Request for Expression of Interest (EOI) at Nigerian Communications Commission

Nigerian Communications Commission

Request for Expression of Interest (EOI)

 

Further to the implementation of the 2012 budget and in compliance with the requirements of the Public Procurement Act 2007, the Nigerian Communications Commission hereby invites proposals from reputable firms with proven experience to undertake the under-listed consultancies.

 

Lot No Consultancy Description
PC- 4 Cost Based Transmission Cable Pricing in Nigeria
CM-4 Development of Operational Guidelines for Enforcement

 

Eligibility Criteria

  • Interested companies are to submit the following documents:
  • Evidence of Incorporation and Registration with CAC
  • Current Tax clearance Certificate
  • VAT Registration Certificate
  • Two copies of Audited Accounts for the past three years which must bear the stamp and seal of the audit firm
  • Evidence of compliance with the Pension Act
  • Detailed company profile, including evidence of technical competence, curriculum vitae of professional staff indicating their academic and professional certification
  • Evidence of similar contracts executed backed with verifiable letters of award and or certificate of job completion
  • Evidence of financial capability supported with letter of reference from a reputable bank and bank statements for the last six months.
  • Interested firms must not submit bids for more than two lots and shall submit only one bid for a lot
  • Every submission shall be accompanied with an affidavit that all information and documents submitted are true and correct and that no officer of the Commission is a former or present director, shareholder or has pecuniary interest in the bidder.

 

 

Submission of Documents

The EOI documents should be submitted in a sealed envelope clearly marked “Expression of Interest – Lot No. …..” on the top right-hand corner with the name of the company written on the reverse side of the envelope and addressed to:

 

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja

 

 

The documents should be dropped in the Bid Box located at the reception of the Commission’s Head office at Plot 423, Aguiyi Ironsi Street, Maitama, Abuja not later than 12:00 noon local time on Tuesday, 11th December, 2012.

 

 

DISCLAIMER

  • Late submissions shall be rejected
  • This advertisement is published for information purposes only and should not be construed as a commitment or obligation on the part of the Commission to award a contract.
  • The Commission will not be responsible for any costs or expenses incurred by any interested party in connection with any response to an inquiry nor shall it entitle any party submitting documents to claim any indemnity from the Commission.
  • The Commission is not bound to shortlist any bidder and reserves the right to annul the bidding process at any time without incurring any liabilities and assigning any reason thereof.

 

All enquiries should be directed to:

Director, Human Capital and Infrastructure Group,

Nigerian Communications Commission,

3rd Floor, Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja

 

Signed:

Tony Ojobo

Director, Public Affairs

Invitation to Pre-Qualification to Tender for Some Proposed Projects/Consultancy Services in the College at Yaba College of Technology

Yaba College of Technology

P.M.B, 2011, Yaba, Lagos

 

Invitation to Pre-Qualification to Tender for Some Proposed Projects/Consultancy Services in the College 

 

Application are hereby invited from reputable and interested Companies with relevant  experience and good track record for pre-qualification to tender for the under listed projects.

 

 1.0    Profile of Contractors/Consultants

(1)     Supply of various Vehicles for the College

(2)     Construction of Student Hostel (BOT)

(3)     Consultancy Services for some College Projects

(4)     Construction of Common Room in Student Hostel

(5)     Construction of Staff Quarters under Build and Transfer

(6)     Construction of Tourism Village under (BOT) at Epe Campus

(7)     Supply and Installation of CCTV

(8)     Forest Clearing of College Land at Epe

(9)     Repair of 650KVA Generator

(10)   Renovation of Student Hostels

 

 

2.0    Pre-Qualification Criteria

The following will prequalify Companies to tender:

(i.)               Proven capability, relevant experience and good track record,

(ii)     Provision of Company profile and organizational structure, including names, resumes and telephone numbers of key personnel.

(iii)    Provision of Verifiable list of previous similar works successfully executed within the last three years with names of clients, evidence of award and practical completion.

(iv)    Evidence of Incorporation of company by the Corporate Affairs Commission (CAC)

(v)     Company Tax Clearance Certificates for the last three (3) years

(vi)    Equipment and Technology capacity – Evidence of contact with manufacturers (if any),

(vii)   VAT Registration and evidence of past VAT remittances

(viii)  Experience / Technical qualification of key personnel with copies of certificates

(ix)    Audited Annual financial report of the company for the last three (3) years

(x)     Evidence of financial strength, credit worthiness / Bank reference and readiness to instruct bankers to supply financial information on the company as may be required.

(xi)    Evidence of community and social responsibility (if any)

(xii)   A sworn affidavit indicating that all documents submitted are genuine and verifiable

(xiii)  A sworn affidavit that none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

(xiv)  Bidders should include in their bid, a sworn affidavit indicating that no officer of Yaba College of Technology is a former or present Director, Shareholder or has any pecuniary interest in the company.

 

 

3.0      Submission of Pre-Qualification Documents

Bound pre-qualification documents in wax-sealed envelope with “Pre-qualification as Contractor for the (name of project)” at the top left hand corner should be hand-delivered not later than 12noon on Monday, November 19, 2012 to the address below

 

The Registrar

Yaba College of Technology

Yaba-Lagos

 

4.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened at 1:00 p.m. on Monday, November 19, 2012, and representative of companies that submitted bids are hereby invited to witness the opening.

 

5.0       Notification of Pre-Qualified Bidders

Pre-qualified contractors will be contacted and they will be invited to tender accordingly.

 

6.0       Collection of Tender

Pre-qualified contractors should note that they will be required to pay a non-refundable tender processing fee often thousand naira only (N10, 000) for each project.

 

Tender documents will be available for collection at the Physical Planning Unit, of the College on presentation of evidence of payment of the processing fee.

 

Please Note:

a.)      That by the submission of pre-qualification documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or its agent.

b.)     That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of College, nor shall entitle any company to make any claims whatsoever and/or seek any indemnity from Yaba College of Technology.

c. )     That due diligence would be followed as all the documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

 

 

Signed

Biekoroma Charity Amapakabo

Registrar

Invitation for Bids (IFB) at Lagos State Government, Lagos Urban Transport Project

Lagos State Government, Lagos Urban Transport Project

Procurement of Operational Vehicles

IFB No: LAMATA/WB/NCB/GC/LUTP 11/09/12

IDA Credit No.: 4767- UNI   Date: October 30, 2012

 

Invitation for Bids (IFB)

 

1.       This Invitation for Bids follows the General Procurement Nonce for this Project titled NG Nigeria-LUTP-II (FY10) that appeared in dg market publication of July -16, 2010

 

2.       The Lagos State Government has received a credit from the International Development Association toward the cost of Lagos Urban Transport Project (LUTP II), and it intends to apply part of the proceeds of this Credit to payments under the Contract for Procurement of Operational Vehicles of Contract No LAMATA/WR/NCB/GC/ LUTP II/09/12.

 

3.       The Lagos Metropolitan Area Transport Authority now invites scaled bids from eligible and qualified bidders for Supply of the following Operational Vehicles for LAMATA.

 

Lot Item Description Qty
1 4WD of min eng. Capacity 5.7 Lt

 

1
2 4WD of min eng. Capacity 3.5 Lt

 

4
3 Saloon Car of min eng. capacity 2.0 Lt 6

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) 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.

 

5.       Interested eligible bidders may obtain further information from Lagos Metropolitan Area Transport (LAMATA), at the address below and inspect the Bidding Documents at the address given below from 9a.m. to 4p. m Mondays through Friday.

 

6.       Qualifications requirements include:

  • Evidence of previous supply (sale) of vehicles proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • Evidence of adequacy of working capital for this Contract (access to linen(s) of credit and availability of other financial resources).
  • Certificate of incorporation and company profile.

 

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       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 of Fifty Thousand Naira Only (N50, 000). The method of payment will be in Bank Draft. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

 

8.       Bids must be delivered to the address below on or before 29th November 2012, by 10.00 a.m. 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 in person or cm-line at the address below on 29th November, 2012 at 10.00 a.m. All bids must be accompanied by a Bid Security of Two Million Naira Only (N2, 000 ,000.00) or its equivalent in US Dollars.

 

9.       The address referred to above is:

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA)

Block C, 2nd floor, Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01-2702778-82

Fax: 01-2702783

E-mail: advert@lamata-ng.com ; dmobereola@lamata-ng.com

Invitation for Bid at National Agency for Science and Engineering Infrastructure (NASENI)

National Agency for Science and Engineering Infrastructure (NASENI)

(Federal Ministry of Science and Technology)

Idu Industrial Area, P. M. B. 391, Garki, Abuja.

TEL: 09-7831365   EMAIL: nasenihq@naseni.org

 

Invitation to Tender

 

1.       The National Agency for Science and Engineering Infrastructure (NASENI), in her continuous effort to implement its mandate is currently establishing the “Agricultural Machinery and Equipment Development Institute (AMEDI)” in Mbutu Aboh-Mbaise, Imo State.

 

NASENI is therefore desirous to invite competent and reliable Contractors to bid for the following Projects for the immediate take-off of the Institute before the end of 2012.

 

LOT1:         Construction of Perimeter Fencing and Gate House for AMEDI at its Permanent Site at Mbutu Aboh-Mbaise, Imo State.

LOT 2:        Construction of Administrative Block Building for AMEDI at its

Permanent Site at Mbutu Aboh-Mbaise, Imo State.

LOT 3:        Construction of Mechanical/ Fabrication Workshop Building for AMEDI at its Permanent Site at Mbutu Aboh-Mbaise, Imo State.

LOT4:         Procurement of Mechanical/ Fabrication workshop Equipment such as:

a)    Workshop Hand Tools.

b)    Conventional lathe and milling machines.

c)    Sheet Metal Bending Machine

d)    Sheet metal Guillotine Machine

e)    Arc Welding Machines

f)     Gas welding & cutting Facilities.

g)    Standing Drilling and grinding Machines; and

h)    Plasma cutter

 

2.       Interested Companies in the fields of engineering business as stated in 1 above are invited to submit Bids for Tender with the following requirements;

 

2.1.    Evidence of incorporation.

2.2.   Evidence of possession of Competence and experience in jobs similar to the one described in 1 above in Nigeria along appropriate company profile.

2.3.    Evidence of Current Registration with NASENI

2.4.    Evidence of tax clearance and audited /Accounts for the test three years.

2.5.    Evidence of financial capability and provision of Advance Payment Guarantees.

2.6.    Reference letter from a reputable Bank.

2.7.    Evidence of registration with PEN-COM and remittance.

2.8.    Evidence of registration with ITF and remittance

2.9.    Payment of non-Refundable fee of N25.000.00. Payments are to be made by Bank Draft payable to “National Agency for Science and Engineering Infrastructure” Abuja.

2.10   Only Pre-qualified bidders shall have their financial bid opened same day immediately after the pre- qualification exercise.

 

3.       Interested Companies should pick up the bidding document from the Procurement Unit Room 5 at the Agency’s Headquarters, Idu, Industrial Area, Abuja on payment of a non-refundable fee of N25, 000,00.

 

4.       Qualified contractors should submit their two (2) sealed bids marked “Technical bid and Financial bid respectively) at the left hand corner of the envelop specifying the item appropriately and addressed to:

 

The Director General / Chief Executive,

National Agency for Science & Engineering Infrastructure,

Idu Industrial Area,

PMB 391, Garki, Abuja

 

Not later than 11th December 2012.

 

Signed:

Management

Request for Expressions of Interest (EOI) For Borehole Servicing and Maintenance at Lagos Water Corporation

Lagos State Government

Lagos Water Corporation

 

Request for Expressions of Interest (EOI) For Borehole Servicing and Maintenance at Lagos Water Corporation (LWC) Mini/Micro Waterworks in Lagos State

 

1.0     Introduction

The Lagos water Corporation (LWC) is desirous to engage borehole servicing companies to handle Borehole maintenance and servicing works at LWC mini/ micro waterworks across the state. There are forty-eight (48) mini/micro waterworks, sited within five (5) defined supply districts namely

 

(i)      North East (Epe-old, Ikorodu-Ota ona, Ota Ikosi, Epe-Agric, Ikorodu-Lagos Road, Eredo, Magodo, Mende, Oworonsoki, Ijaiye Ojokoro and Agege)

 

(ii)     North West (Alausa, Oshodi, Ikeja-GRA, Isheri Oke, Shasha, Mosan Okunola, Abule Egba, Idimu, Igando and Meiran)

 

(iii)    Central (Surulere, Ikate, Coker-Aguda, Iwaya, Iponri, Isoslo, Shomolu, Bariga and Isheri-Oshun)

 

(iv)    South east (Ikoyi, Alexandra, Onika, Dolphin, Apongbon, V/I Saka Tinubu, Lekki, Badore and V/I Annex)

 

(v)     South West (Apapa, Amuwo Odofin, Ajegunle Old, Ajegunle New, Ijora Badia, Badagry, Ojo, Otto Awori, Ajangbadj and Imeke Iworo)

 

In order to achieve full capacity utilization of LWC mini/ micro waterworks plants and maximize volumetric yield of our boraholes, a regime of services and maintenance programmes is being established.

 

Hereby, LWC invites BOI submissions from eligible borehole servicing contractors to provide the services detailed below.

 

2.0     Project Scope

The requirements for the execution of borehole servicing and maintenance works will include but not limited to the following:

 

a)    Review and Update of the borehole status via application of CCTV inspection camera

b)    Conduct and determine appropriate maintenance/service requirements. It should be noted that all examination must be carried out based on acceptable coat effectiveness, method statement, performance Criteria /Standards (procedure for job execution to attain optimal result)

 

c)    Prepare job Schedule, Bill of Quantities and Cost

 

d)    As part of this assignment, compliance with all statutory requirements and relevant procedures of LSG/LWC must be observed

 

e)    Maintenance and Service of boreholes in conformance with mutually established benchmarks of performance during the entire assignment

 

3.0     Requirements from Eligible Parties

In order to be pre-qualified, the prospective contractors must possess relevant experience in the provision of the required services. Contractors are required to submit comprehensive information as follows:

 

  • Full Name and nationality (country of registration) of the company and contact person, postal address, telephone and e-mail address, telephone and email address.

 

  • Company registration including Certificate of Incorporation, certified true copies of memorandum and Articles of Association and CAC form C07 or the equivalent
  • Evidence of Tax Clearance for the last Three years
  • Evidence of available Financing/Access to credit line
  • Evidence of appropriate skill amongst Staff
  • Evidence of ownership/access to appropriate equipment for this assignment
  • Evidence of previous Experience in carrying out similar works in the provision of the required services, including the following details: (i) Name of project, Brief description and client (ii) Scope of work, (iii) Contract Value (iv) contractual Period (v) Nature of Contract (Lump Sum, etc) (vi) Name and Address of referee client referee (vii) Copies of current policies for professional indemnity, Employer’s liability and / or Public.

 

4.0     Submission of Expression of Interest (EOI)

 

Interested firms may obtain further information at the address below during office hours between 9.00am and 3.00pm or by Electronic Mail.

 

The EOI submission should include: One (1) original copy and five (5) other copies to be delivered in a sealed envelope and delivered on or before 19th November 2012 to the address below; by 5.00pm Nigerian tone on the said date:

 

Group Managing Director

Lagos Witter Corporation

 

Attention: Executive Director (Operations)

 

Lagos water Corporation

Water House,

Ijora Lagos.

Tel: +234-01-7741973/ +234- 01-7749034

E-mail: dejijohnson@live.co.uk

E-mail: skidhydromarineconcept@yahoo.com

 

It should be noted that this invitation does not constitute a commitment on the part of LWC to award the contract to any contractor expressing interest Furthermore, the submission of documents shall not entitle any of the Interested parties to any claims against LWC by virtue of such contractor having responded to this EOI invitation. All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for information shall be for the respondent’s account only.