Invitation for Pre- Qualification Exercise at University of Lagos, Nigeria

University of Lagos, Nigeria

Invitation for Pre- Qualification Exercise

 

Preamble

The University of Lagos (UNILAG) invites interested competent and reputable developers to apply for the pre-qualification exercise as a condition for consideration in the participation in the development of the University Land measuring 4, 702.25m2 located at Mabushi District of Abuja. The portion of land lying between coordinates 1005072.630MN and 330003.88ME and 1005072.346MN and 330078.949ME is delineated by beacons PB 814, PB 815, PB 846 and PB 847. The survey plan is available with the Director of Works and Physical Planning.

 

Requirements:

1.       Compulsory and Mandatory Criteria:

i.        Evidence of registration with the Corporate Affairs Commission (CAC).

ii.       Company Audited Account for the last three years.

iii.      Evidence of Tax Clearance Certificate for the last three (3) years.

iv.      Evidence of compliance with the provisions of the Pension Reform Act, 2004 and Industrial Training Fund (ITF) Amendment Act, 2011 as applicable.

v.       Evidence of Value Added Tax (VAT) Payment.

vi.      A sworn affidavit indicating that all document submitted are genuine and verifiable.

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

viii.    A sworn affidavit indicating that no current staff of the University of Lagos is a former or present Director, shareholder or has any pecuniary interest in the company submitting bid.

 

Failure to provide any of the above listed documents will automatically disqualify the prospective Developer.

 

2.   Other Criteria

i.        List and Source of Equipment

ii.       Indication of Technical and Administrative staff strength, with academic professional qualification and years of experience of key personnel available for the project.

iii.      Bank reference from a reputable Bank.

iv.      Evidence of relevant verifiable experience on similar works in Nigeria over the last five (5) years stating, cost, duration of  execution, letter of awards and completion certificate etc.

v.       Evidence of Social Responsibility in terms of Endowment, Sports or Education Trust Fund (ETF) contribution.

vi.      Evidence of payment of non-refundable pre-qualification documentation fee of Thirty thousand Naira (N30, 000.00) in bank draft payable to the University of Lagos.

 

Submission of Documents:

All the documents should be in sealed envelope. The envelope should be marked “Confidential Notice of intention to develop University of Lagos Mabushi Abuja Land” and delivered either by hand or courier service to reach the address stated below on or before 3rd December 2012, by 12 noon:

 

The Registrar

Fifth Floor, Senate House

University of Lagos

Akoka-Yaba

Lagos.

 

Other Details

1.       Each Developer shall be required to appear before Pre-Qualification Committee and will be expected to bring the original copies of all the documents submitted for pre-qualification for examination.

 

2.       That by the submission of Pre-qualification documents, University of Lagos is neither committed nor obliged to award the project to any developer.

 

3.       That participation in the pre-qualification exercise shall not be considered as a commitment on the part of the University, nor shall it entitle any developer to any claim whatsoever and / or seek indemnity from the University of Lagos.

 

4.       Only Developers that have been Pre-qualified and found suitable will be invited to competitively tender for the projects.

 

Oluwarotimi O.A. Shodium, Esq., FNIM

Registrar and Secretary to Council

 

Request for Expressions of Interest (EOI) from Consultants for Agricultural Credit Programme Consultancy Services at Niger Delta Development Commission (NDDC)

Niger Delta Development Commission (NDDC)

167, Aba Road, Port Harcourt, Rivers State www.nddc.gov.ng

 

Request for Expressions of Interest (EOI) from Consultants for Agricultural Credit Programme Consultancy Services

 

Introduction

The Niger Delta Development Commission (NDDC) invites interested Nigerian Companies within Niger Delta with relevant experience to submit proposals for consideration for Agricultural Credit Programme and Extension Services (general) Consultancy Services required for its 2012 work Programme.

 

Scope of Work for Credit Delivery

(a)     Create and update comprehensive data of all beneficiaries of the NDDC Agricultural Entrepreneurial Skills Development Programme in the Region since inception according to States and Local Government Areas.

(b)     Identify and examine all participating credit Institutions involved in the Scheme with the view to determine their roles /functionality and continuity.

(c)      Examine all existing MoUs guiding the Programme and seek reviews where necessary.

(d)     Develop / evolve strategies for a better implementation of the Programme.

(e)      Identify suitable willing credit delivery institutions and link such with the Programme for better performance.

 

Scope of Work for Extension Services

(a)     Provide Technical Support to farmers, especially on modern agricultural best practices.

(b)     Serve as a source of linkage between local farmers and Research Institutions in the Region.

(c)      Create and provide data on all innovations in Agriculture on improved stocks suitable for the Niger Delta Region, including sources.

(d)     Organize Extension Service Workshop for farmers in the region with adequate practical on-farm demonstration.

(e)      Assisi the Directorate of Agriculture & Fisheries to organize its annual Agricultural Shows.

 

Pre-Qualification Requirement

Each interested Consultant as part of the Expression of Interest must supply the following documents/information with relevant verifiable evidence:

  • Evidence of incorporation/ registration with Corporate Affairs Commission (CAC).
  • Evidence of registration with NDDC. The Consultant is expected to have been registered with NDDC as at the date of this advert.
  • Audited account of the company for the past three years.
  • Tax Clearance Certificate (TCC) for the past three (3) years.
  • Evidence of presence in the Niger Delta region and experience of executing similar projects within the area for the past three (3) years.
  • Evidence of good understanding of the peculiarities of the local environment especially in areas such as language affinity, effective community liaison potentials and details on local employment.
  • Evidence of current inventory levels of equipment as may be needed on an immediate call-out basis.
  • Other information to facilitate the evaluation of the Consultant’s capability and track-record.
  • Company’s contact person and address including e-mail and site addresses for verification.
  • Letter of reference for similar projects done in the past and names/telephone numbers of contact persons.
  • Evidence of VAT registration.
  • Bank’s reference letter.

 

Evaluation Criteria

Consultants are expected to substantially comply with the above requirements as failure to comply fully may weaken the firms’ case. Consultants are to submit only genuine and verifiable documents, as fake or fraudulently obtained documents would be disqualified and the attention of the relevant security agencies may be called, if necessary. All submitted expression of interests would be evaluated on the basis of documents submitted and pre-qualification would be based on series of factors including consultants’ competence, experience and track record of performance.

 

Other Relevant Information

  • The selection of consultants will follow the procedures outlined in the Public Procurement Act. 2007.
  • Only consultants that have been successfully pre-qualified would proceed to the next stage and the commission would notify them.
  • Consultants who are not notified should assume that they have not been adjudged to cross the pre-qualification stage.
  • Consultants can seek clarification or request for additional information by writing officially to the officer listed below, before the deadline for the submission of the EOI.
  • Consultants are advised not to try to influence the selection process as this would lead to immediate disqualification of the Consultant and the
  • Consultant may also be barred from seeking other contract opportunities from the Commission.
  • All costs incurred by any Consultant in the preparation and submission of the Expression of Interest is to be borne entirely by the Consultant.
  • NDDC reserves the right to reject any or all Expressions of Interests and to terminate the entire selection process at any time without any liability to the Commission.
  • The Expression of Interest must be submitted using the two stage bidding system with the Technical Bids in one sealed envelope and the Financial Bid in separate sealed envelope marked at the top left corner “Expression of Interest: NDDC: Agricultural Credit Programme Consultancy Services (2012)” to the address stated below on or 5th November 2012.

 

All submissions should be addressed to:

 

The Director,

Agriculture & Fisheries Directorate

Niger Delta Development Commission (NDDC)

167 Aba Road

Port Harcourt, Rivers State.

 

(Signed)

Management

Expression of Interest (EOI) for Provision of Consultancy Services for Physical Projects under Its 2012 Capital Projects at Central Bank of Nigeria

Central Bank of Nigeria

Expression of Interest (EOI) for Provision of Consultancy Services for Physical Projects under Its 2012 Capital Projects

 

The Central Bank of Nigeria proposes to undertake, under its 2012 Capital Projects, the Total Refurbishment of CBN Enugu Old Branch Building (Ref CBN/CDP/2012/009). The project involves new construction works, replacement, replacement, rehabilitation and upgrading of the elements of existing facilities and appertaining equipment. Consultancy Services will be required in the under listed areas in order in order to successfully execute the project:

 

i.        Architectural Service

ii.       Structural Engineering Services

iii.      Quantity Surveying Services

iv.      Electrical Engineering Services.

v.       Mechanical Engineering Services.

 

Consequently, reputable firms interested in rendering services to the Bank in the categories as listed above, are requested to send in their Expression of Interest (EOI) for that purpose.

 

Requirements:

Interested firms are required to submit proposals prepared in English Language with the following requirements which shall be used as criteria for preliminary selection.

Mandatory (Without which companies will be disqualified)

(i)      Evidence of registration with Corporate Affairs Commission.

(ii)     Certified true copy of Memorandum and Article of Association.

(iii)    Evidence of payment of tax for the last three (3) years as at when due (such evidence should reflect the value of the projects undertaken by the Company in the last three (3) years).

(iv)    Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

(v)     Evidence of payment of training contributions to ITF (Industrial Training Fund).

(vi)    Evidence of Registration with FRC (Financial Reporting Council of Nigeria).

 

Others

a.       Evidence of participation in similar projects (of value not less than N500 Million)

b.       Corporate profile of the firm including CV of key personnel Supported by Professional licenses, registered address, functional contact email address, GSM phone number(s), facsimile number(s).

f.       Audited accounts in the last three (3) years dully stamped by licensed Auditors.

g.       Verifiable reference of related services rendered in the last three (3) years (attach letters of engagement)

h.       References of satisfactory performance on similar projects from three (3) previous clients.

i.        For Electrical Engineering Services, Evidence of Competences on

  • Power and Distribution
  • Information Communication Technology infrastructure
  • Security and Safety installations.

j.        Mechanical Engineering Services, evidence of Competences on

  • Hot and Cold water Supply and storage systems
  • Waste and Storm water Drainage systems
  • Heating, Ventilation and Air-Conditioning (HVAC)
  • Fire Fighting and Suppression systems
  • Transportation (Lifts)

 

Remuneration

Interested firms should note that consultants’ remunerations shall be based on the Federal Government approved fees for consultancy services in Public Sector. Shortlisted firms shall thereafter be invited to submit financial bids in the Nigerian Currency.

 

Submission

Applications for EOI accompanied by the relevant documents should also be forwarded in sealed envelope marked at the top left corner and boldly written

“EOI for…..Services for Total Refurbishment of CBN Enugu Old Branch Building Project (Ref……)” and addressed to

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

 

Closing Date

All submissions must be received at the above Office on or 3rd December 2012.

 

Opening Date

All submissions will be opened on or before 10th December 2012.

 

Important Notice:

  • Only short listed firms will be contacted
  • The Bank reserves the right to reject any proposals.

 

Signed

Management

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 the Companies to tender

  1. Proven capability, relevant experience and good track record.
  2. Provision of Company profile and organizational structure, including names, resumes and resumes, and telephone numbers of key personnel.
  3. 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
  4. Evidence of incorporation of company by the Corporate Affairs Commission (CAC)
  5. Company Tax Clearance Certificates for the last three (3) years.
  6. Equipment and Technology capacity – Evidence of contact with manufacturers (if any).
  7. VAT Registration and evidence of past VAT remittances
  8. Experience/Technical qualification of key personnel with copies of certificates
  9. Audited Annual financial report of the company for the last three (3) years
  10. Evidence of financial strength, credit worthiness/ Bank reference and readiness to instruct bankers to supply financial information on the company as may be required.
  11. Evidence of community and social responsibility (if any)
  12. A sworn affidavit indicating that all documents submitted arc genuine and verifiable
  13. (xi ii)   A sworn affidavit that none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety,
  14. 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 Document

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 19th, 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 19th, 2012, and representative of companies that submitted bids are hereby invited to witness the opening.

 

5.0     Notification of Pre-Qualification 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, on 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 vent ted 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 to Tender at The Federal Republic of Nigeria Federal Ministry of Power

The Federal Republic of Nigeria Federal Ministry of Power

 

Invitation to Tender

 

Background

Application hereby invites from qualified Human Resources Management Consultants for staff recruitment interview and selection. Interested consulting firms should submit Technical and Financial proposals for the providing of such services.

 

Scope of Work

The services to be provided include but not limited to the following:

  • Liaise with the Federal Character Commission to achieve geographical spread;
  • Invite suitably qualified candidate to apply;
  • Short list candidate based on the geographical spread;
  • Liaise with the Human Resources Management Department of the Ministry;
  • Liaise with the Ministry in the conduct of the entire exercise;

 

Qualification

Prospective Human Resources Management Consultant should indicate their interest by providing the following:

  • Company Profile with copy of Article of Association and CAC Form C07;
  • Relevant experience in the Recruitment Exercise;
  • Financial Capacity Profile of the firm and Evidence of Tax Clearance Certificate for 2009,2010,2011 for Nigeria Firms;
  • Submission of three (3) years Audited Account;
  • Evidence of compliance with Pension Acts of 2004;
  • Evidence of companies website for on line application;

 

Firms will be selected in accordance with the procedures set out in the BPP Standard Request for Proposal (RFP) for the selection of Consultancy Firms (Complex Lump Sum) January 2008.

 

Submission of Proposal:

The Bids should be submitted in six (6) copies (one original & five copies) in a sealed envelope clearly marked “HR Consulting for Power”, and it should be HAND DELIVERED not later than 3:00pm Nigerian time on 12th November, 2012 to the address below:

The Secretary

Ministerial Tenders Board

Federal Ministry of Power

Room 347 Phase1, Annex III

Federal Secretariat Complex

Abuja

 

Further Information

  • Only shortlisted firms will be invited for further consideration.
  • Late submission will be rejected.
  • This advertisement shall not be construed as a commitment on the part of FMP to appoint any consultant nor shall it entitle any consultant submitting documents to claim any indemnity from FMP.
  • FMP reserves the right to take final decision on any of the document received in your proposals.
  • The Human Resources Management Consultant can bid for only one lot.

 

Enquiries on the Invitation

All enquires are to be addressed to:

Director (Human Resources Management)

Federal Ministry of Power

Federal Secretariat Complex

Phase 1 Annex III

Abuja, Nigeria.

 

Signed:

Dr. (Mrs.) Dere Awoslka, MFR, mni

Permanent Secretary