place any obligation on the Authority to consider any responding company for;

  1. Award of Contract
  2. Acceptance of any tender and wrongly placed tenders would not be entertained.

All costs incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidding companies. Late submission will not be entertained and only shortlisted companies will be contacted

Signed:

Management

Nigerian Ports Authors

 

General Procurement Notice for the Execution of 2013 Projects at The Raw Materials Research and Development Council (RMRDC)

Raw Materials Research and Development Council Corporate Headquarters, Abuja

Federal Ministry Of Science and Technology

General Procurement Notice for the Execution of 2013 Projects

 

The Raw Materials Research and Development Council (RMRDC) is a Parastatal under the supervision of the Federal Ministry of Science and Technology. The Council is charged with the Responsibility of promoting Research and Development, specific studies, as well as investment in local sourcing of Industrial Raw Materials.

The programmes of the Council cover Raw Materials for all Industrial Sectors including:

 

  1. Food, Beverages and Tobacco
  2. Wood and Wood Products
  3. Pulp, Paper and Paper Products
  4. Textile, Wearing Apparel, Leather and Leather Products
  5. Domestic and Industrial Plastic, Rubber and Foam
  6. Chemicals and Pharmaceuticals
  7. Base Metals, Iron and Steel
  8. Non-Metallic Minerals
  9. Motor Vehicle and Miscellaneous
  10. Electrical and Electronics
  11. New and Advanced Materials
  12. Upgrading of Indigenous Technologies

 

In compliance with the Public Procurement Act 2007, the Council hereby invites interested and reputable Contractors, Consultants R & D Resource Persons and Researchers with relevant experience arid good track record to submit bid documents in respect of the above for consideration for the execution of its 2013 Projects

 

Description of Projects

Lot 1:          National Raw Materials Research ft Development Programme Research & Development proposals in developing technologies for Raw Materials processing of above named sub – industrial sectors listed.

 

Lot 2:          Raw Materials Industrial Clusters Development Programme Under the Ward Based Ouster Programme, the Council intends to support existing Raw Materials Processing Ousters and promote establishment of new ones based on R&D results.

 

This will be executed under the PPP arrangement. Partners are invited including State Governments and their Agencies, Local Governments, Cooperative Societies, NGO’s, Entrepreneurs, Higher Institutions, Industrialists, Organized Private Sector (MAN, NACCIMA, NASSI, NASME, Financial Institutions including Micro – Finance Banks etc.)

 

Lot 3:          Logistics

I.   Purchase of 1000 KVA Generator

 

Requirements:

Prospective bidders are required to submit the following documents:

  1. Certificate of Incorporation/Registration with the Corporate Affairs Commission (CAC)
  2. Evidence of compliance with PENCOM Act of 2004 (or Exemption)
  3. Tax Clearance Certificate for the last three (3) years (2010, 2011, & 2012) showing annual turnover
  4. Company Audited Accounts for the last 3 years (2010, 2011& 2012) showing the annual turnover
  5. Evidence of VAT Registration with TIN No. and past remittance for the last 3 years
  6. Verifiable list of similar jobs successfully executed in the last 3 years including letters of award, project cost and contact address of the Clients.
  7. Evidence of Financial capability to execute the projects (Bank guarantees from reputable banks will form part of the evaluation criteria)
  8. Company Profile and Technical qualification of key personnel with evidence of experiences on similar Jobs
  9. A sworn affidavit that none of the Directors has been convicted in any court of law of any criminal offence.
  10. Evidence of compliance with the FTP amendment Act 2011.

 

Tender Instructions:

  1. Interested bidders are to collect Bid Documents from Raw Materials Research and Development Council’s Tenders Board Secretariat (Room 110) upon evidence of payment of a non-refundable Tender Processing Fee of N25,000.00 (in Bank Draft in favour of RMRDC);
  2. Tendering will be conducted through the National Competitive Bidding (NCB) procedures as specified in the Public Procurement Act, 2007;
  3. Bids shall be marked according to the instructions in the Tender Documents; and
  4. Tender Documents submitted late shall be rejected

 

Submission of Bids:

Submission of completed Tender Documents shall be in hard sealed in 15×9.5 brown envelope, marked appropriately at the left hand corner “Technical Bid” and “Financial Bid” and addressed to.

The Director – General/Chief Executive Officer

Raw Materials Research & Development Council

17, Aguiyi – Irons! Street, Maitama

Abuja.

 

Opening

Opening of the received bids will commence by 12 noon the same day at the Council’s Pavilion. All bidders and/ or their representatives, Relevant Professional Bodies, NGOs are invited to witness the Public Opening exercise accordingly.

Please Note:

  1. All CAC, VAT, PENCOM and TAX Clearance Certificate may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service and National Pension Commission and other relevant bodies for verification.
  2. The Council reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.
  3. The Evaluation of the received documents shall be strictly based on the requirements as specified above; and
  4. Only Companies or Resource Persons and Researchers that have been successfully screened and found competent will be given financial bid documents.
  5. Proposals for Research and Partnerships for Raw Materials Clusters can be submitted anytime.

Research Proposals can also be sent by mail to: ceo@rmrdc.gov.ng

 

Signed:

Management

 

Extension of Time for Submission of Bids, Lot C (ii) at Projects Development Institute (PRODA), Enugu

Projects Development Institute (PRODA), Enugu

(Federal Ministry of Science and Technology)

PRODA Road, P.M.B 10609, Emene Industrial Layout, Off Enugu/Abakaliki Expressway, Enugu

 

Extension of Time for Submission of Bids, Lot C (ii)

 

Domestication of Technology for Production of Two and Four Strokes Single Cylinder Spark Ignition and Compression Ignition Engines

 

Reference is hereby made to the advertisement placed in The Federal Tenders Journal, The Guardian and the Sun Newspapers of 29th July, 2013 inviting reputable companies to tender for the execution of 2013 Capital Projects.

It was however observed during the bid opening which took place on 12th August 2013, that LOT C (II) “Domestication of Technology for Production of Two and Four Strokes Single Cylinder Spark Ignition and Compression Ignition Engines” was not bided for.

 

We are therefore inviting interested bidders to obtain and submit tender documents for the LOT C (ii) as earlier advertised

 

Opening:

Opening of submitted tender documents will take place immediately after

Closing of submission on Monday 9th Sept 2013, by 12noon

 

Note:

All requirements are as contained in the earlier advertisement.

Signed

Management

PRODA Enugu

Invitation to Tender at Ibadan North West Local Government

Ibadan North West Local Government

 

Invitation to Tender

 

The Ibadan North West Local Government hereby invites Eligible contractors to tender for:

 

  1. Construction of Culverts Drains, Earthworks and Asphaltic paving of Idi-Ikan, lfeleye Road.
  2. Construction of Culvert , Drains, Earthworks and Asphaltic paving of S. Ade

Minister Baptist Church Road.

  1. Construction of Culvert, Drains, Earthworks and Asphaltic paving of Ifeleye/ St. Mary Catholic/ Opoyeosa.
  2. Construction of a Block of 3-Classrooms with Headmaster’s Office, Store and Toilet.
  3. Construction of one Block of 3-Classrooms with Headmaster’s Office and Store at St. Joseph Primary School, off Lasikabo Road, Ibadan.
  4. Construction of one Block of 3-Classrooms with Headmaster’s Office and Store at Community Primary School, Olopomewa/Oluseyi, Ibadan.

 

2.       Interested contractors are to submit the following requirements:

(a)     Copy of Certificate of Company incorporation.

(b)    Evidence of Registration as a Contractor with the Ibadan North West Local Government

(c)      Details of projects of similar nature and volume executed within the last five (5) years,

(d)    Details of personnel relevant to the proposed project.

(e)      Equipment information, Current Status and Owner.

(f)     Three (3) years Tax Clearance, Certificate.

 

3.       Bid documents for the project may be purchased at the office of the Head of the Local Government Administration, Ibadan North West Local Government Secretariat for a fee of five thousand naira (#5,000.00) only through Certified Bank Draft in the name of the Ibadan North West Local Government.

4.      Closing date for the collection of bid documents is Two weeks from the date of publication.

 

ALH/UI G. O. GIWA

Head of Local Government Administration

For: The Caretaker Chairman,

Ibadan North West Local Government, Onireke, Ibadan.