Expression of Interest in a High Tech Industry

Expression of Interest

 

Our Client a foremost Company in the High Tech Industry is desirous of engaging the service of a reputable Catering Company to manage its Staff Canteen:

 

Catering Company (Ref. LC 101 2012)

  • The Catering Company must be duly registered with Corporate Affairs Commission (CAC)
  • Must have good organizational structure with fantastic track records.
  • The would be Company should be able to key into the vision of our Client.
  • Must have filed the appropriate returns to date with the relevant Agencies.
  • Must be able to cook both Local and Continental Dishes very well.
  • With at least 5 years of experience of servicing other corporate organizations

 

Interested reputable Companies should forward their Applications and Company Profile on or before 4th September 2012 to: info@libraconsultingng.com

Only shortlisted companies would be contacted

 

Pre-Qualification of oil Trading Companies Supplying Products to Nigerian Petroleum Marketing Companies under the Petroleum Support Fund (PSF) Scheme at Petroleum Products Pricing Regulatory Agency (PPRA)

Petroleum Products Pricing Regulatory Agency (PPRA)

1012 Cadastral Zone, AOO, Central Business District, P.M.B. 609, Garki, Abuja.

 

Advertorial

Pre-Qualification of oil Trading Companies Supplying Products to Nigerian Petroleum Marketing Companies under the Petroleum Support Fund (PSF) Scheme

 

Introduction

In line with the statutory mandate of the Petroleum Products Pricing Regulatory Agency (PPPRA), as provided for by the PPPRA Establishment Act No. 8 of 2003, which is to amongst others; Regulate the Supply and Distribution of petroleum products nationwide, it has become mandatory for all Oil Trading Companies supplying products to Oil Marketing Companies in Nigeria to be pre-qualified and registered by the Agency.

 

 

Requirements

In view of the foregoing, all existing and intending Oil Trading Companies must as a matter of necessity furnish the Agency with the following information before the close of work on 7th September, 2012:

  • Name of Company
  • Main Address and Address of Trading Offices
  • Email Address
  • Certificate of Incorporation
  • Share Capital
  • Annual Turnover
  • Country of Registration/Origin
  • Names and Profile of Directors
  • Contact Details
  • Nigerian Subsidiary, if any
  • Trading Experience within the West African Coast Sub-region
  • Details of indictments in the past, if any, (operational infractions).

 

Submission

A copy of the   itemized   documents   must   be submitted in a sealed envelope clearly marked “Pre-Qualification   of Oil  Trading  Companies”   and addressed to:

The Executive Secretary,

Petroleum Products Pricing Regulatory Agency

(PPPRA),

Plot 1012 Cadastral Zone, AGO,

Central Business District,

Abuja.

 

Evaluation

At the expiration of the deadline on 7th September, 2012, the Agency will evaluate the Companies submission and come up with a comprehensive list of Trading Companies that are cleared to supply petroleum products to the country under the PSF scheme. The implementation timeline will be with effect from 4th Quarter, 2012.

 

All Oil Marketing Companies involved in the PSF scheme are to note, that with effect from 4th Quarter, 2012, the Agency shall not process purchases of products from Oil Trading Companies not cleared by the Agency.

 

For the avoidance of doubt, this list will be made public for guidance.

 

 

Signed:

Reginald C. Stanley

Executive Secretary

Invitation for the Pre-Qualification and Tender for the Purchase of Utility Scanners and Vehicles under the 2012 Capital Projects Appropriation at Federal Ministry of Education, National Examinations Council (NECO)

Federal Ministry of Education

National Examinations Council (NECO)

 

National Headquarters Complex

KM 8, Minna-Bida Road, P.M.B.159

Minna, Niger State

www.mynecoexam.com

 

Invitation for the Pre-Qualification and Tender for the Purchase of Utility Scanners and Vehicles under the 2012 Capital Projects Appropriation

 

Following approval for capital projects under 2012 capital expenditure, National Examinations Council (NECO) hereby invites interested, experienced and qualified contractors/suppliers to bid for the following projects:

 

1.         Projects

i.          Lot 1. NECO/SCA/23010118/2012 – (Purchase of Scanners)

ii.        Lot 2.   NECO/MV/23010105/2012 – (Purchase of Motor Vehicles)

 

2.         Pre-qualification/Tender Requirements

i)          Certificate of Incorporation

ii)         Current Tax clearance Certificate/Declared turnover

iii)        Value Added Tax (VAT) Registration/Remittance

iv)        Proof of Equipment and other physical facilities to perform the contract (including after sales service, where appropriate)

v)         Minimum of three years experience in the handling of similar projects. Documents must be attached where applicable.

vi)        Sworn affidavit from a court affirming that no Director of the company was ever convicted.

vii)       Reference letter from a reputable bank/three (3) years Audited Accounts.

viii)      Evidence of payment to Industrial Training Fund (ITF) of one per centum of

company’s total annual payroll in compliance with ITF Act Section 6 (i).

ix)        Evidence of fulfillment of statutory obligation with respect to payment of

company employees’ Training Contribution in compliance with ITF Act Section 6 (ii)

 

3.         NB

  • The above requirements supersede those listed in the previous advertisements.
  • Technical and Commercial bids must be submitted as appropriate.
  • Full bidding procedure shall only be applied to contractors/suppliers capable of executing the projects.
  • The Establishment is not obliged to award any  contract to any contractor/supplier.
  • All submitted documents are subject to verification.

 

4.         Tender Documents

i.          Collection

Tender documents containing detailed description of each project can be obtained from Procurement Division, Registrar’s Office, National Examinations Council (NECO) Headquarters Complex, Km 8, Minna – Bida Road, Minna. Niger State.

 

ii.         Submission

All documents should be addressed to the Registrar/CEO, National Examinations Council (NECO), Headquarters, Attention: Deputy Director (Procurement).

 

5.       Closing

(a)     The closing date for submission of tenders has been extended to Monday 3rd September, 2012 by 4 p.m.

 

(b)               Original copies of the technical and financial tenders are to be marked with the name of the bidder, lot nos and project type and should be dropped by hand into the tamper proof tender box located in the procurement office.

 

(c)      The technical documents will be opened first and only pre-qualified contractors will participate in the financial bid opening.

 

Both tender documents are to be sealed and submitted at the same time.

Opening of Tenders

All tender documents shall be opened as scheduled below:

 

Date: Tuesday 4th September, 2012

 

Venue: NECO Headquarters, Km 8, Minna-Bida Road, Minna

 

Time: 11.00 a.m.

 

 

All Bidders, Civil Society Organizations and relevant Professional Bodies are invited.

 

Signed:

Registrar/CEO

National Examinations Council

Tender Notice at Ojo Local Government

Ojo Local Government

Oto – Awori

Local Council Development Area

 

Tender Notice

 

Tenders are hereby invited from qualified and eligible construction companies to tender for the execution of the under-listed projects in Oto-Awori Local Council Development Area.

1.       Contraction of Staff Canteen and Hall at Headquarters.

2.      Construction of Concrete Foot Bridge at Abapasha.

3.      Construction of Concrete Foot Bridge at Idoluwo-Ile

4.      Construction of Concrete Foot Bridge at Ese-Ofin

5.       Construction of Egan Town Hall.

 

Requirements:

1.       Evidence of Certificate of Incorporation with Corporate Affairs Commission

2.       Proof of Registration as a contractor with Lagos State Ministry of Works and Oto-Awori LCDA

3.      Evidence of execution and completion of similar projects in a Local Government or any other Government Agency in the fast five years.

4.      Tax Clearance Certificate for the past 3 years.

5.      Performance Bond, issued by the firms banker

6.      Radio and Television Licence

7.      Tenement rate receipt (current year)

8.       Payment of non-refundable tender fee of Fifty Thousand Naira Only (50,000.00).

 

Submission of Tender Document

The tender document should be wax sealed indication the category of contract and written in capital letters with inscription e.g. Tender for the Construction of Staff Canteen and Hall At Headquarter, Ijanikin at the left hand corner and addressed to:

 

The Council Manager

Oto-Awori Local Council Dev. Area,

Km 28, Lagos Badagry Expressway, Ijanikm, Lagos State.

 

This completed tenders should be deposited in the Tender Box in the office of the Council Manager during the normal working hours between 8.00am and 4.00pm Monday – Friday on or before 23rd August, 2012.

 

Specifications and drawings of the proposed projects should also be attached please.

 

Signed: MR ABIODUN OMOLOJU

Council Manager, Oto Awori LCDA

Invitation for Bids (IFB) at Bauchi State Malaria Control Booster Project (BSMCBP) Agency

Invitation for Bids (IFB)

Bauchi State Agency for the Control of HIV/AIDS, Tuberculosis, Leprosy and Malaria

Malaria Control Booster Project (World Bank Assisted Project)

 

Renovation of Ware-house and Offices

 

IFB No. BSMCBP/CW/NCB/01/12

 

Credit No.: 4250-UNI

 

1.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project (MCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for Renovation of ware house and offices.

 

2.       The Bauchi State Malaria Control Booster Project (BSMCBP) now invites sealed bids from eligible and qualified bidders to carry out the Renovation of Ware-House and Offices.

 

Lot No

 

Description of Works

 

Locations

 

Bid Security

(Insurance Bond not accepted)

 

Completion period

 

1 Warehouse (Medical Stores) and Offices

 

Bauchi

 

2.5%

 

16weeks

 

 

  • Bidders are to note that, Unconditional discounts offered for the award will be considered in bid evaluation. Bids for part of the lot will be considered non responsive.

 

3.       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 are open to all bidders from Eligible Source Countries as defined in the guidelines: Procurement under IBRD loans band IDA Credits.

 

4.                Interested eligible bidders may obtain further information from Bauchi State Malaria Control Booster Project (BSMCBP) and inspect the bidding documents at the address given below from the hours of 10.00am- 4.00 pm (Monday to Thursday) and 9.00am-1.00pm (Fridays) except on public holidays.

 

5.                A complete set of Bidding Documents in written English language may be purchased by interested bidders on the submission of an Application to the address below and upon payment of a non refundable fee of Ten Thousand Naira (10,000.00) or its equivalent in any freely convertible currency. The method of payment will be by cash or bank draft in favor of Bauchi State Malaria Booster Project. The Bidding document will be collected by bidder’s representative or sent by courier services on request.

 

6.                Bids must be delivered to the Project Manager, Bauchi State malaria Control booster Project on or before 14th September, 2012, by 10:00 a.m. Electronic bidding shall not be permitted. All bids must be accompanied by a Bid Security of not less than 2.5% of the bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected.

 

7.       Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on 14th September, 2012 at 10:00 a.m.:

 

Conference Room,

BACATMA,

No. 4, Yandoka Road, Bauchi,

Bauchi State.

City: Bauchi

Country: Nigeria

Telephone: 08058622243

 

Umar Babuga Abubakar

Project Manager.