Invitation for Pre-qualification at Rehabilitation of Grace Court, Lagos

Rehabilitation of Grace Court, Lagos

 

Invitation for Pre-qualification

 

Introduction:

The NNPC Pension Fund Limited in compliance with the Public Procurement Act 2007 is desirous of carrying out the rehabilitation and upgrade of some properties. Interested and reputable contractors with relevant experience and capacity are invited to apply for prequalification to tender for the Works indicated below.

 

Description of Work

The Works shall comprise the comprehensive rehabilitation and upgrading of the following Property: Grace Court, 3 Emotan Street, Apapa Lagos

 

Grace Court, 3 Emotan Street, Apapa Lagos

 

Pre-qualification Application Contents

Interested contractors are required to submit the following prequalification information/documents for evaluation:

a.       Company Data:

  • Name
  • Business address (not P.O. Box)
  • Name and phone number (must be capable of receiving text messages) of primary contact person
  • Email address (if available)

b.       Certified true copy of Certificate of Incorporation.

c.       Certified true copy of Corporate Income Tax Certificates for 2011.

d.       Certified true copies of Audited Accounts for 2008, 2009 & 2010.

e.       Banker’s reference and evidence of adequacy of working capital for the Project (access to line(s) of credit and availability of other financial resources).

f.       Details of experience in works of a similar nature executed over the last three (3) years, and work under way (including contract values, award letters/contract agreements, completion certificates, addresses/locations and names/phone numbers of clients who may be contacted for further information).

g.       Names, qualifications and experience of key management and technical personnel proposed for the Project, including copies of relevant certificates and contact details.

h.       Verifiable evidence of availability of major plant and equipment required for the works.

i.        An affidavit that the company is not bankrupt, in receivership or under liquidation, and details of any potential litigation awards which may adversely affect the company’s liquidity.

j.        An affidavit disclosing whether or not any officer of the Developer is a former or present director or has any pecuniary interest in the company.

k.       Evidence of compliance with the provisions of the Pension Reform Act 2004.

Failure to submit any of the listed information/documents will result in a prequalification application being declared nonresponsive.

 

Submission of Prequalification Applications

Applicants are required to prepare one (1) hard copy of their prequalification application, with the required information/documentation arranged in the order in which they appear above, with place dividers to separate each section.

The completed prequalification application must then be seated in a plain brown envelope and marked “Pre-qualification for Rehabilitation and Upgrading of Feyide House & Grace Court, Lagos”, and delivered by hand or registered mail to Triad Associates, Plot 805, Off Ebitu Ukiwe Street, Jabi District, Abuja on or before 16th October, 2012 by 1.00pm

 

Please note that:

  • All enquiries are to be directed to the above address
  • This advertisement for Prequalification shall not be construed as a commitment on the part of NNPC Pension Fund Ltd to issue an invitation to tender and/or award for the Works to any applicant, nor shall it entitle any applicant to make any claim of indemnity from NNPC Pensions Fund Ltd.

 

 

 

 

Expressions of Interest at ECOWAS Commission

Commissao DA Cedeeao

ECOWAS commission

101, Yakubu Gowon Crescent,

Asokoro District,

P.M. B 401,

Abuja, Nigeria.

E-Mail: cedeao@ecowasmail.net

 

Tel: (234- 9) 314-7647, (234-9) 314-7627

Fax: (234 -9) 314-7646, (234 -9) 314-3005

 

From:                   28/09/2012 to 31/10/2012

Type:          Expressions of Interest

Client:        ECOWAS Commission

Title:           Selection of Two (02) Individual Consultants to Conduct the Impact Assessment on Implementation of the ECOWAS Plan of Action to Combat Trafficking in Persons in ECOWAS Region.

 

The Economic Community of West African States (ECOWAS) is a regional group of fifteen Countries, founded in 1975. Its mission is to promote economic integration in “all fields of economic activity, particularly industry, transport, telecommunications, energy, agriculture, natural resources, commerce, monetary and financial questions, social and cultural matters.

 

Trafficking in persons poses serious challenges to state and Human security in West Africa in a variety of ways. It’s a complicated and multidimensional enterprise. As such, no country acting alone can successfully combat it. It also requires a multi-disciplinary approach and the cooperation of individuals, families, communities, security agencies, the local and international NGO Communities, professionals, development partners and donor agencies, neighbours and the international community at large; if It is to be successfully tackled.

 

The ECOWAS Commission is planning to hire the services of two consultants to conduct an impact evaluation of the implementation of the ECOWAS Trafficking in Persons Plan of Action 2001 which was extended in 2003 to 2007 and further to 2011 covering all the ECOWAS member states. The evaluation will be directly supervised by the ECOWAS anti-trafficking unit.

 

2.       The services Included under this project are:

  • Assess the impact of the work of the Commission on trafficking in persons since 2001 in terms of rule and norm setting as well as behaviour change in Member States, Individuals, families and communities What mechanisms and institutional structures have Member States set up since 2001 in compliance with the 2001 Plan of Action? Also to determine the effect of the support of international agencies and other external actors in the fight against trafficking in persons in West Africa.

 

  • Evaluate the strategies and support mechanisms in place in Member States and at the Commission, for the prevention of trafficking in persons in the region. What awareness campaigns have the ECOWAS Commission and national governments embarked upon since 2001 to warm potential victims about the dangers in trafficking in persons, and what have been the impact? How sustainable have they been? What socio-economic opportunities have national governments created to make sure that women, children, and families are not lured to traffickers by false promises of lucrative employment opportunities abroad.

 

  • Evaluate the legal frameworks and mechanisms available at the national level for the timely and effective prosecution of traffickers in accordance with domestic statues, and as provided for by the relevant ECOWAS instruments and decisions.

 

  • Examine the region’s security (and insecurity) architectures especially as they affect vulnerable women, children and families. What are the impacts of trafficking in persons on the promotion and protection of human security in the region?

 

  • Assess the ordinary citizens’ understanding of trafficking in persons against the back drop of the endemic poverty in Member States, and its implications for the fight against trafficking in persons in the region. What are the implications of the persisting informalisation of the economies of Member State and serious threats to the livelihoods of the individual, families and communities for a successful war on human trafficking?

 

  • Generate qualitative and quantitative data will inform policy at the ECOWAS Commission, national governments, international organizations and development partners; and also enrich available literature on the phenomenon of trafficking in persons.

 

3.  The Consultants selected to conduct this mission shall, at least have the following:

  • Have an advanced degree in Law, International Relations or any of the Social Sciences.
  • Have relevant research experience in trafficking in persons or in any related field or in the social sciences.
  • Have extensive knowledge of international and regional instruments on trafficking in persons.
  • Have excellent report writing skills and must be computer literate.
  • Must be fluent in at least one of the three ECOWAS languages.
  • Must be a citizen of an ECOWAS Country.

 

4.  The ECOWAS Commission now invites eligible Consultants (Individual) to Indicate their interests in providing these services. The Interested Consultants must provide all information supporting their qualification to perform the services (Kindly attach detailed Curriculum Vitae that highlights the following: Curriculum and Certificates; Past Experiences of similar jobs over the past five years; IT knowledge; knowledge of the area and any other information useful for the accomplishment of this project).

 

6.  The selection will be done on the basis of a comparison of curricula vitae and the selected Consultants that will be invited to produce technical and financial proposals which will serve as the basis for negotiations for the conclusion of Contract Agreements with each of them (Method Based on the Qualification of Consultant).

 

7.  Interested consultants may obtain further information at the address below during office hours: Monday to Friday from 9: 00 a.m. (GMT+1) to 5. 00 p.m. (GMT+1).

 

ECOWAS Commission, Directorate of General Administration,

Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District,

P.M. B. 401 Abuja Nigeria.

Email:    nkuakor@yahoo.frkabirnfr@yahoo.fr ; bangoura53@yahoo.com .

 

8.       Expressions of interest must be delivered in sealed envelope and clearly marked: “Recruitment of Two (02) Individual Consultants to Conduct the Impact Assessment on Implementation of the ECOWAS Plan of Action to Combat Trafficking in Persons in ECOWAS Region, do not open except in presence of the Tender Committee” to the address below by Wednesday, 31st October 2012 at 4.00p.m GMT+l,

 

ECOWAS Tender Box located in the Office of Director of general Administration, 1st Floor ECOWAS Commission, 101 Yakubu Gowon Crescent, Asokoro District, P. M. B. 401 Abuja Nigeria.

 

Director of General Administration

Invitation for Bids (IFB) at Science and Technology Education Post-Basic (Step-B) Project, Nigerian Research and Education Network (NgREN)

Federal Government of Nigeria

 

Invitation for Bids (IFB)

 

Science and Technology Education Post-Basic (Step-B) Project

National Universities Commission, Abuja, Nigeria

 

Nigerian Research and Education Network (NgREN)

CREDIT No. 4304-UNI

 

Procurement of Multi-Protocol Label Switching (MPLS) Based Broadband Network Infrastructure and Services

(Two-Stage Bidding)

 

IFB No. STEP-B/NUC/NgREN/ICB/GDS/2/12

 

Date of Issuance: 2nd OCTOBER, 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Multi-Protocol Level Switching (MPLS) based Broadband Network Infrastructure and Services

 

3.       The National Universities Commission, Abuja, Nigeria, participating in the implementation of the Science and Technology Education Post Basic Project, now invites sealed bids from eligible and qualified bidders for the:

 

 

 

Lot Description Quantity Locations Bid       Security   Commissioning
1 Procurement of BroadbandMultiprotocol Level Switching (MPLS) Network Infrastructure and Services  Lot 27 Federal Universities, NUC (Abuja) and NMC (Abuja) N17,000,00 0.00 or      US$106,000.00 90 days

 

 

 

4.       Bidding will be conducted using 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 that meet the following minimum qualification criteria:

 

  • Documentary Evidence of at least two contracts involving the development; installation and provision of technical support for Information Systems of similar nature, functional/technical characteristics and value during the last three (3) years;
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of turnover and adequate working capital;
  • Manufacturer’s Authorizations for Information Technologies -except for those technologies which the Bidder Itself manufactures – are required for the following types/categories: All active (i.e. powered) equipment and all software.

 

A margin of preference for eligible national contractors shall be applied. Additional details are provided in the Bidding Document

 

5.       Interested eligible bidders may obtain further information from STEP-B Project Office, National Universities Commission, Abuja Nigeria at the address below and inspect the Bidding Document, from 9.00am to 4:00pm Mondays – Fridays, except on public holidays.

 

6.       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-re fundable fee of 15, 000 0 (Fifteen Thousand Naira) equivalent of USD 100.00 (One hundred United States Dollars). The method of payment will be bank draft in favor of National Universities Commission STEP-B Project. The Bidding Documents will be collected by the representative of the Bidder directly or by courier services paid by the bidder on request. A pre-bid meeting which potential bidders may attend will be held on 30th October, 20 1 2.

 

7.       A two-stage bidding process will be used. The two-stage bidding process will proceed as follows:

(a)     The first stage bid will consist of a technical bid only, without any reference to prices, but including a list of any deviations to the technical and commercial conditions set forth in the bidding documents and/or adding any alternative technical solutions a Bidder wishes to offer, and a justification therefore, always provided that such deviations or alternative solutions do not change the essential requirements specified in the bidding documents. Following the evaluation of first stage bids, a Bidder that adequately meets the minimum acceptable qualification criteria and has submitted a sufficiently technically responsive bid may be contacted for clarification on any aspect of their solution. All suitably qualified and eligible Bidders shall receive invitations to submit second stage bids.

 

(b)     The second stage bid will consist of: (i) the updated technical bid incorporating all changes required as recorded in the bidder-specific memorandum, and/or as necessary to reflect any Addenda to the bidding documents issued subsequent to the first bidding-stage; and (ii) the commercial bid. Any required bid-specific changes, additions, deletions and other adjustments will be noted and recorded in a memorandum, or, if amendments are of a general nature, will be promulgated via an addendum to the bidding documents.

 

8.       First stage bids must be delivered to the address below at or before 12.00 noon on 27th November, 2012. Late bids will be rejected. First stage bids will be opened in the presence of the Bidders’ representatives, who choose to attend at the address below at 12.00 noon on 27th November, 20 12.

 

9.       The address referred to above is:

 

NUC STEP-B Project Office,

Virtual Library Building, National Universities Commission,

26 Aguiyi Ironsi Street, Maitama-Abuja

P.M.B. 237, Garki, GPO, Abuja, Nigeria

TEL: +234-8027455412, 7054407741, 7039254081 Ext. 2232 or 2233

 

E-MAIL: nucstepb@gmail.com

 

Signed:

Project Manager, NUC STEP-B

 

Invitation to Tender for the Construction of Ogbogu Integrated IT Civic Center, Onelga, Rivers State at Niger Delta Development Commission

The Presidency

Niger Delta Development Commission

167, Aba Road, Port Harcourt, RIVERS STATE   www.nddc.gov.ng

 

Invitation to Tender for the Construction of Ogbogu Integrated IT Civic Center, Onelga, Rivers State

 

Introduction

The Niger Delta Development Commission (NDDC) wishes to inform all contractors who responded to our request for Expression of Interest published on Monday, October 2, 2010 in the Vanguard. The Nation and Guardian Newspapers and were duly pre-qualified in respect of the above mentioned project that the procurement process has been cancelled. The Bureau of Public procurement (BPP) has requested that NDDC re-procure this project. All Contractors who were pre-qualified for this project except those disqualified are hereby invited to obtain a complete set of the tender document on the payment of a non-refundable deposit of N50, 000.00 (Fifty thousand naira) only at the address stated below upon presentation of the under listed documents:

 

  • Original copy of CAC registration for sighting
  • A confirmable  VAT  certificate  with   evidence   of remittance
  • A confirmable evidence of up-to-date Annual Returns
  • A confirmable evidence of Tax Clearance Certificate
  • A confirmable  evidence of contributory Pension Scheme to staff
  • A document indicating:

–         Clear Head Office Address

–         Names of Director and Management staff of Company and number of shares each has subscribed to

–         Technical Staff of the Company including their professional qualification details and registration certificates

–         Details of verifiable similar completed and on-going construction works undertaken within the last three years including names of clients,  locations, dates, contract values, references on the jobs, scopes of the jobs as well as payment, valuation and completion certificates of the jobs

–         List/status and  proof of ownership (or verifiable hire agreements) of  plants, equipment and facilities required for the execution of the project tendered for;

–         An overview of the Company’s HSE Policy including Safety Statistics for the past three years

–         An indication of any of the projects above that the Company is interested in

–         A Letter of Commitment that the Contractor shall employ, at least, 5 graduates of the host community in the execution of the project

–         Any other information that would aid in good assessment of the Company

 

  • Evidence of Financial Capability and Banking Support in the form of a Certified Bank Statement with six months history excluding the month of collection/submission of tender. Please note that only contractors with Bank’s Statements of N300million and above within the last six months are eligible to tender for jobs above N500million.
  • A Letter of Commitment permitting the Commission to verify the Statement of Account from the said Bank.
  • A Letter of Commitment that with or without Mobilization, the Contractor will attend the first milestone before payment.
  • Each pre -qualified contractor is allowed to bid for only one of the above listed projects in any state of his choice. Any contractor found to have tendered for more than one project would be disqualified and stopped from participating in the entire bidding process.

 

Other Relevant Information

  • The selection of contractors for the projects will follow the procedures stipulated in the Public Procurement Act 2007.
  • Contractors can seek further clarification or more information by writing officially to the Department listed below before the expiration of the deadline for the collection of the tender documents.
  • Contractors are advised not to try to influence the selection process as this would lead to immediate disqualification of the contractors and such contractors may also be barred from seeking other contract opportunities from the Commission.
  • All cost incurred by any Contractor in the bidding process are to be borne entirely by the contractor.
  • The Commission reserves the right to reject any of the bids, before the award of contract, if Information submitted by the Contractor is found to be false.

 

Validity of Tendering

The bid documents must be received at the address stated below not later than 4pm, Tuesday 2nd October 2012 and must be submitted on completion back to the same address not later than 12noon, Tuesday 30th October 2012.

 

Submission of Bids

Completed tender documents written in English Language should be submitted in sealed envelopes marked with the appropriate job title on the top left corner and addressed to:

 

The Managing Director/CEO

Niger Delta Development Commission

167, Aba Road, Port Harcourt

 

Signed

Management

 

Request for Expression of Interest from Consultants at Niger Delta Development Commission (NDDC)

 

Niger Delta Development Commission (NDDC)

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

 

Request for Expression of Interest from Consultants

Introduction

The Niger Delta Development Commission (NDDC) in furtherance of its mandate is planning to undertake the under-listed developmental projects for the even, rapid and sustainable development of the Niger Delta Region and is seeking to hire specialist consultants for the development and management of a skill empowerment programme for the physically challenged in the Niger Delta Region. The NDDC, therefore, request for Expression of Interest (EOI) from top flight knowledgeable, competent and experienced social services consultants whose areas of competence and core businesses fall within the provision of care and services for the disabled and the physically challenged in the society.

 

Description of Projects

The specific projects and services for which consultant’s services are required and for which capacities are to be assessed are as follows:

 

S/N Description of Project Lot No.

 

Location (States)
1 Development and Management of NDDC Skill Empowerment Programme for the Physically Challenged in the Niger Delta Region

 

1 Akwa Ibom

 

2 Development and Management of NDDC Skill Empowerment Programme for the Physically Challenged in the Niger Delta Region

 

2 Bayelsa & Rivers

 

3 Development and Management of NDDC Skill Empowerment Programme for the Physically Challenged in the Niger Delta Region

 

3 Delta

 

Further Information:

Interested and qualified consultants with real operating and relevant experience who wish to express interest for these procurements are required to obtain further information on the above from the Office of the Director, Education, Health & Social Services, NDDC Head Office, 167, Aba Road, Port Harcourt between the hours of 8am and 4pm Mondays through Fridays; beginning from October 2, 2012.

 

Requirements for Eligibility of Consultants:

Every interested and suitably qualified consulting firm with real operating and relevant experience is invited to submit its Expression of Interest (EOI) document to be used for pre-qualification exercise. ‘This is the first step in the process for the selection of suitable consultants. The EOIs are to be submitted in two parts (with relevant verifiable evidence):

 

A.      Corporate

1.       Evidence of Incorporation/Registration with relevant Authorities;

2.       Clear indication of a verifiable Head Office address, indicating address of Branch Office or Outlet in the Niger Delta Region and a Utility Bill of the Office.

3.       Corporate Profile of the firm indicating ownership structure.

4.       Names and Curriculum Vitae of Principal, Partners and Staff, indicating nature of partnership/practice.

5.       VAT Certificate.

6.       Evidence of Current fax Clearance Certificate of the Principal Partner of the Firm for the past three (3) years duly certified and issued by the FIRS.

7.       Evidence of up-to-date Annual Returns.

8.       Sworn affidavit that the firm is not bankrupt.

9.       Sworn affidavit that none of the Principals/Associates of the firm is an ex-convict or bankrupt.

10.     Evidence of Financial Capability and Banking Support including Bank’s

Reference and recent Statement of Accounts;

11.     A Statement of Interest, including a Statement of Availability to undertake the job (within agreed time-frame) with reference to personnel for the project team.

12.     An Undertaking/Assurance for the delivery of the project in line with the project’s brief.

13.     Telephone and Fax numbers of the firm.

14.     Websites and e-mail addresses of the firm.

 

B.      Technical’s

 

1.       Professional Registration of the Principal Partner of the firm with appropriate professional body and evidence of and recent professional licenses of the Principal and other Partners of the firm:

2.       Professional Registration of the firm with appropriate professional body.

3.       Area(s) of specialty/concentration of the firm.

4.       Technical Capability of the firm, including CV of relevant Staff; evidence of track records in the execution of similar projects.

5.       Intended methodology for providing the service.

 

6.       Letters of Reference, Evidence of payment for similar jobs done in the past with verifiable names and telephone numbers of contact persons from the awarding institutions

7.       CASHES and Quality Assurance Policies of the firm

8.       An itemized strategy /methodology, with time schedule, to ensure the smooth delivery of the project

9.       Any other information that will facilitate the evaluation of the consultant’s capability and track records.

 

Evaluation Criteria

Consultants are expected to fully comply with the above requirements as failure to comply may lead to the cancellation of the Consultants submission. Consultants are to submit only genuine and verifiable documents as consultants who submit fake or fraudulently obtained documents would be disqualified and the attention of the relevant security agencies may be drawn. All submissions would be evaluated on the basis of the veracity of the corporate competence of the firm as submitted by the firm and future participation in the procurement process would be based on a series of factors as enumerated/assessed from the firm’s technical capabilities.

 

Other Relevant Information

  • The selection of Consultants will follow the provisions and procedures outlined in the Public Procurement Act, 2007
  • Only Consultants who have been successfully evaluated would proceed to the next stage of the procurement process and would be duly notified in that regard
  • Consultants can seek clarifications or request for additional information by writing officially to the Office listed below before the expiration of the validity period of this tender from 10am to 5pm, Mondays through Fridays (except Public Holidays)
  • Consultants are advised not to try to influence the selection process as this would lead to their immediate disqualification. Such Consultants may also be barred from seeking other job opportunities from the Commission in the future
  • All cost incurred by any Consultant m the preparation and submission of the firm’s documents are to be borne entirely by the Consultant
  • NDDC reserves the right to reject any or al1 submissions and to terminate the entire selection process at any tune without any at time without liability to the Commission

 

Validity of Expression of Interest

The Expression of Interest (EOI) written in English Language must be submitted in two (Corporate and Technical) neatly addressed envelopes marked at the top left corner, “Expression of Interest”, to the address stated below not later than 2pm, Tuesday, October 16th 2012.

 

The Director,

Education, Health & Social Services,

Niger Delta Development Commission

167, Aba Road, Port Harcourt

River, State.

 

Signed

Management