Expression of Interest for Haulage/Transport Services at Multinational FMCG Company

Expression of Interest for Haulage/Transport Services

 

We are a Multinational FMCG Company. We wish to engage the service of Reputable Haulage/Transport Companies for road transportation of our products across Nigeria and containers from port to our warehouses/factories.

 

The service provider should have a pool of experienced and competent staff, including modern equipment and structures that support the timely delivery of goods within agreed lead times. The service provider should be able to uphold agreed terms and condition within a service level agreement and Long term arrangement of up to two years.

 

 

Basic requirements:

  • Minimum 5 years experiences as a haulage/transport service provider
  • Solid financial standing
  • Possession of OWN vehicles not older than 8 years
  • Availability of reliable online communication resources (e-mail, scanning, etc…)
  • Monitoring and vehicle tracking systems/mechanism

 

 

Interested reputable transporters having 10 tons to 40 tons fleets with relevant cognate experience and good track record of performance are hereby invited to submit registration documents.

 

All expression of interest should be sent to following address not later than 25th December, 2012.

 

Head – Supply Chain

SOSACO NIGERIA LIMITED

16-lndustrial Avenue

llupeju, Lagos, Nigeria

 

transport@sosaconigeria.com

 

Only short-listed applicants will be invited for further discussion.

Invitation to Tender at Ekiti Enterprise Development Agency (EEDA)

Ekiti Enterprise Development Agency (EEDA)

3rd Floor, Mutual Building, Beside Tantalizers Okesha Street,

Ado – Ekiti, Ekiti State, Nigeria

 

Invitation to Tender

 

Ekiti Enterprise Development Agency (EEDA) is intending to purchase the learning Equipment for the newly established Eyiyato Enterprise Development Centres in Aisegba, Ilupeju and Iloro – Ekiti as well as Invitation for Tendering.

 

Appointing a consultant to manage each of the centres in compliance with BPP requirement on award of contract, EEDA hereby invites interested contractors to bid for the following:

 

Scopes of work are highlighted below lot by lot:

A.      Enterprise Development Centre, Ilupeju-Ekiti     – Lot A

Enterprise Development Centre, Iloro-Ekiti                  – Lot B

Enterprise Development Centre, Aisegba-Ekiti    – Lot C

Appointment of a consultant to each of the Centres      – Lot D

 

B.    Tender Fee:

Each would-be bidder are expected to collect tender documents after payment of a non-refundable fee of N30.000 to be paid to Government Treasury at Eikiti Enterprise Development Agency office, 3rd Floor, Mutual Building, Okesha, Ado – Ekiti.

 

C.      Eligibility:

Interested and reputable contractors are also requested to include the following documents with their bid(s) as necessary for further actions.

 

i.        Evidence of payment of tender fees.

ii.       Certificate of the Company’s Registration/Incorporation (CAC).

iii.      Evidence of registration with Bureau of Public Procurement (BPP).

iv.               Company’s current tax clearance for 3 years obtained in Ekiti State, Nigeria (2010, 2011, 2012).

v.       Evidence of payment of Development Levy for 3 years (2010,2011,2012);

vi.      Evidence of previous work done/Company profile etc.

vii.     Evidence of business location in Ekiti State.

viii.    Evidence of payment for business premises with the Ministry of Commerce & Industries.

ix.      Company Profile(s).

 

D.    Submission:

Completed tender documents must be returned in sealed envelope, stating the contract and specific lot.

Identification/Number on the left hand side and address to:

 

The Permanent Secretary,

State Tenders Board Secretariat

Cabinet & Special Services Department,

Governor’s Office,

Ado – Ekiti, Ekiti State, Nigeria.

 

Pre-qualification is valid on or before Tuesday, 25th December, 2012. The

submission will be opened immediately after the closing date which is 27th December 2012 at the State Tenders Board Secretariat in the presence of all bidders who choose to attend. Late submission of tender documents will not be entertained.

 

Signed: OSKA Seyi AIYELESO, Director-General, Ekiti Enterprise Development Agency (EEDA) www.ekitistate.gov.ng

 

 

Invitation for Bids (IFB) Nigeria at Malaria Booster Project

Invitation for Bids (IFB) Nigeria

Malaria Booster Project

 

Credit No: 4250 UNI

 

Procurement of 6,449,904 Units of Long Lasting Nets (LINs) (Rectangular)

IFB NO: ICB/NMCP/MBP/LLIN/001/12

 

1.       This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue no. GNP/001/06 of 13th September 2006.

 

2.       The Federal Republic of Nigeria has received a credit from the international Development Associated toward the cost of Malaria Control Booster Project (MCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of Long Lasting Insecticidal Nets (LLINs).

 

3.     The National Malaria Control Programme (NMCP) now invites seated bids from eligible bidders for providing Long Lasting Insecticidal Nets. Eligible bidders are invited to submit separate bids for one or more Lots described below: each Lot will be considered as a separate offer leading to a separate contract:

 

 

Item Description States Quantities Place of Delivery Bid Security Delivery Schedule from Date of contract Signing
Lot 1 Long LastingInsecticidal Nets (LLINs) Rectangular, 50% White and 25% Blue Green. Akwa Ibom 750,281 units Central Medical Store, State Secretariat Complex, Aback Road, Uyo, Akwa Ibom State. Nigeria. A bid security of at least 2.5%  of bid price is required  

120 days

Lot 2 Long LastingInsecticidal Nets (LLINs) Rectangular, 50% White and 25% Blue Green.

 

Anambra 772,925 Units Central Medical Store, State (HSDP Store), Beside Amaka General Hopital, Maduka Street, Aruma Junction, Akwa, Anambra State. Nigeria.  A bid security of at least 2.5%  of bid price is required 120 days
Lot 3 Long LastingInsecticidal Nets (LLINs) Rectangular, 50% White and 25% Blue and 25% Green. Bauchi 895,020 Units Central Medical Store, Ahmed Abdulkadir Road, By Bank Road, Behind Prof. Iya AbubakarResource Centre/State Library Bauchi, Bauchi State. Nigeria.

 

A bid security of at least 2.5%  of bid price is required 120 day
Lot 4 Long LastingInsecticidal Nets (LLINs) Rectangular, 50% White and 25% Blue and 25% Green.

 

Gombe 445,302 Units Central Medical Store, (Cold Store), Behind Railway Station, Gombe State, Nigeria. A bid security of at least 2.5%  of bid price is required 120 Day
Lot 5 Long LastingInsecticidal Nets (LLINs) Rectangular, 50% White and 25% Blue and 25% Green.

 

Jigawa 808,423 Units Central Medical Store, Primary Health Care Agency, Old Secretariat, Jahun Local Government Area (LGA), Jigawa State Nigeria. A bid security of at least 2.5%  of bid price is required 120 Day
Lot 6 Long LastingInsecticidal Nets (LLINs) Rectangular, 50% White and 25% Blue and 25% Green.

 

Kano 1,785,529 Units Central Medical Store, Ibrahim Taiwo Road, Off Radio Kano, Kofar Nasarawa Kano, Kano State, Nigeria A bid security of at least 2.5%  of bid price is required 120 Day
Lot 7 Long LastingInsecticidal Nets (LLINs) Rectangular, 50% White and 25% Blue and 25% Green.

 

Rivers 992,424 Unit Central Medical Store, No 9b Industry Road, Port Harcourt Rivers State. Nigeria. A bid security of at least 2.5%  of bid price is required 120 Day
TOTAL 6,449,904 Unit

 

 

4a.     Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

b.       The bidder shall quote any unconditional discounts and indicate the method for their application in the bid submission form.

 

5.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee N15,000:00 (Ten thousand Naira only) or in $ 100:00 (One Hundred US Dollars only). The method of payment will be certified cheque or bank draft in favor of Nigeria Malaria Control Booster Project. The document will be collected by bidder’s representative.

 

6.       Interested eligible bidders may obtain further information from National Malaria Control Programme (NMCP) and inspect the bidding documents at the address given above from 0800 to 6:00pm, Monday to Friday, except on public holidays.

 

7.       Bids must be delivered to the address below on or before 23rd January, 2013, at 11:00am. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below at 11:00am, 23rd January, 2013. All bids must be accompanied by a bid security as mentioned above, in USD or an equivalent amount in a freely convertible currency. Late bids will be rejected.

 

Signed

National Project Coordinator

Malaria Control Booster Project (MCBP)

National Malaria Control Programme (NMCP)

Federal Ministry of Health

1st Floor, Abia House,

1st Avenue, Off Shehu Shagari Way,

Central Area, Abuja, Nigeria.

 

Invitation to Tender at Damboa Local Government of Borno State

Damboa Local Government of Borno State

 

Invitation to Tender

 

Damboa Local Government in its desire to improve the standard of living of its people is embarking on a comprehensive Water Project to address the problem of water scarcity in Damboa Town, and is therefore inviting suitable and competent contractors to tender for the project.

 

 

Scope of Work

Provision of water pipeline extension, water distribution network and construction of battery of Taps at various locations

 

Requirements for Tender

1. Evidence of registration with Corporate Affairs Commission

2. Evidence of Tax Clearance for the last three years

3. Record of experience of embarking on similar projects

4. Evidence of Financial capability

 

 

Submission of Tender Document

Tender documents are available at the works department of the council. Tender forms should be collected and submitted not later than 18th December, 2012.

 

Signed

Alhaji Babagana Abbas

Caretaker Chairman

 

Request for Expression of Interest for Consultancy Services for the Review of University of Uyo Main Campus Master Plan, Along Nwaniba Road, Uyo, Akwa Ibom State at University of Uyo

University of Uyo

P. M. B. 1017, UYO, Nigeria

 

Request for Expression of Interest for Consultancy Services for the Review of University of Uyo Main Campus Master Plan, Along Nwaniba Road, Uyo, Akwa Ibom State

 

I.       Introduction

The Management of the University of Uyo, Uyo intends to engage the services of interested, competent and reliable consultants for pre-contract Consultancy for the review of University of Uyo Main Campus Master Plan based on National Universities Commission (NUC) Standards and requirement. The Main campus covers as area of 1443.18 hectare. Its main entrance is along Nwaniba Road, on the south end Western lobe, central plains and eastern lobe at the middle with its north boundary spurs terminating along Ikpa River.

 

 

2.       Details of the Scope of Works

Details of the scope of works to be earned out include but is not limited to the following:

(a)     Delineation of perimeter boundary of the existing main campus in line with the land survey plan.

(b)     Production of land/facilities map/drawings in soft and hard copies of existing facilities; using Geographic Information System (GIS), AutoCAD or any other software based on agreement with the University.

(c)      Proposing and reviewing existing land showing encroached areas and existing features with details e.g. areas, usage, facilities with all details and proposed development based on University of Uyo academic programmes and needs based on the original master plan proposals, existing development and proposed projection data.

(d)     Production of drawings for each of the proposals to be reviewed or planned for e.g. access, water, power, drainage, waste landscape, accommodation etc.

(e)      Development of a growth/phase/Tuning projection schedule for academic programmes, student/staff/visitors ratio, accommodation, current estimated total cost and projected cost of development.

(f)      Production of an impact Assessment Report, Final Report and Executive Report on the project.

(g)     Production of 200No hardcover A3 size booklet with reports and drawings, l00No laminated or plastic AO size final base map drawings, 500No A4 size foldable souvenir copies with a brief report of final design, 20No AO size each of the other planning proposals e.g. drainage, access roads, water, power, soil test and conditions, etc. and 100No A4 size bound paperback Executive Report.

(h)     Installation of all necessary softwares with license and training off 10No staff of physical planning on the software application and operation using 4No. laptops: (HDD- TB: processor speed 3 OGd, Intel core 17, Ram  – 3.8GH,. RAM- 16.OGB, Syst type-64-bit, Screen-HP 21 inch): 1 No A3 printer (HP Office het 7500A wide format) with half a dozen sets of spare inks, a 10No persons computer work station complete with tables/chairs and electrical connecting devices as part of the project materials.

(i)      Liaising with the University Master Planning Conimittee, Representatives of the Nigerian Universities Commission (NUC) and other Representatives as may be directed by Management.

(j)      Providing other information necessary to capture all planning needs and projections for the next 10 years and beyond.

(k)     Training 10No stall of the Directorate of Physical Planning on the softwares and operational systems for input, output, modification or adjustment of existing or proposed features and facilities.

 

 

3.       Method Of Application

Interested Consultants are to submit along with copies of their detailed proposals with the following, which would be assessed for pre-qualification purpose.

A comprehensive company profile paged with table of contents to include         the following among others, in the under-listed order with labeled page      separators:

a)       A letter of application indicating interest:

b)      Evidence of company registration/Certificate of Incorporation from Corporate Affairs Commission (CAC).

c)       Current Company Tax Clearance certificate for at least (3) three years (2009 2011) with TIN No.

d)      Vat Registration Certificate and evidence of VAT remittances.

e)       Evidence of firm’s key personnel capability including list of key professional with photocopies of academic and professional Registration Certificates, signed curriculum vitas (CVs) of personnel’s to be engaged on the works, as well as other resources. A summary of personnel details presented in a tabulated form showing names, addresses, telephone number(s), e-mail address(es), letters of appointment or contracts or signed Memorandum of Understanding (MOU) with the firm, certificates obtained, registration status, conditions of engagement, years of experience, present position in firm, position in the proposed project, job of similar magnitude involved with (attach evidence).

f)       Evidence of experience in at least three (3) jobs of similar nature and complexity executed within the last ten (10) yews with verifiable letters of contract award, evidence of payment, certificates of job completion or evidence of being on the job, if on-going and a table of content on the report of such project.

G)      Evidence of registration of Principal Partners or Director(s) with, relevant Planning Professional Bodies.

h)      Registration of the Practice with relevant Planning Professional Bodies. List of relevant equipment/tools/technological capacities. (Evidence of ownership/lease agreement should be included where applicable).

i)       Evidence of possession of Technical capability/equipment and a listing of such plants as possessed/owned by the firm to be utilized for the project. State location of the plants and equipment for ease of verification and ownership lease agreement, if any.

j)       Evidence of financial capability and support from the bank or evidence to show that the firm is not bankrupt.

k)      The firm’s audited accounts for the past three years;

I)       A letter authorizing University of Uyo, Uyo to verify claims with relevant agencies and bodies;

m)     Evidence of contributions to Industrial Training Fund (ITF) for the past 3 (three) years;

n)      Evidence of Employee Pension Fund Contribution Registration and remittance in line with section 6d of the Public Procurement Act, 2007.

o)      Original copies of items b, c, d, f, g, h, m and n are to be sighted at the pre-qualification exercise;

p)      Sworn Affidavit in line with the provisions of Part IV, section f 6, subsection 6 (e-f) of the Public Procurement Act 2007;

q)      For joint Ventures (TVs), include Memorandum of Understanding;

r)      Possession of satisfactory Quality Assurance/Quality Control manuals

s)       A summary of methodology, programme of work, list of proposed areas of reviews, tests and investigations to be carried out drawings to be produced, reports expected, as output, based on your previous experiences.

 

4.       Submission of Documents For pre-Qualification

Five (5No) soft bound hard copies information required and one original softcopy of the submission in CD. In addition, two (2No) financial bid documents in soft and hard copies are required. Submissions of files or hard bound copies are not acceptable. Submissions with Firm’s name printed are to be made in sealed envelope(s) and marked “Pre-qualification to Tender and Financial Bid” separately, and delivered by hand to:

The Registrar

University of Uyo

P.M.B. 1017

Uyo Akwa Ibom State

Nigeria

 

The Submission must be done on or before 12.00 noon of Monday, 21st January, 2013 and any submissions made thereafter, stands rejected.

 

Pre-qualification documents will be opened on Monday January 21, 2013 at 2p.m. prompt, in the University of Uyo Senate Chambers.

 

 

Only firms whose pre-qualification and Expression of Interest documents fulfill the requirements, would be considered for the next stage.

 

 

Note:

1.       Nothing in this advertisement shall be construed to be a commitment on the part, of University of Uyo, Uyo to undertake the project or entitle any bidder to make any claim(s) whatsoever in respect of any expenses incurred in preparing response.

2.       Only those pre-qualified will be contacted.

3.       Full tendering procedures will be applied only to bidders that have been pre-qualified and found capable of executing the projects.

4.       The commercial tender documents shall be open for only pre-qualified Consultants.

5.       The management pledges fair and equal treatment of all participants, but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

 

Signed

Mrs. Edak U. Umondak