Invitation to Tender for Pre-Qualification for the Construction and Supply of Various Boats at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3814

 

National and International Competitive Bidding

 

Invitation to Tender for Pre-Qualification for the Construction and Supply of Various Boats

 

1.0        Introduction

The Nigerian Ports Authority (NPA) hereby invites interested and competent original Equipment Manufacturers (OEM) to bid for pre-qualification for the construction and supply of the under listed boats:

 

Lot 1 – 2nos fire/safety boats (16m length, aluminum frame).

Lot 2 – 1no Executive Passenger Boat (10 Seat, 20m max. length)

 

2.0     Scope of Work

The scope of works shall include but not limited to the construction and supply of 2nos fire/safety boats, and 1no Executive boat.

 

3.0     Pre-Qualification Requirements:

Interested Companies are required to submit three (3) bound copies of Bids with the specific chapters, paginated and separated by dividers, in the same order as set out here under. The bids should be in English language, but where a bidder chooses to use a language other than English, the bidder should provide translation at own cost.

 

Interested National/Local companies must submit the following documents:

a.       Evidence of company registration with Corporate Affairs Commission (CAC), and Articles of Association.

b.       Evidence of VAT Registration and Remittance Certificate for 2009, 2010 & 2011

c.       Evidence of Tax payment in form of Tax clearance Certificate for the past three (3) years (2009, 2010 & 2011)

d.       Evidence of compliance with Pension Reform Act 2004. (Remittance documents should be attached)

e.       Evidence of compliance (registration and remittance) with the provision of the Industrial Training Fund (ITF) Act.

f.       Submit evidence of Memorandum of Understanding (MOU) with an Original Equipment Manufacturer

 

While Interested International/Foreign companies must submit the following documents:

a)       Evidence of Company registration in the country of origin/home country

b)      Evidence of Tax Payment in the Country of origin/home country

 

Both National/Local and International/Foreign companies must in addition submit the following:

a)       Particulars of Original Equipment Manufacturing (OEM) company including Statutory Registration Certificates and company profiles indicating names, qualification and experience of key personnel to be involved in the project, physical address, telephone number, fax and e-mail.

b)      Company’s financial details & audited accounts for the last three years (2009-2011)

c)       Quality certificates ISO 9001 or approved equivalent.

d)      Environment Management System ISO 14001:2004 or approved equivalent

e)       Evidence of similar constructions successfully completed in the past, with Yard numbers, Build numbers, and in addition attach transaction document namely, award letters, job completion certificates.

f)       Company’s safety management system/certification

 

4.0     Submission of Tender Documents

The pre-qualification documents for each lot must be bound, in triplicate copies, sealed in an envelope and marked “Tender for Prequalification for construction and supply of various boats, Public Notice No—, Lot no……”, addressed to Secretary, Tenders Board, Nigerian Ports Authority, and dropped in the designated Tender Box on the 2nd Floor, Nigerian Ports Authority, 26/28 Marina, Lagos, within working hours. The sub­mission of tenders closes on 30th October, 2012 @ 11.00 am, while the opening of tenders will take place at 12noon on the same day (30th October, 2012 ) at the Conference Room of Nigerian Ports Authority, at No. 1, Joseph Street, Off Marina, Lagos in the presence of all bidders or their representatives.

 

Please Note:

i.        Late submission will not be entertained

ii.       Only Shortlisted companies will be contacted

iii.      Management is not bound to accept any tender

iv.      Wrong placement of Tender documents will not be entertained

v.       All costs incurred as a result of this pre-qualification tender invitation shall be borne by the bidding companies.

 

For further enquiries, please contact General Manager, Procurement or

E-mail: projectinfor@nigerianports.org , info@nigerianports.org

 

Signed:

Management

Nigerian Ports Authority

Invitation for Pre-Qualification of Original Equipment Manufacturers (OEM) for the Design & Construction of Some Marine Vessels at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3813

 

National and International Competitive Bidding

 

Invitation for Pre-Qualification of Original Equipment Manufacturers

(OEM) for the Design & Construction of Some Marine Vessels

 

1.0     Introduction

The Nigerian Ports Authority hereby invites interested, reputable and competent Original Equipment Manufacturing (OEM) Companies with relevant experience to tender for the design, construction and supply of the underlined Marine Vessels.

 

Lot 1 Two (2) Nos Pilot Cutters

Lot 2          Four (4) Nos   Marine TUG Boats

 

2.0     Scope of Work

The scope of work shall be the design, construction and supply of the above mentioned Marine Vessels.

 

3.0     Pre-Qualification Requirements:

Interested Companies are required to submit three (3) copies of Bids with the specific chapters, paginated and separated by dividers, in the same order as set out here under The bids should be in English language, but where a bidder chooses to use a language oilier than English, the bidder should provide translation at own cost.

  • Interested National companies must submit the following documents:

a) Evidence of company registration with Corporate Affairs Commission (CAC), and Articles of Association.

b) Evidence of VAT Registration and Remittance for past three years (2009, 2010 & 2011)

c) Evidence of Tax payment in form of tax clearance Certificate for the past three (3) years (2009, 2010 & 2011)

d) Evidence of compliance with Pension Reform Act 2004 (registration and remittance).

e) Evidence of compliance (registration and remittance) with the provision of the Industrial Training Fund (ITF).

f)  For Joint Venture, Memorandum of Understanding (MOU) with, the Original Equipment Manufacturer (OEM) should be submitted.

 

  • While Interested International/foreign companies, which shall be a reputable ship building yard Must in addition submit the following documents;

a)       Evidence of Company registration in the country of origin/home country

b)      Evidence of Tax Payment in the Country of origin/home country

 

  • Then, both National and International companies must in addition submit the following:

1. Particulars of Original Equipment Manufacturing (OEM) company including Statutory Registration Certificates and company profiles indicating names, qualification and experience of key personnel, physical address, telephone number, fax and e-mail.

2. Company’s financial details & audited accounts for the last three years (2009- 2011)

3. Quality certificates ISO 9001 or approved equivalent.

4. Environment Management System ISO 14001:2004 or approved equivalent

5. List of at least 5 (five) similar constructions with Yard numbers, Build numbers, built in the last (10) ten years in addition with names of purchasers, sites/ports of operation in at least three (3) different distinct sites/ports. Please enclose letter of awards and completion certificates.

6. Proof that they can build and supply vessels with the compliance of International Association of Classified Society (IACS) membership certificate.

 

All bidders who had submitted tenders on account of earlier publications may wish to withdraw their tenders and submit fresh ones

 

4.0     Submission of Tender Documents:

Three (3) copies (one original and two duplicates) of Technical Proposals for any Lot desired should be submitted in a sealed envelope and clearly marked with the Appropriate Project Title” Public Notice No …. specifying Lot No and addressed to “The Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designated Tender box located on the 2nd Floor of the Nigerian Ports Authority Headquarters building at 26/28 Marina Lagos on or before 30th October 2012, by 11:00 am. All Tenders will be opened at 12:00 noon on the same day (30th October, 2012) at the Conference Room of Nigerian Ports Authority Annex building, No 1 Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

Please Note:

i.        Late submission will not be entertained

ii.       Only Shortlisted companies will be contacted

iii.      Management is not bound to accept any tender

iv.      Wrong placement of Tender documents will not be entertained

v.       All costs incurred as a result of this pre-qualification tender invitation shall be borne by the bidding companies.

 

For further enquiries, please contact General Manager, Procurement or E-mail: project-infor@nigerianports.org .

 

This advertisement cancels and replaces earlier advertisements in respect of this procurement

 

Signed

Management

Nigerian Ports Authority

Invitation for Expression of Interest for the Provision of Environmental at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No. 3816

 

Invitation for Expression of Interest for the Provision of Environmental

Impact Assessment Services for the Capital Dredging of Calabar and ESCRAVOS – Warri Channels

 

1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent Environmental Impact Assessment firms to submit expression of interest for the study of the impact of the proposed capital dredging of the following channels;

 

Lot 1: Calabar Channel, from Adiabor Bridge – Fairway Buoy -12m Isobaths.

 

Lot 2: Escravos – Warri – Aladja – Koko Channel

 

 

2.0     Scope of Projects

The scope of the project shall consist of pre and post project study of the likely environmental effects and mitigation measures for the proposed cap­ital dredging of the Channels on marine life and adjourning ecosystem.

 

3.0     Expression of Interest Requirements

All interested bidders should submit three copies of bound bids with specif­ic chapters, paginated and separated by dividers and arranged in the same order as outlined here under:

a.       Evidence of company registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association.

b.       Evidence of VAT Registration and Remittance.

c.       Evidence of TAX Clearance Certificate for the 2009, 2010 & 2011.

d.       Evidence of compliance with Pension Reform Act 2004. (Remittance documents should be attached)

e.       Evidence of firm and personnel registration with relevant Professional

bodies.

f.       Verifiable proofs of company’s technical ability to undertake environmental impact assessment services.

g.       Evidence of at least (2) projects of similar nature and complexity

executed within the last 7 years, including letters of award, completion    certificates etc.

h.       Company’s audited accounts for the last three (3) years (2009, 2010 &

2011).

i.        Company’s profile to include names, qualifications, experiences of key

Personnel.

j.        All relevant information concerning contacts, telephone, fax and e-mail

address of the company’s representative.

k.       For Joint Ventures (JVs), Memorandum of Understanding (MOU) should

be provided.

 

4.0     Submission of Expression of Interest

The completed bid document should be submitted in triplicate hard copies and a soft copy for each lot, sealed in an envelope and addressed to “Sec­retary to Tenders Board, Nigerian Ports Authority” and clearly marked with “Expression of Interest for the Provision of Envi­ronmental Impact Assessment Services for the Capital Dredg­ing of Calabar and ESCRAVOS – Warri Channels, Public Notice No…, Lot No….,” and dropped into the designated Tender Box located on the 2nd  floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos on or before 11th October, 2012 by 11.00am. All tenders will be opened by 12.00noon on the same day (11th October, 2012) in the Conference Room, N.PA Annex Building No. 1 Joseph Street, Off Marina Lagos in the presence of all bidders or their representatives.

 

For further enquiries, please contact the “General Manger ( Procurement)” on

e-mail:  projectinfo@nigerianports.org

 

Please Note:

1.       Management is not bound to accept any tender

2.       All costs incurred as a result of this tender invitation and any subsequent

requests for information shall be borne by the bidding companies.

3.       Late submission and wrongly place documents will not be entertained

4.       Only short-listed companies will be contacted.

 

Signed:

Management

Nigerian Ports Authority

 

Pre-Qualification of Contractors for the Construction of a Unit of Lecture Block/Offices at Office of the Registrar University of Calabar

Office of the Registrar University of Calabar

 

Pre-Qualification of Contractors for the Construction of a Unit of Lecture Block/Offices

 

1.0 Introduction

Interested and reputable contractors with Relevant Experience are hereby invited to apply for pre- qualification to bid for the construction of a unit of lecture block/offices.

 

2.0     Scope of Works/Non-Refundable Pre-Qualification Fees for the Construction of a Unit of Lecture Block/Offices

The works consist of the construction of a two storey building, and involves site clearing, concrete work, carpentry and joinery, roofing, metal work and glazing, mechanical and electrical works, finishes, painting and external works. The non-refundable fee is N10 ,000 only payable at the bursary department by a bank draft raised in favour of the university of Calabar.

 

3.0     Pre-Qualification Requirement:

Only companies that can show evidence of the following documents should apply for, and complete, the pre-qualification documents:

(a)     Company Registration with corporate affairs commission (CAC); expiring.

(b)     Company tax clearance certificate for the last three (3) Years in December 20 12.

(c)      Three (3)years (2009-2011) audited accounts for the company including company profile, Experience/technical qualification of key personnel registration with professional Regulatory Bodies (i.e ARCON, COREN, QSRBN and CORBON as appropriate, photocopies of academic and professional registration certificates must be attached).

(d)     VAT Registration with TIN NO and past remittance for the last 3 years.

(e)      Evidence of company’ registration with national pensions commission for contributory pensions scheme for staff in accordance with pensions reform ACT, 2004.

(f)      Evidence of at least three (3) similar jobs executed in the last five years with their locations, letters commission, job completion certificates and contract sums.

(g)     Details of plants and Equipment, including machineries owned or to be hired.

(h)     Evidence of payment of relevant pre- qualification fees at the bursary department of University.

(i)      Name of Bankers with reference.

(j)      Evidence of financial capability to the project.

(k)     Evidence of compliance with the amended Industrial Training Fund Act, 2011 and

(l)      A sworn affidavit disclosing whether or not any officer of the University of Calabar or BPP is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all material particular

 

NB:

The above-listed requirements shall form part of the bids evaluation criteria and non- compliance with sections 4 (a), (b), (c), (d), (k) and (1) of the requirements shall result in automatic disqualification of the bidder.

Bidding  will be conducted through National Completive Bidding(NCB) Procedure as specified in the public procurement Act, 2007.

 

Seven (7) copies of the pre-qualification requirements should be prepared and bound in the order listed above with a table of contents.

 

4.0     Pre-Qualification Evaluation Documents for the Construction of Lecture Block/ Offices

Pre-qualification documents for the construction project are obtainable within three weeks from the date of this publication, between 10.00a.m and 3.00pm each day, from the:

Office of the Director of Physical Planning

University of Calabar,

Calabar.

 

On the presentation of the receipt for payment of the pre-qualification fee and photo-copy of the bank draft.

 

5.0     Submission of Pre-Qualification and Tender Documents

Completed documents, which must be enclosed in a sealed envelope with the title of the project written on the top left-hand corner of the envelope, should be dropped in a tender box in the office of:

 

The Registrar

University of Calabar

Calabar.

P.M.B. 1115(UPOJ, Calabar

Cross River State, Nigeria 540004

E-mail: registrar@unicalonline.com

                                         

On or before Monday 8th October, 2012, by 12.00 noon.

6.0     Opening of Pre-Qualification and Tender Documents

Opening of the documents shall take place at noon on the closing date for the submission of the documents. The venue will be the council chambers of the University. Bidders are please requested to witness the opening exercise.

 

Note:

Companies should note that the pre- qualification exercise is not an invitation to tender or bid and does not create any commitment by the University to any company.

 

Signed:

Dr. (Mrs.) JULIA D. OMANG

Registrar and Secretary to Council.

Invitation for Pre Qualification at Michael Okpara University of Agriculture, Umudike

Michael Okpara University of Agriculture, Umudike

P.M.B. 7267, Umuahia, Abia State, Nigeria Office of the Registrar

 

Invitation for Pre Qualification

 

1.0     Bids are hereby invited from interested and reputable Contractors with relevant experience and good track record in respect of:

 

2.0     Year 2012 Tertiary Education Trust Fund Normal Intervention Projects:

 

Projects Lots, Project Title and Tender Reference Number:

 

Lot 1:          Erection and completion of Academic Block III for CNAS Department.

Tender reference: MOUAU/UMUDIKE/TETFUND NI/12/01

 

Lot 2:          Erection and completion of Academic Block II for CCSS. Tender reference:

MOUAU/UMUDIKE/TETFUND NI/12/02

 

Non-refundable processing fee of N20, 000.00 (Twenty Thousand Naira) only is to be paid for each of the projects.

 

3.0     Years 2011 and 2012 Merged Library Intervention Projects.

 

Projects Lots, Project Titles and Tender Reference Number:

Lot 1:          Books. Tender reference: MOUAU/UMUDIKE/TETFUND LI/11&12/01

 

Lot 2:          Journals. MOUAU/UMUDIKE/TETFUND LI/11&12/02

 

Lot 3:          Library equipment and furniture. MOUAU/UMUDIKE/TETFUND LI/11&12/03

 

Lot 4:          ICT, computers and accessories and library software. MOUAU/UMUDIKE/TETFUND LI/11&12/04

 

Lot 5:          Security gadget extension of CCTV. MOUAU/UMUDIKE/TETFUND LI/11&12/05

 

Lot 6:          Bindery Equipment. MOUAU/UMUDIKE/TETFUND LI/11&12/06

 

Non-refundable processing fee of N15, 000.00 (Fifteen thousand naira) only is to be paid for each of the projects.

 

4.0     Bidding Criteria:

a.       Company profile and organizational structure including names and resume of key personnel.

b.       Verifiable list previous/similar major works carried out in the recent past with their locations and clients (copies of completion certificate/final payment certificate should be attached).

c.       Evidence of incorporation and current tax clearance certificate for last three (3) years.

d.       Reference letter from the company’s banker (s)

e.       List of equipment to be used for the project and their location (state whether the equipment are leased, hired or owned)

f.       Evidence of compliance with pension reform Act 2004 (as amended)

g.       Evidence of compliance with the amended Industrial Training Fund Act 2011

 

5.0     Submission of Pre-Qualification Documents

Duly completed documents should be neatly packaged with Title of the project and lot number marked on the left Hand side of the envelope for the review of the University. It should be hand-delivered to:

 

The Registrar

Michael Okpara University of Agriculture, Umudike,

Abia State

Room 214 Alex Ekwueme Building

 

To reach him on or before 15th October 2012, by 12.00 noon of this closing date.

 

6.0     For Further Enquires Contact:

The Vice-Chancellor or the Ag. Director, Physical Planning

Michael Okpara University of Agriculture, Umudike,

 

7.0     Opening of Pre-Qualification Documents:

Interested competent Contractors are invited to the opening of the bid document on Monday by 12.00 noon in Vice-Chancellor’s Conference Room, Michael Okpara University of Agriculture, Umudike.

 

8.0     Please Note That:

Michael Okpara University of Agriculture, Umudike is neither committed nor obligation to short list any Contractor or to award the contract to any contractor or agent.

 

The University reserves the right to reject any and/or all bidding packages.

 

This advertisement for invitation shall neither be constructed as commitment on the part of the University nor shall it entitle any contractor to make any claims whatsoever and/or seek any identity from the Michael Okpara University of Agriculture, Umudike.

 

Dr. A.G. Nwokocha

Registrar