Request for Expressions of Interest for Consultancy Services at Lagos State Water Regulatory Commission (LSWRC)

Lagos State Government

Lagos State Water Regulatory Commission

(LSWRC)

 

 

Request for Expressions of Interest for Consultancy Services

 

Introduction

The Lagos State Water Regulatory Commission (LSWRC) was established pursuant to S.48 of the Lagos Water Sector Law, No. 14 of 2004 (LWSL). The Commission’s primary duties are to ensure that water and wastewater, sewerage services are properly carried out in Lagos State and to ensure that operators secure reasonable returns in their operations to guarantee the sustainability of service delivery.

 

In performing these functions, the Commission’s primary objectives are to protect the long-term interests of Consumers with regard to price, quality and reliability of services in the water sector. For the attainment of these objectives, the Commission desires to engage Consultants to perform services as detailed hereunder:

 

 

  1. 1.     Development of Standards for Drinking Water Quality, the Strategies for Compliance and Enforcement, and Necessary Regulations for Same.

 

  1. a.     Objectives of the assignment

The main objective of the assignment is to strengthen the Commission’s     regulatory capabilities through the establishment of regulations, guidelines and procedures to improve the quality of drinking water in Lagos State including strategies for monitoring compliance, surveillance and enforcement of the regulations with respect to all participants in the sector.

 

 

  1. b.    Criteria for consideration

Interested Consultants or Consulting Firms that wish to participate in the exercise are required to submit the documents listed below and must fulfill the included requirements:

 

  • Evidence of registration of Firm
  • Evidence of tax remittance for the current tax year
  • Curriculum vitae of the Consultants) or Profile of the Consulting Firm including list of similar services provided.
  • Experience of working in similar terrain of assignment where available; Nigeria, West Africa or Africa.
  • Demonstration of experienced and capable professionals with wide knowledge of the water industry to carry out the assignment.

 

  1. c.      Duration of Assignment

The duration of the assignment will be approximately 6 weeks from mobilization, of the Consultant and the assignment is expected to commence within 1 week of signing the contract.

 

 

  1. 2.     Development of Licensing Framework Service and Performance Standards for Licenses and Complaints Handling and Dispute Resolution Mechanism for the Water Supply and Waste Water Sector of Lagos State

 

  1. a.     Objective of the assignment

The objective of this assignment is to produce a set of regulation that will;

  1. Provide framework for granting licenses for production,  transmission, distribution and supply of water as well as carrying out wastewater management and sewerage operations in the State    (including terms and conditions of the licenses)
  2. Enthrone a regime of service delivery standards and performance standards that will complement existing standards which licensees will be held accountable
  3. Institutionalize a consumer complaints handling and dispute resolution framework to guide service delivery and promote consumer rights protection thereby significantly improving sector efficiency
  4. Instill accountability and protect interests of consumers.

 

 

  1. b.    Criteria for consideration

Interested consulting firms that wish to participate in the exercise are required to submit the documents listed below and must fulfill the included requirements:

  • Evidence of registration of Firm,
  • Evidence of tax remittance for the current tax year
  • Curriculum vitae of the Consultant(s) or Profile of the Consulting firm including list of similar services provided.
  • Experience of working in similar terrain of assignment where available: Nigeria, West Africa or Africa.
  • Demonstration of experienced and capable professionals with wide knowledge of the water industry to carry out the assignment.

 

  1. c.      Duration of Assignment

The duration of the assignment will be approximately 12 weeks from mobilization of the Consultant assignment is expected to commence within 1 week of signing the contract.

 

 

3.       Development of Lagos State Water Sector Tariff    Policy and Revenue Mobilization Strategies and Framework for the Lagos State Water Regulatory Commission (LSWRC)

 

  1. a.     Objectives of the assignment

The objectives of the assignment are to:

 

  1. identify and establish Revenue mobilization Strategies that the Commission can adopt through proper structuring of funds accruable to it from its services in the industry,
  2. Establish robust financial management and accounting procedures for managing and reporting revenue accruing to the Commission;
  3. develop a State Water and Wastewater Tariff Policy to reflect the principles and objectives as stated in the Lagos Water Sector Law, 2004 as well as best practice in progressive water and wastewater sectors as may be identified by the Consultants.

 

  1. b.    Criteria for consideration      

Interested consulting firms that wish to participate in the exercise are required to submit the documents listed below and must fulfill the included requirements:

 

  • Evidence of registration of Firm,
  • Evidence of tax remittance tor the current tax year
  • Curriculum vitae of the Consultant(s) or Profile of the Consulting Firm including list of similar services provided.
  • Experience of working in similar terrain of assignment where available; Nigeria, West Africa or Africa.
  • Demonstration of experienced and capable professionals with wide knowledge of the water industry to earn/out the assignment

 

  1. c.      Duration of Assignment

The duration of the assignment will be approximately 12 weeks from mobilization of the Consultant and the assignment is expected to commence within 1 week of the contract signature.

 

B.      Submission of Documents

The expressions of interest and other required documents shall be submitted in a sealed envelope and clearly labeled “EoI for Water Quality”, “EoI for Licensing” or “EoI for Revenue Mobilization” as may apply on the top right corner for the consultancy with which interest is shown. The name of the company should be clearly written at the reverse side of the envelope. The documents should be addressed to:

 

The Executive Secretary

Lagos State Water Regulatory Commission

GTI House -127 Obafemi Awolowo Way

By Alien round about

Ikeja – Lagos.

 

 

The documents should be submitted at the reception of the commission’s office at the above Stated address not later than 9th April, 2013.

 

A.      Disclaimer

  • Late submission shall be rejected.
  • This advertisement is published for information purpose only and should not be construed as commitment or obligation on the part of the commission to award a contract.
  • The Commission shall not be responsible for any cost or expenses incurred by any interested party in connection with any response to an inquiry nor shall it entitle any party submitting documents claim any liabilities from the Commission
  • The Commission is not bound to shortlist any interested expresser and reserves the right to annul the process of expression at anytime without incurring any liabilities and assigning reason thereof
  • Every bid shall be accompanied with an affidavit that all information and documents submitted are true and correct.
  • All tenders must be submitted by hand.

 

All enquiries should be directed to:

 

The Lagos State Water Regulatory Commission

GTI House – 127 Obafemi Awolowo Way

By Allen Round About

Ikeja- Lagos

 

E-mail: info@lagoswaterreg.org.

Phone: 018428831, 08174597386

 

 

Signed:

Toheeb A. Sobowale

Technical Assistant to Executive Secretary

Lagos State Water Regulatory Commission

GTI House – 127 Obafemi Awolowo Way by Allen Round About

Ikeja- Lagos

 

Invitation for Pre-qualification for 2013 Capital Projects at National Directorate of Employment

National Directorate of Employment

Plot 1529, Nouakchott Street, Zone 1, Wuse District, Abuja

 

Invitation for Pre-qualification for 2013 Capital Projects

 

Introduction

The National Directorate of Employment, an Agency of Federal Government charged with the responsibilities of creating jobs for unemployed Nigerians, hereby invites competent and reputable Contractors submit pre-qualification documents as a pre-requisite to participate in the Bidding for 2013 Capital Projects stated below:

 

Lot A:         Supply of Resettlement Toots and Equipment for different Skills/Trades.

Lot B:         Construction at Model Agricultural Skills Training Centres in Bauchi, Imo and Plateau States.

Lot C:         Production/ Printing of Periodic Reports, Manuals and Registration/

Documentation materials.

Lot D:         Procurement of ICT Equipment and Consumables.

Lot E:         Rehabilitation of Structures in six states (Oyo, Ebonyi, Cross River, Kebbi, Borno and Kwara)

Lot F:          Supply and Installation of Furniture, Training Tools and Equipment for different Trades in a Skills Centre

Lot G:         Provision of Motorized Borehole, Installation of Overhead Water Storage Tank and Reticulation in a Skills Centre.

Lot H:         Construction of Skills Acquisition Centre at:

i) Obanliku LGA, Cross River State.  ii) Akoko- Edo, Edo State. iii) Imo East. Imo State. iv) Bakassi LGA, Cross River State.

Lot I:           Construction of Community Hall at Otor-Ude, Udu LGA, Delta State. Lot J:               Architectural Consultant to take on related services such as Structural

Engineering, M&E, etc. in execution of projects.

Lot K:         Management Service Consultant with vast knowledge in the field of Employment, Skills Training and Empowerment of women and youths.

Lot L:          Electrical Works in Kwara and Oyo States

Lot M:        The NDE intends to go into Public Private Partnership with a competent Contractor to carry out Specialized Training on Mobile Payment Employment Scheme in line with cash-less policy of the Central Bank of Nigeria, which is geared towards employment and training of youths. The Company must possess the following:

 

i)       Evidence of available support of Margento Point of Sale (POS) Terminals in

Nigeria.

ii)      Pictures of Kiosk sample in coloured print

iii)     Security Solution for the Kiosk and POS Terminal Equipment

iv)     Evidence of License by Central Bank of Nigeria to operate as Mobile Money and Electronic Payment Agent.

 

Pre-Qualification Requirements

Application for pre-qualification should be accompanied with the following documents:

i)       Evidence of Registration with Corporate Affairs Commission (CAC).

ii)      Evidence of Registration with Pension Commission and compliance with Pension Act.

iii)     Evidence of Registration with Financial Reporting Council of Nigeria.

iv)     Evidence of Registration with industrial Training Fund.

v)      Evidence of Registration with LECAN for Lot L

vi)     Verifiable Evidence of similar and other jobs successfully executed in the past

vii)    The Company must have an up to-date Tax Clearance/ VAT Certificate for at least three years (2010, 2011 & 2012) and a Tax Identification Number (TIN).

viii)   Details of Company Profiles and list of Equipment for Construction and

Rehabilitation.

ix)     Letter of Recommendation from the Company’s Bankers indicating the   financial capacity of the Company.

 

Failure to submit any of the listed documents may result in disqualification.

 

Submission of the Pre-Qualification Documents

Your submission should reach the above address on or before 16th April 2013.

 

The Director General,

National Directorate of Employment

Plot 1529 Nouakchott Street,

Zone 1, Wuse District Abuja

 

Your submission should reach the above address on or before 16th April 2013.

 

Please note that:

i)       The above procedures must be followed strictly for your submission to be processed.

ii)      This is not an invitation to tender for the job.

iii)     Only qualified contractors/companies will be shortlisted and invited to tender on

 

 

Signed:

Management

Invitation for Expression of Interest to Tender for Design Review of the Port Harcourt Water Supply and Sanitation Project at Ministry of Water Resources and Rural Development

Ministry of Water Resources and Rural Development

 

Invitation for Expression of Interest to Tender for Design Review of the Port Harcourt Water Supply and Sanitation Project

 

The Rivers State Ministry of Water Resources and Rural Development, invites interested and reputable Consultancy Firms to apply for Expression of Interest (EOI) to tender for the Design Review of the Port Harcourt Water Supply and Sanitation Project.

 

Background:

The Rivers State Government is sourcing for funds from the African Development Bank and the World Bank for the financing of the initial phase of the Port Harcourt Water Supply and Sanitation Project, and intends to apply its counterpart funds towards the project for the contract of Engineering Design Review and Preparation of Tender Documents. The consultancy services will support the implementation of the Project. The Ministry of Water Resources and Rural Development is the beneficiary of the funding requested and the Port Harcourt Water Corporation is the intended implementing agency.

 

The Ministry completed the Feasibility Study and Detailed Engineering design for Port Harcourt and Obio/Akpor LGAs in 2011. However, in preparing for the project implementation it has been determined that a Design Review is required for a selected area within the original project scope before commencement of the project, in order to ensure optimization of current and planned infrastructure, and to review and update the original design.

 

Scope of Work:

a.       Review of designs for water supply rehabilitation and expansion undertaken in 2011 and recommend changes that may be necessary to optimize the water supply system, taking into account the following factors which shall be analyzed as part of the Review: water resources security and safety, socio economic analysis for a better understanding of customers, appropriate phasing of works, commercial and financial viability, and any required additional details.

 

b.       Preparation of detailed tender documents for the construction works. The proposed construction works for which the design review and tender documents are required consist of:

  • Rehabilitation and expansion of Water production and treatment from existing well fields
  • Construction of environmental protection infrastructure for the main well field at Rumoula
  • Installation of sludge treatment facility
  • Rehabilitation/rehabilitation of transmission mains
  • Replacement and extension of distribution network
  • Metered connections for approximately 1.2 million people (part of the population will be served through kiosks and metered public water points).

 

Requirement:

Interested Consultancy Firms/Companies are expected to show in their submissions the following information:

1.       Evidence of legal status

2.       Evidence of Current Tax Clearance Certificate.

3.       Detailed Profile of the Firm, which includes;

a.       A description of similar assignments undertaken, as a lead partner in the case of joint venture

b.       A summary of projects undertaken in the project country or in similar conditions, giving the client name and the year in which the project was carried out

c.       Availability and experience of key personnel

d.       Evidence of Audit of firm’s financial statements for previous three years

4.       Any other information that may be relevant in support of the proposal, such as brochures,) etc.

 

Date and Place of Submission

Each Interested Company is to submit three copies of its application in sealed envelope and clearly marked “Design Review for the port Harcourt Water Project”, and should be addressed and delivered to the address below, on or before 12 noon on 9th April, 2013.

 

The Permanent Secretary,

Ministry of Water Resources and Rural Development,

9th Floor, Point Block,

State Secretariat Complex,

P.M.B 5204,

Port Harcourt, Nigeria.

 

Samuel, I. E. O.

Permanent Secretary,

Ministry of Water Resources and Rural Development,

Port Harcourt, Nigeria.

E-mail: ijeoma.samuel@yahoo.co.uk

Invitation for Pre-Qualification and Tender of Contractors for 2012 TETFUND Intervention Project at Federal University of Petroleum Resources

Federal University of Petroleum Resources,

P.M.B 1221 Effurun,

Nigeria

 

Invitation for Pre-Qualification and Tender of Contractors for 2012 TETFUND Intervention Project

 

Notice Reference: FUPRE/TETFund/2013/EQ/Vol.1/01

 

  1. A.   Introduction

The Federal University of Petroleum Resources, Effurun (FUPRE), Delta State, has received normal I intervention fund from the Tertiary Education Trust Fund (TETFUND) and it intends to use part of these I funds for the supply, installation, commissioning and maintenance of Engineering Teaching Equipments I and related Goods and Services for its Workshops and Laboratories for the College of Technology. I FUPRE is desirous of executing the Projects on contract and wishes to invite reputable contractors with I good track record for pre-qualification and financial bidding.

 

  1. B.   Location Of Project

 

FUPRE’s permanent site at Ugbomro in Uvwie Local Government Area of Delta State

 

C. Scope of Work– The goods to be procured are:

 

Petroleum Engineering

Lot 1: Drilling Mud Practical’s and Equipment

Lot 2; Core Analysis and Reservoir Engineering Practical’s and Equipment

Lot 3: Production Engineering & EOR Practical’s and Equipment

 

Electrical & Electronics Engineering

Lot 4: Basic Electronics and Electricity

Lot 5: Electrical Machines

Lot 6: Digital/Analogue Communications, Process Emulators and Controllers

 

Mechanical Engineering

Lot 7: Mechanics of Machines Laboratory

Lot 8: Strength of Materials Laboratory

Lot 9: Thermodynamics, Heat and Mass Transfer Laboratory

Lot 10: Fluid Mechanics & Aerodynamics Laboratory

Lot 11: Materials and Metallurgy Laboratory

Lot 12: CAD/CAM and Drawing and Design Studios

Lot 13: Refrigeration and Automotive Workshops

Lot 14: Fitting, Welding and Fabrication Workshops

Lot 15: Other Wood & Metal Workshops

 

Note: Bidders may bid for any or all the Lots

 

F. Pre-Qualification Requirements for Contractors

 

Technically Qualifying bids must include the following, as well as any other requirements of the Tender Documents:

 

  1. Certificate of Incorporation with Corporate Affairs Commission
  2. Current tax clearance certificate for the Last three (3) years
  3. VAT registration certificate
  4. Audited company account with minimum annual turnover of N150 million in any of the Last three (3) years.
  5. Bank reference letter indicating evidence of accessibility to credit facilities.
  6. Consent to allow for verification of firm’s financial standing with the bankers
  7. Compliance with the Technical Tender Requirements, including Manufacturers Authorization and Products Brochures.
  8. Company profile reflecting Executive and Technical Capacity and evidence as Original Equipment Manufacturer (OEM) or Accredited Distributor who can take responsibility for OEM with evidence of existing technical and operational capabilities in Nigeria.
  9. Evidence of previous experience in supplies of Engineering Equipment in Nigeria in the Last five (5) years:
  10. Evidence of payment of Tender Bid fee of N100, 000.00 for each Lot.
  11. Submission of 2% Bid Security.
  12. Certified true Copy of Memorandum and Articles of Association duly endorsed by the Corporate Affairs Commission.
  13. Evidence of compliance with the provisions of the Pension Reform Act, 2004.
  14. Evidence of compliance with the provisions of the Industrial Training Fund (Amendment) Act 2011
  15. A sworn affidavit that none of the Directors has been convicted in any country

G. Method and Submission of Application

A complete set of bidding documents should be obtained from the Office of the Ag. Registrar after the payment of a non refundable fee of N100, 000.00 for each Lot at any branch of Access Bank A/c No. 0002747923 or Wema Bank A/c No. 0101810294 in favour of Federal University of Petroleum Resources, Effurun.

 

Interested Contractors are expected to submit both Technical and Financial Bid documents in accordance with the bidding documents prepared by FUPRE. Five (5) sets of each (comprising of one original and four copies) should be submitted in 2 SEPARATE SEALED ENVELOPES, clearly marked “CONFIDENTIAL: Technical Prequalification as Contractor (2012 Tetfund Project) LOT……. and “CONFIDENTIAL: Financial Tender as Contractor (2012 Tetfund Project) LOT…….

 

The name and mailing address of the Company shall be clearly stated at the back of each envelope and the Lot number dearly indicated on the top left hand side of the envelope.

 

Bids shall be valid for a period of 120 days after the deadline of submission and must be accompanied by a Bid security of 2% of the total bid value.

Failure to comply with the above requirements will automatically result in disqualification.

 

All submissions are to be addressed to:

 

The Ag Registrar

Federal University of Petroleum Resources

PMB 1221

Effurun, Delta State

 

H. Deadline for Submission

The Technical and Financial Bid documents should be submitted in the “Tender Box” at the office of the Ag. Registrar not later than 25th of April, 2013 at 12.00 noon.

 

11. Opening of Pre-Qualification Bids

The Technical pre-qualification documents will be opened at 2.00 pm on the 25th of April 2013 and Tenderers are invited to attend the ceremony for the opening of the Lots at the University Auditorium.

Caveat

Response to this invitation shall not oblige the University to consider any responding Firm for qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information shall be borne by the responding Firm.

 

Only pre-qualified Contractors would have their Financial Bid Documents opened. Contractors that are not pre-qualified will have their Financial Bid Documents returned to them unopened.

 

Signed:

Chief (Mrs) R. A. Egborge

Ag. Registrar

 

 

 

Invitation for Technical and Financial Bids for the Execution of 2013 Information Technology Projects of the Nigerian Maritime Administration and Safety Agency (NIMASA) at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agancy Act, 2007)

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail- procurement@nimasa.gov.ng    Website: www.nimasa.gov.ng

 

Invitation for Technical and Financial Bids for the Execution of 2013 Information Technology Projects of the Nigerian Maritime

Administration and Safety Agency (NIMASA)

 

 

1.0     Introduction

1.1     The Nigerian Maritime Administration and Safety Agency (NIMASA), a parastatal of the Federal Ministry of Transport intends to implement its 2013 Information & Communication Technology (ICT) Projects as appropriated in the year 2013 Budget of the Agency.

 

1.2     In compliance with the Public Procurement Act (PPA), 2007, the Agency hereby invites reputable ICT Companies to submit Technical and Financial Bids for the projects described below:

 

 

Information Technology (II) Infrastructure

Lot 1.          Supply and Installation of Hardware Resource at NIMASA Head Office, 4, Burma Road, Apapa, Lagos.

Lot 2:          Service Desk /Network Fault, Performance Management at NIMASA Head Office, 4, Burma Road, Apapa, Lagos.

Lot 3.          E-Presence/Video Conferences at NIMASA Head Office, Western Zonal Office, Eastern Zonal Office, Central Zonal Office, Nigerian Maritime Development Centre (NMRDC) Abuja Liaison Office, Calabar Office, Eket Office and Onne Office

 

VPN (ZONAL INTEGRATION OF NETWORK/UPGRADING & OPTIMIZATION)

Lot 4. Implementation of Enterprise Information Communication Technology (ICT) Security at NIMASA Head Office, 4 Burma Road, Apapa, Lagos,

 

Enterprise Information Technology Management:

 

Lot 5.          Procurement/E-Tendering Application at NIMASA Head Office, 4, Burma Road, Apapa, Lagos

Lot 6.          Automation of Legal Services Operations at NIMASA Head Office, 4, Burma Road, Apapa, Lagos

 

 

2.0     General Requirements:

2.1     Prospective Bidders are required to submit the following documents:

i.        Company profile stating current office address, e-mail and telephone numbers.

ii        Certificate of Incorporation / Registration with Corporate Affairs  Commission

iii.      Certification from PENCOM in accordance with the Pension Reform Act 2004 which must include evidence of remittance of Employees Pension Contributions/Deductions or evidence of exemption from the contributory scheme

iv.      Evidence of Tax Clearance Certificate and tax remittances for the last three wars (2010, 2011 & 2012) from the Federal Inland Revenue Service (FIRS).

v.       Company Audited Accounts for the last three years (2010, 2011, 2012) showing annual turnover duly endorsed by a firm of Chartered Accountant

vi.      Evidence of VAT registration.

vii.     Reference Letter from a reputable Bank stating the financial capability to execute the contract if awarded.

viii.    Evidence   of Compliance   with   the Industrial Training Fund (ITF) Act 2011.

ix.      Copy of Memorandum and Articles of Association of the Company.

x.       A sworn Affidavit that none of the Directors has been convicted in any court of law for any criminal offence.

 

 

  • Failure to submit all documents stated above will lead to disqualification of the Bid.

 

3.0     Technical Requirements

3.1.  Evidence of professional qualifications of key personnel and that of the firm

3.2.    Verifiable evidence of similar projects successfully executed or on-going with in the last three (3) years (e.g. Letters of Award, Job completion certificates, evidence of payment etc).

Notation:

  1. Tenderer should provide evidence of working capital in excess of N50million
  2. Provision of Bid Security for all bids valued above N50 Million at 2 % of the bid price by way of guarantee from a reputable bank
  3. The documents should be arranged in the order listed in the Requirements above and clearly separated by dividers.

 

4.0     Collection of Bid Documents

Interested Companies/firms should collect bid Documents from Tuesday, March 26, 2013 from the Office of the Deputy Director (Procurement), 5th Floor (Room 500), Nigerian Maritime Administration and Safety Agency, No. 4 Burma Road, Apapa, Lagos after payment of a non-refundable Tender fee of Thirty Thousand Naira (30,000.00) only for each Lot with a Bank Draft in favour of the Agency and obtain receipt from the Financial Services Department (Revenue Section) of the Agency on the 4th Floor.

 

4.1     Deadline for Submission

Technical and Financial Bids of firms bidding in two (2) sets: – Original and Duplicate, one (1) set of Cd- Rom should be in one large Envelope clearly marked; project name and Company’s Name and submitted on or before the closing date of Thursday 9th May, 2013 by 12 Noon to the office of:

 

The Director (Procurement)

5th Floor (Room 500)

Nigeria   Maritime   Administration   and Safety Agency

4, Burma Road, Apapa

P.M.B 12861, G.P.O Marina, Lagos

 

A Soft copy of the bid should be sent to Procurement department mail

box-procurement@nimasa.gov.ng

 

5.0     Opening of Bids:

5.1     The Technical Bids Shall Be Opened On Thursday 9th May, 2013 At The Nigerian Maritime Resource Development Centre (NMRDC), Multi Purpose Hall, Kirikiri, Lagos By 1.00PM

 

5.2     Bidders or their Representative, Relevant Professional Bodies and Non- Governmental Organizations (NGOs) are invited to witness the Public Opening exercise accordingly:

 

5.3     Opening of financial bids of Tenders adjudged technically competent shall be done at a later date that will be communicated to successful Firms.

 

6.0    Enquiries

All enquiries regarding this advertisement should be directed to the following  telephone Numbers during official hours (9am – 5p.m) only: 08050765455, 08023055758 and 08088524788.

 

7.0    Please Note:

(i)     Late submission bids will not be entertained

(ii)     All C.A.C, V.A.T, PENCOM, I.T.F and Tax Clearance Certificates Submitted may be referred to Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), Industrial Training Fund (ITF), National Pension Commission and other relevant bodies for verification.

(iii)    This notice shall not be construed to be a commitment on the part of Nigerian Maritime Administration and Safety Agency to award any form of contract to any respondent nor shall it entitle any company/Firm submitting documents to claim any indemnity from Agency.

(iv)    The Agency is not bound to accept the lowest tender and Bidders shall be responsible for all costs in preparation and submission of bids.

(iv)   Contractors are expected to adhere strictly to ALL instructions as non-compliance shall constitute a ground for dis-qualification.

 

 

Signed:

Management