Invitation to Pre-Qualification to Tender at The Federal Polytechnic, Ede Osun State

The Federal Polytechnic, Ede Osun State

Invitation to Pre-Qualification to Tender

Applications are hereby invited from reputable and interested suppliers with relevant experience and good track records for pre-qualification to tender for the under listed projects.

Projects Scope/ Description:

2009/2010 MERGED TETFUND NORMAL INTERVENTION (LEFT OVER)

Lot 1:          Massey Ferguson 27xtra 75hp 2WD, Semi Platform Tractor with Accessories

Lot 2:          Sewing, Weaving, and embroidery Machines

 

2011/2012 MERGED TETFUND LIBRARY INTERVENTION

Lot3:           Procurement of Books and journals

Lot4:           E-Books Subscription

Lot5:           Procurement of Furniture/ Equipment for Library Development

 

NATIONAL HEALTH INSUARANCE SCHEMES (NHIS) AND IGR

Lot 6:          Toyota Corrola 1.SL Engine Capacity GLIATIS (2013 Model)

Lot 7:          Toyota Avensis 2.OL (2012-2013 Model)

Pre Qualification Criteria;

i.    Only Suppliers that have proven capability, relevant experience and good track record will be considered for pre-qualification to tender

ii.   Company Profile and Organization Structure, including names, resume and telephone number(s) of key personnel.

iii.  Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion.

iv.  Evidence  of incorporation  of company by the corporate affairs commission (CAC)

v.   Company tax clearance certificate for the last three (3) years

vi.  Equipment and technology capacity

vii. VAT registration and evidence of past VAT remittance

viii. Experience/technical qualification of key personnel with copies of certificates

ix.   Audited annual financial report of the company for the last three years

x.    Evidence of financial strength, (bank statement for the last six months), credit worthiness and readiness to instruct bankers to supply financial information of the company as may be required

xi.   Proof of Registration with National Pension Commission and evidence of remittances of employees’ Pension contribution/deductions.

xii. Evidence of community and social responsibility if (any)

xiii. A sworn affidavit indicating that all documents submitted are genuine and verifiable

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

xv. Bidders should accordingly include in their bid, a sworn affidavit indicating whether any officer of Federal Polytechnic, Ede is a former or present director, shareholder or has peculiar interest in the company.

xvi. Evidence of compliance with Industrial Training Fund (ITF) Amendment Act 2011, as applicable

Submission of Pre-Qualification Documents

Bound pre – qualification documents in wax – sealed envelope with “PRE -QUALIFICATION as a supplier should be written at the top left hand corner, should be hand delivered not later than 12.00 noon on Monday August 5th 2013 to the Registrar and Secretary to the Governing Council, Federal Polytechnic, Ede Osun State.

 

Opening of Pre – Qualification

Pre-qualification envelope will be opened at 12.00 noon on Monday August 5th, 2013 and members of the public especially the intending suppliers are hereby invited.

 

Collection of tender

Pre- qualified suppliers should note that they will be required to pay non-refundable fees of N-15,000 (Fifteen Thousand Naira) only for each lot. Tender document are available for collection at the Physical Planning unit of the Institution.

 

Submission and Opening of Tender Documents

Complete tender document which must not bear marked identity of the suppliers to be dropped in the tender box in the office of the Registrar on or before 12noon Monday, September 2nd 2013.

 

Please Note

That by the submission of the pre-qualification documents, Federal Polytechnic Ede is neither committed nor obliged to award any contract to any Supplier or Agent.

 

That this advertisement for invitation to pre-qualification shall not be considered as a commitment on the part of the Institution nor shall it entitle any Supplier to make any claim whatsoever and or seek any indemnity from the Federal Polytechnic, Ede.

 

Signed:

O.A.OGUNLEYE

Registrar/Secretary to the Governing Council

Invitation to Tender at National Assembly Service Commission

National Assembly Service Commission

Invitation to Tender

In compliance with Public Procurement Act 2007, the National Assembly Service Commission intends to undertake the procurement of various goods and services under the 2013 approved budget.

 

Interested, competent, responsible and qualified Tenderers are hereby invited to tender for the under listed activities:

 

Lot 1:   Purchase of Furniture & Fittings

Lot 2:   Purchase of Computers: Laptops, Desktops and Ipads

Lot 3:   Procurement of Office Equipment

Lot 4:   Purchase of Computers Printers, UPS & Stabilizers

Lot 5:   Purchase of Photocopying machines and Stands

Lot 6:   Purchase of Library Books & Equipment

Lot 7:   Purchase of Security Equipment (Digital Safe)

Lot 8:   Acquisition of Computer Software

Lot 9:   Purchase of Motor Vehicles & Buses

Lot 10: Janitorial Services

 

2.0 Tender Requirements

Mandatory Requirements

a.     Evidence of Company registration with Corporate Affairs Commission (CAC).

b.     Evidence of VAT Registration & remittance for the past three years (2010- 2012).

c.     Tax Clearance Certificate for the past three years (2010-2012).

d.    Evidence of compliance with Pension Reform Act, 2004 and Remittances to   Pension Fund Administrator.

e.    Evidence of Contributions to Industrial Training Fund (ITF) (where applicable),

f.     Evidence of company’s audited accounts for three years (2010-2012).

g.    Verifiable proof of similar jobs executed in the past,

h.    Evidence of payment for bid documents,

i.     Company’s profile to include names, qualifications and experiences of key personnel and functional contact address,

j.     Evidence of compliance with the provision of the Nigeria Social Insurance Trust Fund (NSITF).

3.0 Collection of Bid Documents

Interested Tenderers are to collect the Bid Documents from First Floor, Room 1.17 of the Commission’s Office Complex with evidence of payment of non-refundable tender fee of N5, 000.00 only to the Accounts Department.

 

4.0 Submission of Tender Documents:

Technical and Financial Bids should be submitted in two (2) separate envelopes addressed to the Executive Chairman, National Assembly Service Commission, Plot 664 T.O.S. Benson Crescent, Off Ngozi Okonjo-lweala Way, Utako District, P.M.B.558, Abuja. The envelopes are to be dropped in the Tender Box in Room 1.17, National Assembly Service Commission Office Complex, not later than 12 noon on Tuesday 3rd September, 2013.

 

5.0 Opening of Tender Bid Documents

The Tenders shall be opened publicly in the National Assembly Service Commission’s Conference Room, 2nd Floor, by 2pm on Tuesday 3rd September, 2013. Representatives of all responding Contractors, Civil Societies, NGO’s and Members of the General Public are invited to witness the Tender opening exercise.

 

Please Note That:

  • Late submission of tender documents will not be entertained.
  • The NASC reserves the right to verify the authenticity of any information provided or claims in the tender documents submitted.
  • The NASC is not bound to accept the lowest tender.
  • Failure to provide any of the above listed mandatory requirements may lead to disqualification/rejection of Bid.

 

Signed:

MANAGEMENT

Invitation for Technical and Financial Tender for the Execution of 2013 Capital Projects at National Commission for Museums and Monuments

National Commission for Museums and Monuments

Block C, First Floor Federal Secretariat-Head of Service, Phase II Shehu Shagari Way, Central Business District, Abuja

P.M.B. 171 Garki Abuja

 

E-mail: ncmmadm@yahoo.com.

 

Invitation for Technical and Financial Tender for the Execution of 2013 Capital Projects

 

In compliance with the provisions of the Public Procurement Act, 2007 the National Commission for Museums and Monument, wishes to bring to the attention of the public her intention to carry out the following procurement activities in the Commission as provided for in the 2013 Capital Appropriation. In view of the above, bids are hereby invited from interested and reputable contractors with relevant experience and good track records in respect of the following projects:

 

Description of Works

Lot 1:          Construction of Funbina Palace Museum, Yola, Adamawa state

Lot 2:          Construction of Traditional Craft Workshop at Sukur World Heritage Site, Adamawa State

 

Qualification Criteria and Tender Requirements:

3.       Prospective bidders are required to submit the following documents;

i.        Evidence of company registration with Corporate Affairs Commission (CAC) and forms C07

ii.       Company profile and organizational structure, including names and resume of key personnel with addresses and phone numbers

iii.      Company Audited Accounts for the last three years (2010,2011 and 2012) prepared by a reputable Chartered Accounting firm,

iv.      Evidence of Tax clearance Certificates for the last three (3) years Tax Clearance certificates (2010, 2011 and 2012)

v.       Evidence of VAT registration and past VAT remittances

vi.      Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of employees’ Pension Contribution/Deductions

vii.     Evidence of contribution/Remittance of 1%of Annual Total Emolument accrued to members of staff of the company payable to ITF

viii.    Evidence of 3 similar jobs previously executed or currently being executed (copies of award letters, completion certificates/final payment certificate should be attached)

ix.      Letter of financial capability and banking support

x.       A sworn affidavit that none of the Directors has been convicted in any court of law of any criminal offence

xi.      Evidence of registration with Financial Reporting Council (FRC) of Nigeria

xii.     List of Equipment to be used for the project and their location. (State whether the equipments are leased, hired or owned, if owned, attach proof).

 

Collection of Tender Documents

4.       Bid documents are to be collected upon payment of non-refundable fee of twenty thousand naira (N20, 000.00) only per project in certified draft in favour of National Commission for Museums and Monuments, Abuja.

 

Submission of Tender Documents

Completed bid should be submitted in three copies (one original and two other copies) and all pages dully endorsed by the bidders. The documents should be sealed and labelled (Technical / Financial Bids as appropriate) separately with the appropriate project title and lot number, clearly written at the top left hand corner of the envelope and addressed to: The Secretary, Procurement Planning Committee, National Commission For Museums And Monuments, Block C, First Floor, Federal Secretariat-Head Of Service, Phase II Shehu Shagari Way, Central Business District, Abuja.

 

Closing Date for Submission of Bid:

The closing date and time of submission of bid documents is Monday, 9th September, 2013 at 12.00noon prompt. Any bid submitted after this date and time will be rejected.

 

Opening of Bids

Bids shall be opened at 1.00pm same day at the Meeting Room Of The National Commission For Museums And Monuments, Block C, First Floor, Federal Secretariat-Head Of Service, Phase II Shehu Shagari Way, Central Business District, Abuja. Bidders or their representatives are strongly advised to be present.

 

Non Governmental Organizations (NGOs) and the general public are hereby invited to witness the Bid Opening.

 

Please Note:

(i)                Bidders are to enclose a photocopy of the receipt as evidence for the payment of the fee for tender documents

(ii)             NCMM reserves the right to reject any document it considers to be of doubtful authenticity

(iii)           This notice shall not be construed to be a commitment on the part of the NCMM to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the commission.

 

Signed:

MANAGEMENT

Invitation to Tender for Sure-P Projects at Directorate for Special Projects (Sure-P Funded Programmes)

Niger State Government of Nigeria

Directorate for Special Projects (Sure-P Funded Programmes)

No. 25 Ebitu Ukiwe Road, P.M.B 109, Minna

Invitation to Tender for Sure-P Projects

The Niger State Directorate for Special Projects under the Reinvestment and Empowerment Programme (SURE-P) in furtherance of its mandate and strategies towards the attainment of its vision and objectives in-line with the economic vision of the state, is proposing to undertake the procurement of goods, construction and rehabilitation of Agricultural Training Schools and Vocational Training Schools in different location across the state. The Directorate therefore, invites competent and reputable contractors/Suppliers as well as Consultants for M & E to apply for Pre-Qualification and Tender in respect of the under listed projects:

 

S/N Lot No. Description of Work  Location
                                 Construction Work
1 C1 Hostel Block School of Health Technology Minna
2 C2 Dormitory Vocational Training school Minna
3 C3 Administrative Block Works Training School Minna
4 C4 Proposed Multipurpose Hall Works Training School Minna
5 C5 Landscaping of the Institution Works Training School Minna
6 C6 VIP Toilet (2no) Works Training School Minna
7 C7 NIGROMA Sub-Technical Office Works Training School Minna
8 C8 Administrative Block JFLA Minna
9 C9 Landscaping/External Works JFLA Minna
10 C10 Cattle pen Tegina
11 C11 Aquaculture Development Tegina
12 C12 Poultry Production Tegina
13 C13 Irrigation/Dry Season Farming Tegina
14 C14 Sheep and Goat Pen Tegina
15 C15 Rabbit Production Tegina
16 C16 Pasture Development Tegina
17 C17 Library Complex Bida
18 C18 Cattle Pen Bida
19 C19 Irrigation/Dry Season Farming Bida
20 C20 Aquaculture Development Bida
21 C21 Poultry Production Bida
22 C22 Sheep and Goat Pen Bida
23 C23 Rabbit Production Bida
24 C24 Pasture Development Bida
25 C25 Library Complex Nasko
26 C26 Cattle Pen Nasko
27 C27 Irrigation/Dry Season Farming Nasko
28 C28 Aquaculture Development Nasko
29 C29 Poultry Production Nasko
30 C30 Sheep and Goat Pen Nasko
31 C31 Rabbit Production Nasko
32 C32 Pasture Production Nasko
33 C33 Library Complex Kuta
34 C34 Cattle Pen Kuta
35 C35 Irrigation/Dry Season Farming Kuta
36 C36 Aquaculture Development Kuta
37 C37 Poultry Production Kuta
38 C38 Sheep and Goat Pen Kuta
39 C39 Rabbit Production Kuta
40 C40 Pasture Development Kuta
                                       Renovation Work
41 R1 A Block of two Classroom (2no) Vocational Training College Minna
42 R2 A Block of three Classroom (3no) Vocational Training College Minna
43 R3 Storey Building of 6 classroom Vocational Training College Minna
44 R4 A Block of 4 classroom Works Training School Minna
45 R5 1 Hostel Block Works Training School Minna
46 R6 Conversion of Admin Block to Hostel 2 Block Works Training School Minna
47 R7 Existing Workshop Works Training School Minna
48 R8 A Block of 4 Classroom and Workshop Works Training School Minna
49 R9 Lecture Hall JFLA Minna
50 R10 Existing Hostel Block/ Toilet JFLA Minna
51 R11 Existing Hostel Block/ Toilet JFLA Minna
52 R12 Staff Quarters Tegina
53 R13 A Block of 8 Room Hostel Tegina
54 R14 Administrative Block Tegina
55 R15 A Block of 4 Classroom Tegina
56 R16 Administrative Block Bida
57 R17 A Lodge Bida
58 R18 2 No Classroom Block Bida
59 R19 3 No Classroom Block Bida
60 R20 A Block of 4 Classroom & Store Nasko
61 R21 Student Hostel Block Nasko
62 R22 Administrative Block Nasko
63 R23 Vice Principal’s Quarters Nasko
64 R24 Principal’s quarters Nasko
65 R25 Admin Office, Classroom, and Store Kuta
66 R26 Principal’s Lodge Kuta
67 R27 General Store Kuta
                                             Borehole
68 B1 Borehole Tegina
69 B2 Borehole Bida
70 B3 Borehole Nasko
71 B4 Borehole Kuta
                     Supply (Furniture And Fittings)
72 F1 Furnishing of Hostel Block School of Health Technology Minna
73 F2 Furnishing of Hostel Block School of Health Technology Minna
74 F3 Furnishing of Hostel Block School of Health Technology Minna
75 F4 Supply of Mattresses School of Health Technology Minna
76 F5 Supply of Mattresses School of Health Technology Minna
77 F6 Furnishing Of Administrative Block Works Training School Minna
78 F7 Furnishing Of Administrative Block Works Training School Minna
79 F8 Furnishing Of Administrative Block Works Training School Minna
80 F9 Curtains and Accessories to Administrative Block Works Training School Minna
81 F10 Curtains and Accessories to Administrative Block Works Training School Minna
82 F11 Furnishing of NIGROMA Sub-Technical Office Works Training School Minna
83 F12 Furnishing of NIGROMA Sub-Technical Office Works Training School Minna
84 F13 Curtains and Accessories to NIGROMA Sub-Technical Office Works Training School Minna
85 F14 Furnishing of Administrative Block JFLA
86 F15 Furnishing of Administrative Block JFLA
87 F16 Furnishing of Administrative Block JFLA
88 F17 Curtains and Accessories to Administrative Block JFLA
89 F18 Furnishing of Lecture Hall JFLA
90 F19 Furnishing of

Administrative Block

Bida
91 F20 Furnishing of Library Complex Bida
92 F21 Furnishing of Student Hostel Nasko
93 F22 Furnishing of

Administrative Block

Nasko
94 F23 Furnishing of Library

Complex

Nasko
95 F24 Furnishing of

Administrative Block

Kuta
96 F25 Furnishing of

Administrative Block

Tegina
97 F26 Furnishing of Dormitory Vocational Training School Minna
98 E1 32 Seater Bus School of Midwifery
99 E2 ICT Equipment to Administrative Block Works Training School Minna

 

100 E3 ICT Equipment to NIGROMA Sub-Technical Office Works Training School Minna

 

101 E4 ICT Equipment to Admin Block JFLA
102 E5 Books to Library Complex Bida
103 E6 Books to Library Complex Nasko
104 E7 Books to Library Complex Kuta

 

Collection and Submission of Tender

Tender documents can be collected at the Directorate for Special Projects, No.25, Ebitu Ukiwe Road, Minna. Each lot attracts a non-refundable fee of N20, 000 (Twenty Thousand Naira Only). The sale of tenders will commence from 10:00am on July 30th, 2013 and close at 12pm on August 12th 2013. Tenders will be opened in the Directorate 1:00pm on August 15th, 2013. Completed tenders are to be sealed and addressed to the Administrative Secretary Directorate for Special Projects (SURE-P) No. 25 Ebitu Ukiwe Road, P.M.B 109, Minna.

 

Additional Information:

  1. The Advertisement does not qualify any Tenderer to make any claims whatsoever, and, or seek any indemnity from the Directorate by virtue of their participation in the Tender,
  2. The Directorate reserves the right to reject any, and, or all tenders at their discretion and at no cost whatsoever,
  3. All cost incurred in responding to this advertisement shall be borne by the contractors.
  4. Non-compliance with instructions will lead to rejection of tenders.
  5. All enquiries should be directed to the Public Relations Officer of the Directorate

 

General Requirements:

Interested and competent contractors wishing to provide the above services must submit the following documents for verification:-

  1. Evidence of registration with Corporate Affairs Commission.
  2. Evidence of payment of Tax for the last three (3) years as and when due.
  3. Evidence of Vat registration certificate
  4. Comprehensive Company profile including registered address, functional contact email address, GSM Phone number(s), facsimile number(s).
  5. Verifiable evidence of similar jobs successfully executed in the past.
  6. Current company’s audited statement of Account for 3 years.
  7. Evidence of registration with the Directorate.
  8. Evidence of registration with the state Public Procurement Board.

 

Signed:

YUSUF HARUNA

Administrative Secretary,

Directorate for Special Projects (SURE-P Funded Programmes)

 

Expressions of Interest (EOI) at Federal Ministry of Industry, Trade and Investment through the Tafawa Balewa Square Management Board (TBSMB)

Federal Ministry of Industry, Trade & Investment Tafawa Balewa Square Management Board (TBSMB)

 

Expressions of Interest (EOI) For Transaction Advisory

Services for the Concession of the National Trade and International Business Centre (NTIBC), Lagos

 

In line with the Infrastructure Concession Regulatory Commission Est. Act. 2005 and the National Policy on Public Private Partnerships.

 

The Federal Ministry of Industry, Trade and Investment through the Tafawa Balewa Square Management Board (TBSMB), wishes to partner with the private sector to rehabilitate, manage and operate the National Trade and International Business Centre, Lagos (NTIBC) through a concession arrangement.

 

The NTIBC is a twenty-five (25) storey building situated at Force Road, Central Business District, Lagos Island, Lagos and within the vicinity of Tafawa Balewa Square, Western House and the old NITEL building. The facility, built around 1959, occupies approximately 8.100sq. metres and also with a parking lot of 2,650 sq. metres. The facility was formerly occupied by various Federal Civil Service departments as offices before it was ravaged by fire in 1993.

 

As part of the PPP procurement process, TBSMB hereby invites experienced and reputable Transaction Advisory (TA) firms/consortia to express interest to provide a broad range of advisory services for the concession of the NTIBC covering PPP project development and procurement activities. PPP project development phase services to be provided by the TA will culminate in the presentation of an Outline Business Case for approval, while the PPP procurement phase services to be provided will culminate in the selection of a preferred concessionaire for the NITBC and a full business case submission for approval. An overview of services to be provided by the TA shall include but not be limited to the following:

 

PPP Project Development

  • PPP Project identification and definition i.e. a clear description of the PPP project concept, including a description of policy context:
  • Technical scoping – description of the key technical parameters envisioned for the NTIBC PPP project;
  • Needs analysis- high-level review of the project’s commercial rationale, and analysis of the demand for and private sector desirability for the project;
  • Options analysis – if the project is found to be suitable for PPP procurement-presentation of the range of technical and financial options for structuring the PPP transaction(s), including:
  • PPP framework for the recommended option (for example proposed cost recovery mechanism to reflect recommended risk allocation).
  • Cost estimation; preliminary project costing, including expected capital outlays environmental and social safeguards, and ongoing maintenance costs as well as a discussion of non-quantifiable costs;
  • Preliminary assessment of the social and environmental impacts of the project;
  • Adequacy review of the legal and regulatory framework for a Real Estate & Trade Facilitation PPP including providing an overview of any outstanding legal and regulatory issues that could have an effect on attracting credible concessionaires;
  • Development of a likely PPP debt/equity financing structure and detailed financial model to facilitate economic/financial screening to determine suitability for PPP procurement including derivation of evaluation indices FIRR, EIRR, DSCR & LLCR including value for money and public sector comparator justification for preferred PPP procurement model.
  • Risk analysis – preparation of risk register identifying all reasonably foreseeable risks and possible mitigation measures, and preparation of a preliminary risk allocation matrix for the public and private sectors;
  • Preparation of a detailed PPP Outline Business Case for approval.

 

PPP Procurement Phase

  • Designing and managing the PPP procurement and bid evaluation process post Outline Business Case approval from the EOI stage to procurement of a preferred PPP concessionaire.
  • Readiness for market assessment and PPP project marketing i.e. roadshows etc;
  • Organization and preparation, where necessary, of supporting documentation to be made available to bidders including bidders data room development and management.
  • Preparation of bidding documents, draft concession agreement, etc. and assisting during negotiation with one or more parties prior to PPP contract award; and
  • Management of other advisory inputs and overall management of procurement process to ensure a successful transaction.
  • Preparation of a PPP Full Business Case.
  • Management of post concession agreement interface with concessionaire until financial closure and payment of concession entry fee.

 

The prospective Transaction Adviser/s may consist of a single firm or a consortium of firms with the requisite financial, legal, technical, PPP, social/environmental and other specialist expertise required to successfully bring the transaction to market and reach financial close. In the case of a consortium, the consortium, members must jointly identify one of the firms comprising the consortium as the Lead Transaction Adviser. The Lead Transaction Adviser will have primary responsibility for liaising with the TBSMR Project Implementation Team and for managing the consortium’s advisory inputs as a whole. Firms comprising the consortium with specialized expertise in finance, legal and technical fields should be identified, respectively, as the Finance Transaction Advisor, Legal Transaction Advisor, respectively.

 

Requirements

Prospective Transaction Advisers should submit Expressions of Interest detailing the following information as basis for pre-qualification:

 

Mandatory (without which company will be disqualified)

  • Evidence of business registration with CAC (Nigerian companies), Certified True Copy (CTC) of memo & Article of Association,
  • Tax Clearance Certificate for 2010, 2011, 2012 (for Nigeria Firms)
  • Evidence of payment of Training contributions to ITF (Industrial Training Fund)
  • Evidence of registration with FRCN or compliance with the FRCN Act.
  • Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions Act 2004.

Others

  • Verifiable evidence of participation in similar scheme with verifiable reference of related services rendered in the last three (3) years sub-Saharan Africa   (attach letters of engagement),
  • Verifiable Corporate profile of the firm showing ownership structure and including CV of key personnel supported by Professional licenses, registered address, functional contact e-mail address, GSM phone number(s), facsimile number(s),
  • Verifiable Audited accounts in the last three (3) years (2010, 2011 & 2012) duly stamped by licensed Auditors,
  • Verifiable references of satisfactory performance on similar projects from at least three (3) previous clients,
  • Track record of successful closing of PPP concessions detailing roles played in at least five (5) PPP transactions covering – real estate development, facility management and or trade facilitation closed in emerging markets during the past five (5) years (at least one of which should have been in the past three (3) years),

Upon receipt of Expressions of Interest (EOI) from prospective Transaction Advisors the TBSMB in line with the National Policy on PPP guidelines and BPP guidelines on selection of consultants shall evaluate the submissions and pre-qualify applicants. TA will be competitively selected in accordance with the procedures set out in the BPP Standard Request for Proposals (RFP) for the selection of Consultancy firms (Complex Lump Sum) January 2008.

Payment for Transaction Advisory Services

The Transaction Advisory services being requested here will be procured on a “no cure no pay” output basis. The successful transaction adviser will be paid only when the procured concessionaire reaches financial closure and has paid appropriate entry fee to the grantor of the concession.

 

Submission

EOI must be submitted in Six (6) copies in a sealed envelope clearly marked “EXPRESSION OF INTEREST FOR TRANSACTION ADVISORY SERVICES FOR THE CONCESSION OF NATIONAL TRADE AND INTERNATIONAL BUSINESS CENTRE, LAGOS” including a soft copy version. The EOIs should be addressed and delivered not later than 12.00 pm on the 10th of September, 2013 at the address listed below:

 

The Managing Director

Tafawa Balewa Square Management Board,

Tafawa Balewa Square Complex

Race Course, Lagos Island

Lagos.

 

Interested applicants may obtain further information at the address above from 8.00am – 4.00pm, Monday through Friday (except Public Holidays) from:

 

Opening Date:

All submissions will be opened at 1.00pm on the 10th of September, 2013 in the Tafawa Balewa Square Management Board conference room (TBS Complex, Race course, Lagos Island).

 

Note:

  • EOIs should be submitted in English language and pre-qualified applicants will be contacted. Submission of EOIs through email or fax will be rejected.
  • The publication of the EOI does not constitute or form any obligation on the part of the TBSMB.
  • Submitted Tax Clearance Cert., CAC Cert., ITF Cert., PENCOM Cert., etc. will be screened through the security Agencies.
  • Only shortlisted firms will be contacted.

Signed:

Management