Advertisement for Pre-Qualification of Contractors/Suppliers for the procurement of ICT Laboratory Equipment under the 2011 Tetfund Special Intervention Projects at Federal University Lokoja

Federal University Lokoja

P.M.B. 1154

Kogi State – Nigeria

 

Advertisement for Pre-Qualification of Contractors/Suppliers for the procurement of ICT Laboratory Equipment under the 2011 Tetfund Special Intervention Projects

 

 1.0: Introduction

 

The Management of the Federal University Lokoja invites Interested and reputable contractors/supplier with relevant experience and good track record for Pre-Qualification exercise for Procurement of ICT Laboratory Equipment under its Year 2011 TETFUND special Intervention Projects.

 

2.0:   Pre-Qualification Requirements

In order to be considered for pre-qualification, interested and competent contractor/ suppliers must submit the following

  1. Certificate of Registration with Corporate Affairs Commission
  2. Evidence of Current Tax Clearance.
  3. Company Audited Account for the last 3 years.
  4. VAT registration certificate.
  5. Evidence of compliance with Pension Reform Act, 2004
  6. Evidence of compliance with ITF Amended Act 2011
  7. Original copies of documents listed in item (i-vi) for sighting during the opening session which is scheduled for Monday18th Mach, 2013 at 12.30pm.
  8. Evidence of experience with similar jobs in the last three years. This should include the scope/volume of work and the amount, which should be verifiable,
  9. Evidence of financial capability to handle the job and bank support
  10. Company profile including names and technical qualification(s) and experienced of key personnel.

 

 3.0:   Submission of Pre-Qualification Documents

The competed ore-qualification documents should be enclosed in art envelope, sealed and addressed to:

The Registrar

Federal University,

Lokoja.

 

 

4.0:    The completed pre-qualification documents should be deposited in the Tenders Box situated in the Office of the Registrar, Federal University, Lokoja on or before 12 noon of Monday 18th March, 2013.

 

5.0:    The submitted pre-qualification document will be opened on Monday 18th March, 2013 at 12.30pm in the presence of bidders or their representatives who choose to attend, at the Conference Room, Federal University, Adankoto Campus, Behind Specialist Hospital, Lokoja.

 

 

6.0:    This is not an invitation to tender, full tendering procedure shall be applied only to bidders that have been pre-qualified and found capable of project delivery

 

7.0:    Tenderers should also note that only pre-qualified companies would be invited to submit financial bids. The Management of Federal University Lokoja reserves the right to reject any or all the submissions that do not meet up with the requirements as specified above

 

8.0:    The advertisement for the submission of the Technical Bid shall neither be construed to be a commitment on the part of the University, nor shall it entitle any company to make any claim whatsoever and/or seek any indemnity from the University by virtue of any response to the said advertisement.

 

Signed

Habiba A. Adeiza (Mrs)

Registrar

Tender Notice at Ungogo Local Government, Kano State

Ungogo Local Government,

Kano State

 

Tender Notice

 

This is to invite suitable and qualified contractors for prequalification to tender for the construction/ general renovations of some projects across the local Government.

 

Scope of Work

1.       Redesign and conversion of KASCO Store to Skill Acquisition and Development Centre at RIMAWA, UNGOGO LOCAL GOVERNMENT

2.       Procurement of 20 No. of Lite Haice Toyota buses, fairly used for mass transit

3.       General   Renovation  of Local   Government   Education  Authority Secretariat in Ungogo.

4.       Construction of Health Post at Sabuwar Unguwa Tudun Fulani of

Ungogo Local Government

 

All   the interested prospective contractors must satisfy the following prequalification criteria.

1.       Evidence of Incorporation

2.       Company audited account for the last Three years

3.       Evidence of Tax clearance for the last Three years

4.       VAT Registration and evidence of VAT remittance

5.       Evidence of financial capability

6.       Verifiable last of similar projects executed

7.       Registration with Kano State Tender Board Certificate

8        Any additional information that may enhance the chance.

 

Submission  of prequalification   documents  of the  eligible contractors companies should be forwarded their documents on or before 11th March, 2013 to the Chairman Due Process Committee (CPO Ungogo Loca Government) in a sealed envelop marked “construction, supply and general renovation”.

 

This advertisement should not be a confused as a contract award or any commitment on the art of Ungogo Local Government not should it be an entitlement for any contractor or company to make any claim whatsoever from the Local Government by virtue of having responded to this advertisement please.

 

Signed;

Alh. Wada Muhammad

Director Personnel Management

Ungogo Local Government

Kano State

Invitation to bid at The United Nations Population Fund (UNFPA)

Invitation to bid

 

Production of dignity kits

 

The United Nations Population Fund (UNFPA) in Nigeria is calling for Bids from interested Companies for the production of Dignity Kits (Hygiene Kits) to the UNFPA.

 

All companies that wish to participate in the process are required to download the Invitation to Bid Form from the UNFPA Nigeria website at http://nigeria.unfpa.org/vacancy.htm

 

The closing date for submitting the Bid is Tuesday 12th March 2013 at 4.00pm Nigeria Local time.

 

The resulting contract may be available to other UN Agencies.

 

We thank you for your interest in doing business with the UNFPA.

 

Management

UNFPA – Because everyone counts

Expression of Interest at Government of Delta State Warri Industrial Business Park

Government of Delta State Warri Industrial Business Park

 

Expression of Interest

 

Background

Delta State Government is desirous of ensuring the transformation of Warri and its environs into a regional hub of commerce through the establishment of the Warri Industrial Business Park. Warri Industrial Park Limited is a special purpose vehicle incorporated to conceive, plan, implement and execute the Warri Industrial Business ParkProiect.

 

The objective of the project is to create a safe and adequately maintained industrial and business environment in Warri. The park will also provide social and other infrastructure to make it an attractive destination to invest, live, work and for recreation.

 

An area the size of 329 hectares has been allocated for the project. The Park will contain Industrial clusters, Residential quarters, supporting facilities and amenities, Commercial, Retail and Office complexes and recreational facilities.

 

In order to achieve these objectives, Delta State Government of Nigeria and Warri Industrial Park Limited intend to partner with the private sector for the design, build, operation and transfer of Warri Industrial Business Park under a Public Private Partnership (PPP) arrangement.

 

An initial conceptual design for the park has been created and will form the basis on which the private partner would develop the project. The private partner will undertake the substantive design, implementation, construction, operation and management of the Park.

 

Qualifying Criteria:

Interested firms or consortia are hereby invited to submit Expression of Interest (EOI) for the construction, operation and management of Warri Industrial Business Park under a Design, Build, Finance, Operate and Transfer model.

 

The prospective firms or consortia are expected to demonstrate competence to undertake the project. The EOL submission should detail the following minimum requirements as a basis of prequalification:

1.       Full name of firm/consortia members and contact person(s), postal contact and e-mail addresses, and telephone/facsimile/mobile numbers.

 

2.       Firm/Consortium members’ registration particulars including Certificate of Incorporation or equivalent registration documents.

 

3.       Most recent 3-years Audited Financial Statements.

 

4.       Evidence of available financing/access to credit line to execute project.

 

5.       Project team, including relevant specialist consultants and a list of key personnel and organizational chart, qualifications and relevant experience.

 

6.       Most recent Tax Clearance Certificate/Returns.

 

7.      Affiliations with relevant professional bodies.

 

8.       Evidence of capability and previous experience in undertaking PPP projects on a similar scale. Evidence of experience should include the following details:

  • Name of Project, Brief Description and Client
  • Scope of work
  • Contract value
  • Contractual period
  • Nature of contract
  • Name and address of related client’s referee.

 

Submission of Expression of Interest

 

EOIs should be submitted in five (5) original copies and should be signed and delivered in a sealed envelope or package clearly marked:

 

“Expression of Interest for the Concession of Warri Industrial Business Park under a Public-Private Partnership Arrangement”

 

The EOI should be submitted to:-

 

The Secretary

Warri Industrial Business Park Tenders Board

Office of the Secretary to the Delta State Government

Andy Uwejeyan Street

Asaba, Delta State

 

All submissions must be received on or before 3pm on Friday 16th March 2013. Expressions of Interest must be in the English Language. EOI submitted through electronic mail or fax will not be accepted.

 

Interested firms may obtain further information by sending an electronic mail to info@warriindustrialpark.com .

 

This invitation does not constitute a commitment on the part of Delta State Government or Warri industrial Park Limited to award the project to any firm or consortium expressing interest. Only shortlisted firms/consortia will be contacted.

 

Signed:

The Secretary

Warri Industrial Business Park Tenders Board

 

www.warriindstrialpark.com  

BELIEVE INVEST

 

Tender Opportunity at Addax Petroleum Development (Nigeria) Limited

RC No. 333615

Addax Petroleum Development (Nigeria) Limited

 

Tender Opportunity

 

TB-3114 General Maintenance of Addax Offices and Residences in Lagos

 

Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the general maintenance of offices and residences in her Lagos location as detailed in item 2 below. The contract is proposed    to commence in Quarter 3, 2013 and continue for a duration of two (2) years with ATD(N)L having the sole option to extend the duration for a further period of one (1) year.

 

The intention is to award two (2) split contracts as follows:

1)      General Maintenance of Addax’ Offices in Lagos; and

2)      General Maintenance of Addax Residences in Lagos;

 

2.       Scope of Services:

This Scope of Services covers the general maintenance of offices and residences in all APD(N)L’s offices and residences in Lagos.

 

As a minimum retirement, the selected Contractor for each contract shall have the necessary experience, capability and shall be fully responsible for the general maintenance of offices and residences in the following APD(N)L locations:

 

A)      Lagos Offices

1)      Plot 10, Bishop Aboyade Cole, V/I

2)      Plot 864A Bishop Aboyade Cole, V/I

3)      Plot 865B Bishop Aboyade Cole, V/I

4)      Plot 868 Bendel Close, V/I

5)      32, Ozumba Mbadiwe Street V/I

 

B) Addax Residences in Lagos

Eight (8) residences within Ikoyi, Victoria Island and Lekki axis The general maintenance services which will comprise Preventive & Corrective Maintenance shall include the following:

 

A)      SERVICES

1)      Painting works,

2)      Carpentry works,

3)      Metal works,

4)      Keys and locks,

5)      Masonry works,

6)      Plumbing works,

7)      Electrical works,

8)      Air conditioners (A/C) and Refrigeration systems,

9)      Home appliances,

10)    Water-proofing works, in Addax offices and residences in Lagos.

 

NOTE:

The contractor will have to provide minimal number of technical personnel as necessary for the efficient execution of the services (Routine and Corrective) above mentioned.

Essential services should also be coveted on weekends, public holidays and night periods to the locations above mentioned as deemed necessary.

 

All other related equipment, tools and experienced personnel necessary to satisfactorily perform the Services.

The selected Contractor will be responsible for the mobilization and subsequent demobilization of its equipment, tools and personnel.

 

3.       Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the 3.05.08 Civil Works/Building Contracting Services including Drilling/Tunneling etc) (Product/Service) category in NipeX join Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT).

 

3.1.1. To determine if you are pre-qualified and view the product/ services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com  and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on’ check my supplier status’ and thereafter click on’ supplier product group’.

 

3.12   If you are not listed in a product/service category that you are registered with at DPR to do business, you may contact NipeX’ office at 30, Oyinkan Abayomi Street Ikoyi, Lagos, with your DPR certificate as evidence for verification and necessary update.

 

3.13   To initiate the JQS Pre-qualification process, you may access www.nipexng.com  to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.2.    In addition to 3.1 above, Tenderers shall also be required to com­ply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements:

Tenderers are to note that they will be requested during the tech­nical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nnpcgroup.com  and www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

 

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

 

  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7.

 

  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.

 

  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.

 

  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not PO. Box).

 

  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities.

 

  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.

 

  • Provide details on any other Nigerian Content initiative the company is involved in.

 

  • Provide MOA with Oil and Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on the job training attachment for the duration of the project.

 

  • Provide evidence of a minimum of 50% equity ownership of equipment by Nigerian subsidiary

 

  • Provide evidence of Nigerian Content Equipment Certificate (NCEC)

 

5.       Closing Date

5.1.    This tender opportunity shall remain open in the NipeX System for fifteen (15) working days and shall dose to interested Contractors by: 1200 noon  on 22nd March 2013 (the advert closing time/ date)

 

5.2.    Only Tenderers who are registered with NJQS under the applicable Product/category 3.05.08 Civil Works/Building Contracting Services including Drilling/Tunneling etc) as at 22nd March,2013, being the advert closing date shall be invited to submit Technical Bids.

 

6.       Additional Considerations:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert.

 

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.

 

  • To enable interested pre-qualified Contractors to use the NipeX System to progress this tender exercise, they should access the NipeX System and include within their company profile, a name of a principal personnel, his/her phone number and the Contractor’s general official email address for NipeX System set-up and training purposes.

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

 

  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractor to make any claims whatsoev­er, and/or seek any indemnity fern APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:

 

(i)      Pre-Qualified contractors in the relevant Product/ Services category in NJQS will be requested to submit their Technical Tenders.

(ii)     Following the Technical evaluation process, only  technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

 

  • APD(N)L/NNPC reserves the right to inject the submission(s) made by any and/or all Contractors at its sole discretion and at no cost whatsoever to APD(N)L/NNPC.

 

  • APD(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will not communicate through individuals or appointed Agents.

 

Please visit the NipeX portal at www.nipexng.com for this Advert and other relevant information.