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

Nigerian Ports Authority

Public Notice No. 3812

National and International Competitive Bidding

 

Invitation for Pre-Qualification of Original Equipment Manufacturer (OEM) For the Design & Construction of Some Marine Vessels

 

1. Introduction

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

 

Lot 1 Two (2) Nos Pilot Cutters
Lot 2 Four (4) Nos Marine Tug Boats

 

 

1.         Scope of Work

 

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

 

2.         Pre-Qualification Requirements

For pre-qualification, interested companies must submit the following documents:

 

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

b)    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.

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

d)    Evidence of VAT Registration/ Remittance Certificate.(2009 – 2011)

e)     Evidence of compliance with Pension Reform Act 2004

f)      Quality certificates ISO 9001 or approved equivalent.

g)     List of at least 5 (Five) similar constructions with Yard numbers, build numbers, built and supplied by the tenderer in the last (10) ten years including names of purchasers, sites/ports other than the country of origin including letter of award and completion certificates.

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

i)       For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

 

3.       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 3812 specifying and 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 not later than 11:00 am on the 4th October, 2012. All Tenders will be opened at 12:00 noon on the same day (4th 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 That:

1.       Late submission will not be entertained

2.       Only short-listed companies will be contacted

3.       Management is not bound to accept any tender

4.       Wrong placement of tender documents will not be entertained.

5.       All costs incurred as a result of this tender shall be borne by the bidding companies

 

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

 

 

Signed:

Management

Nigerian Ports Authority

 

Invitation for the Pre-Qualification of Original Equipment Manufacturers (OEMS) or their Authorized Representatives for Manufacture and Supply of Rolling Stocks through International Competitive Bidding (ICB) at Nigerian Railway Corporation

Nigerian Railway Corporation

 

Invitation for the Pre-Qualification of Original Equipment Manufacturers (OEMS) or their Authorized Representatives for Manufacture and Supply of Rolling Stocks through International Competitive Bidding (ICB)

 

1.       Introduction:

Railway Rehabilitation in furtherance to the Federal Government of Nigerian Railway rehabilitation Programme, the Nigerian Railway Corporation (NRC) invites interested reputable Original Equipment Manufacturers (OEMs) or their Authorized Representatives with relevant and verifiable experience to apply for pre-qualification for consideration to tender for the projects indicated below:

 

2.       Description of the Lots:

The projects fall under the following Lots.

 

i. Lot1:        Manufacture and Supply of Diesel Multiple Unit (DMU) to be used on Narrow Gauge Track.

ii. Lot 2:      Manufacturer and Supply of pressurized Oil Track Wagons to be used on Narrow Gauge Track.

 

3.       Pre- Qualification Criteria:

Only interested OEMs or their Authorized Representatives are eligible to Bid. Bidders are required to submit the under listed documents.

 

i.        Valid Certificate of Incorporation

ii.       Detailed Company Profile

iii.      Verifiable experience and evidence of works of similar nature executed,   including their value and country of delivery.

iv.      Audited Account for the last 3 year.

v.       Evidence of minimum annual turnover of 400M USD or its equivalent.

 

In addition, Authorized Representatives must provide verifiable evidence of Authorization as a representative from an OEM in form of an MOU, Valid Certificate of Incorporation and VAT Certificate

 

4.       Procurement Process

This Pre-qualification exercise is conducted in accordance with Open Competitive Bidding procedure International Competitive Bidding contained in the Public Procurement Act 2007.

 

5.       Submission of Pre-Qualification Documents:

Three hard copies of the application and pre-qualification documents must be submitted in a sealed envelope marked “Pre-qualification of Original Equipment Manufacturers (OEMs) or their Authorized Representatives for Manufacture and Supply of Rolling Stocks”, and indicate the Lot(s) for which you wish to be pre-qualified. The documents should be delivered either by hand or by registered mail to reach the address given below on or before 2nd October, 2012, by 1.00 pm.

 

Applicants are invited to witness opening of the submission at 2.00 pm on the same day at the address below:

 

Deputy Director Procurement,

Procurement Unit,

Nigerian Railway Corporation (HQ),

Okeira Road, Railway Compound,

P.M.B.1037,

Ebute-Metta,

Lagos.

 

Only short-listed companies shall be invited to tender for works stated above.

 

Signed:

Management

Invitation for Pre-qualification to Tender for 2010/2011 TETFUND Intervention Projects at College of Education Afaha NSIT, Etinan, Akwa Ibom State

College of Education

Afaha NSIT, P.M.B. 1019, Etinan, Akwa Ibom State

 

External Advertisement

Invitation for Pre-qualification to Tender for 2010/2011 TETFUND Intervention Projects

 

Preamble

Applications are hereby invited from reputable and interested contractors with relevant experience and good track records to express their interest in bidding for the following jobs:

 

Job Profile

(a)     Normal Intervention

Lot 1:          COE/AFAHANSIT/TETFUND/10-11/01

– Construction of adult and non-formal Education Building.

 

Lot 2:          COE/AFAHANSIT/TETFUND/10-11/02

– Construction of Block of Classrooms and Staff Offices.

 

Lot 3:          COE/AFAHANSIT/TETFUND/10-11/03

– Procurement of Furniture Items for the Block of Classrooms and Staff  Offices.

 

Lot 4: COE/AFAHA NSIT/TETFUND/10-11/04

– Procurement of Furniture Items for School Of Adult and Non-Formal Education Building.

 

(b) Library Intervention

Lot 1: COE/AFAHA NSIT/TETFUND/10-12/L/01

– Education Books.

 

Lot 2:          COE/AFAHANSIT/TETFUND/10-12/L/02

– Library Equipment.

 

Lot 3:          COE/AFAHANSIT/TETFUND/10-12/L/03

– Philosophy/Management/Library Science Books.

 

Lot 4:          COE/AFAHANSIT/TETFUND/10-12/L/04

– Basic Science/ Engineering Books.

 

Pre-Qualification Requirements

Interested contractor(s) must either be a Nigerian or have a joint venture with a Nigerian Company and should submit a letter of intent which must be accompanied by the following documents;

(i)      Evidence of Incorporation by Corporate Affairs Commission.

(ii)     Company Profile and Organizational Structure including names/resume of key personnel.

(iii)    Tax Clearance for the last three years.

(iv)   Evidence of VAT Registration.

(v)    Evidence of technical competence in handling the projects in question (e.g. adequate number of equipment and technical staff).

(vi)   Verifiable list of projects/works executed in the recent past and evidence of satisfactory completion.

(vii)   Evidence of financial strength, credit worthiness and solvency.

(viii) Evidence of compliance with the provision of Pension Act 2004.

(ix)   Evidence of Payment of Development Levy and Registration of Premises.

(x)     Letter from the Contractor authorizing the College of Education, Afaha Nsit, to verify submission.

 

Submission of Pre-Qualification Documents

Four (4) copies of spiral bound pre-qualification documents in a sealed envelope with the inscription: “Pre-Qualification for Year 2010/2011 TETFUND Projects” on the top left corner of the envelope should be submitted to:

 

The Registrar

College of Education

AFAHA NSIT

 

On or before Wednesday 10th September, 2012 by 12 noon.

 

Opening of Pre-Qualification Documents

Pre-qualification documents will be opened that same day 10/09/2012

 

Please note that all bidders will be required to pay a non-refundable pre-qualification fee of N30,000.00 (Thirty Thousand Naira) only at the Bursary Department of the College, in cash.

 

Collection of Tender Documents

Pre-qualified contractors will collect the tender documents from the office of the Director of Works of the College on September 18, 2012.

 

Submission of Tender Documents

Four copies of spiral bound Tender documents in sealed envelope with inscription “TETFUND 2010-2011 Normal Intervention (state Lot number)” OR “TETFUND 2010-2011 Library Intervention (state Lot number)” as relevant, should be submitted on or before 8th October 2012 by 12 noon to the Registrar, College of Education, Afaha Nsit. All Tenderers will be required to pay a tender processing fee of N100,000.00 (One Hundred Thousand Naira) only per Lot for Normal Intervention or N50,000.00 (Fifty Thousand Naira) only per Lot for Library intervention.

 

Opening of Tenders

The tender documents will be opened same day 08/10/2012 at 1.00 p.m. Interested members of the public, especially the tenderers are invited.

 

General Information

All enquiries regarding this advertisement should be directed to the Director of Works, College of Education, Afaha Nsit.

 

Points to Note

(a)     By the submission of the tender documents, College of Education, Afaha Nsit, is neither committed nor obliged to award the contract to any contractor.

(b)     The College is not bound to award the contract to the lowest bidder.

(c)      The College reserves the right to verify the authenticity of all claims in the tender documents submitted.

 

Signed:

I.A. UBONG

Registrar

Invitation for Pre-qualification/Tender at Federal Capital Territory Administration Abaji Area Council FCT Abuja

Federal Capital Territory Administration

Abaji Area Council FCT Abuja

Department of Administration

 

Invitation for Pre-qualification/Tender

 

A.      Abaji Area Council Federal Capital Territory Administration, Abuja hereby invites applications for prequalification/tender from competent and interested companies/contractors for the execution of approved job/projects under its year 2012 budget.

 

B. Scope of Work

Lot 1 Construction Works

–        Construction and surface dressing of 1 KM Yaba bye pass road

–        Construction of Drainage at Yaba Town

–        Fencing of Agyana Public Health Care Centre

–        Opening and construction of Feeder Road

–        Construction of Town Hall Agyana

–        Asphat overlay of 7.1 km Agyana to Gurara River Bank Road.

 

C.      Lot 2 Electricity Supply:-

i.        Extension of electricity project from Yaba – Gurdi

ii        Provision of solar street light, Basakpa

 

D.      Lot 3 Purchase/Supplies

i.        Supply of Hospital Equipment for Public Health Care Centres.

 

E.      Lot 4: Renovation Work

i.        Renovation of Council Secretariat Phase II

 

F.      Pre-qualification/Tender Criteria

To pre-qualify/Tender consideration, interested Companies/Contractors are required to submit the following documents.

i.        Evidence of Certificate of incorporation with Corporate Affairs Commission C.A.C.

ii.       Evidence of Registration with Abaji Area Council in relevant categories

iii.      VAT Certificate

iv.      Tax clearance Certificate 2009-2011

v.       Company Profile

vi.      Bank guarantee

vii.     Evidence of similar job executed within the zone.

viii.   List of equipments

ix.      Any other relevant information.

 

G.      Submission of Documents:

Pre-qualification /Tender Documents should be submitted in sealed envelopes and should reach the Secretary Tender’s Board On or Before Monday 17lh September, 2012. Interested Companies/Contractors should pay a non refundable Tender Fee of N80,000.00 only to Area Council Account No: 2000318051 with First Bank Plc Abaji Branch.

 

All prequalification/tender documents will be publicly opened on the closing date by 12:30 pm at the Council’s Secretariat. Bid/Tender Document will be made available by the Works Department please.

‘                  • ;     .

Signed:

Secretary Tender’s Board

Abaji Area Council

 

Advertisement for Pre-Qualification of Contractors for 2011 TETFUND. Funded Take-off Projects at Federal University Lafia

Federal University Lafia

P.M.B. 146, LAFIA, Nasarawa State

 

Advertisement for Pre-Qualification of Contractors for 2011 TETFUND. Funded Take-off Projects

 

1.       The Federal University, Lafia, in its effort to execute its Take-off Projects, is hereby inviting interested and reputable contractors to submit pre-qualification bid for its 2011 TETFUND funded Take-off Projects as follows:-

 

S/N

 

Lot No. Description of Projects

 

1 Lot 26. Construction of Additional Car Parks and Pedestrian Walkways

 

2 Lot 27. Furnishing of Vice Chancellor’s Lodge

 

3 Lot 28. Furnishing of Registrar’s Lodge

 

2.       Pre-Qualification Criteria

Interested contractors should submit the following documents:

i.        Evidence of incorporation of company with Corporate Affairs

Commission (CAC) and Article of Memorandum of Association.

ii.       Evidence of registration with the Industrial Training Fund (ITF).

iii.      Company’s Audited Account for die last three (3) years.

iv.      Tax Clearance Certificates for the last three (3) years expiring in December 2011 with Tax identification Number (TIN).

v.       Evidence of Compliance with Pension Reform Act, and up to date remittance of Employees’ Pension Fund Contribution in line with section 6d of the Public Procurement Act 2007.

vi.      Evidence of Financial capability and banking support.

vii.     Evidence of similar and verifiable projects executed (copies of Letters of Contract Award-and Completion Certificates) within the last three (3) years and knowledge of the Industry.

viii.    Company’s Annual Turnover.

ix.      Evidence of VAT registration and remittance.

x.       Comprehensive Company profile and organizational structure.

xi.      Evidence of Equipment and Technology capacity.

xii.     Evidence of Experience/Technical Qualification and experience of key personnel to be deployed on the project.

xiii.    Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

 

3.       Verification of Claims

Please note that Federal University Lafia reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

 

4.       Contractors interested in more than one project must apply separately for e      each LOT of the projects.

 

5.       Submission of Pre-Qualification Tender

All Tenders should be in sealed envelopes and marked at the top-right hand corner of the envelope “Pre-Qualification for (Project Name)” and addressed to: The Registrar, Federal University Lafia, P.M.B. 146, Lafia, Nasarawa State.

 

6.       Tenders should be dropped in the Tender box at the Reception of the University at the University’s Take-off site, Mararaba Akunza, Obi Road, Lafia.

 

All tenders must be received on or before 24th September 2012, by 12.00pm and shall be opened on the same day at 2.00pm in the Canteen at the Take-off site. Representatives of all bidding companies and the general public are invited to attend the opening exercise.

 

7.       Successful bidders shall be notified to collect the appropriate Tender

Document for the Financial bidding.

 

Signed:

Registrar