Expression of Interest (EOI) at Nigerian National Petroleum Corporation (NNPC)

Nigerian National Petroleum Corporation

Staff Co-operative Multipurpose Society Limited

Office: 23A, Adeyemi Lawson Street, P.M.B 50840, Falomo, Ikoyi, Lagos

Tel: +234(0)8099915700, +234(1)4620015

 

 

NNPC Staff Cooperative Multipurpose Society Ltd, Lagos

Expression of Interest (EOI)

Management of Buses Under the Urban Mass Transit Scheme

 

NNPC Staff Cooperative Multipurpose Society Limited invites Logistics Companies with requisite technical expertise to express their interest in partnering with her in the management of its Fleet of buses in a timely and profitable manner under the Urban Mass Transit Scheme.

 

Interested companies having experience in the following areas are invited to submit Expression of Interest (EOI).

 

A.        Technical Experience.

At least 5 years experience in Fleet management Logistics and Maintenance of Buses.

 

B.        Net worth Criteria: Minimum  net worth of each interested company should be 100 million Naira as at 31st December, 2011.

 

Eligibility Criteria

EOI application should contain the following information to be supported by documentary evidence:

i.          Profile of the Company

ii.         Audited Financial Statements for the last 3 years

iii.        Tax Clearance Certificate for 3 years

iv.        Certificate of Incorporation.

v.         Memorandum and Article of Association, Form C02 and Form C07.

vi         Documentation clearly stating Contract agreement handled in the last five years.

viii.      Brief proposal about execution modalities.

Viii.     Non refundable registration fee of =N=50,000.00

ix.        Bank reference letter.

 

Submission of Application

All applications shall be submitted in sealed envelopes to be received on or before 13th April; 2012. Application submitted by facsimile transmission or e-mail shall not be accepted. The envelopes shall bear the following identification clearly written on top left side ‘Expression of Interest’ and be sent to:

 

The President,

NNPC Staff Cooperative Multipurpose Society Ltd

23a Adeyemi Lawson Street,

Ikoyi-Lagos.

 

Signed

General Secretary.

Invitation to Pre-Qualification to Tender for Some Proposed Projects in the College at Yaba College of Technology

Yaba College of Technology

P.M.B. 2011, Yaba, Lagos

Invitation to Pre-Qualification to Tender for Some Proposed Projects in the College

 

Application are  hereby invited from  reputable  and interested Companies with relevant experience and good track record for pre qualification to tender for the under listed projects,.

 

1.0       Profile of Contracts

 

1.         Supply and Installation of Laboratory and workshop Equipment for various

Departments in the College

2.         Supply of various Vehicles for the College

3.         Supply and Installation of Laboratory, Workshop and office furniture.

4.         Supply and Installation of X-Ray Machine

5.         Supply and Installation of Marine Engineering Equipment

6.         Supply of Generators

7.         Supply and Installation of Computer Units, Library software and renewal of complete Ebscohost Databases

 

2.0       Pre-Qualification Criteria

 

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

ii.         Company profile and organizational structure, including  names, resumes, and telephone numbers 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

v.         Equipment and Technology capacity-Evidence of contact with manufacturers (if any)

vii.       VAT Registration and evidence of past VAT remittances

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

ix.        Audited Annual financial report of the company for the last three (3) years

x.         Evidence of financial strength, credit worthiness / Bank reference and readiness to instruct bankers to supply financial information on the company as may be required.

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

xii.       A sworn; it indicating that all documents submitted are genuine verifiable

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

xiv.      Bidders should  accordingly include in their bid, a sworn affidavit indicating that no officer of Yaba College of Technology is a former or present director, shareholder or has any pecuniary interest in the company.

 

3.0     Submission of Pre-Qualification Documents

Bound ore-qualification documents in wax-sealed envelope with “Pro-qualification as Contractor for the (name of project)” as the may be written” at the top left hand corner  should be hand-delivered on or before Tuesday, April 3rd, 2012 by 12 noon to the address below:

 

The Registrar

Yaba College of Technology

Yaba-Lagos

 

4.0    Opening of Pre-qualification Documents

Pre-qualification envelopes will be opened at 1:00 p.m. on Tuesday April 3rd, 2012, and representative of companies that submitted bids are hereby invited to witness the opening.

 

5.0       Notification of Pre-qualified Bidders

Pre-qualified contractor, will be contacted and they will be invited to tender accordingly.

 

6.0       Collection of Tender

Pre-qualified contractors should note that they will be required to pay a non-refundable tender processing fee of ten thousand naira only(N10,000) for each project.

 

Tender documents will be available for collection at the Physical Planning Unit, at the presentation of evidence of payment of the processing fee.

 

Please Note

a.)        That by the submission of pre-qualification documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or its agent.

b.)        That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of College, nor shall entitle any company to make any claims whatsoever and/or seek any indemnity from Yaba College of Technology.

c)         That  due diligence would be followed as all the documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

 

Signed

Biekoroma Charity Amapakabo

Registrar

Expression of Interest/Request for Proposals for Consultancy Services at Federal Ministry of Agriculture and Rural Development

Federal Ministry of Agriculture and Rural Development

FCDA Secretariat

Area II.Garki

Abuja

The Federal Government of Nigeria under the auspices of the Federal Ministry of Agriculture and Rural Development intends to undertake the following Works, Goods and Services:

 

A.    Expression of Interest/Request for Proposals for Consultancy Services:

 

Lot No.

1.    Engagement of a Coordinating Project Consultant for the National Soil Survey Project

2.       Conduct a Detailed Soil Survey of selected areas along Cocoa Value Chain

3.       Conduct a Detailed Soil Survey of selected areas along Rice Value Chains.

4.       Conduct a Detailed Soil Survey of selected areas along Sorghum Value Chain

5.     Conduct a Detailed Soil Survey of selected areas along Cassava Value Chain

6.    Conduct a Detailed Soil Survey of selected areas along Maize Value Chain

7.    Conduct a Detailed Soil Survey of selected areas along Soyabeans Value Chain

8.    Conduct a Detailed Soil Survey of selected areas along Cotton Value Chain.

9.    Conduct a Detailed Soil Survey of selected areas along Oil Palm Value

10.  Conduct Fertilizer Socio-Economic Study to Benchmark the Growth Enhancement Scheme (GES) under the Agricultural Transformation

11.  Expression of Interest for the engagement of Transaction Adviser/Consultant to evaluate 13nos operational silos for possible Concessioning/Leasing.

12. Consulting services for the establishment of Staple Crop Processing Zone (SCPZ) in Nigeria.

 

B.   Technical and Financial Tenders for Works and Goods:

Works:

13.     Supply, Installation and training of Laboratory Equipment to FDALR Soil, Plant & Water Laboratory, Kaduna, Kaduna State.

14.     Supply, Installation and training of Laboratory Equipment to FDALR Soil, Plant & Water Laboratory, Ibadan, Oyo State.

15.     Supply, Installation and training of Laboratory Equipment to FDALR Soil, Plant & water Laboratory, Umudike, Abia State.

16.     Supply, Installation and training of Laboratory Equipment & Chemicals to FDALR (FECOLART) Analytical Laboratory, Kuru, Jos, Plateau State.

17.     Supply, Installation and training of Laboratory Equipment & Chemicals to FDALR (FECOLART) Analytical Laboratory, Owerri, Imo State.

18.     Supply, Installation and training of Laboratory Equipment for fire(s) National Agricultural Research Institutes (NARIS).

19.     Supply and installation of Power Backups and Industrial Air Conditioner.

 

Goods:

20.     Supply and training of Trimble S6 Servo Total Station.

21.     Supply and training of Ortho-Rectified High Resolution imageries of selected staple Crop zones.

22.     Supply of 38 nos. Laptop Computers

 

Qualification Criteria and Tender Requirements

3.       In order to be considered, interested companies, which must be Nigerian

Companies, must submit tenders/bid documents accompanied with the    following:

 

i.     Evidence of registration with Corporate Affairs Commission (CAC) and Forms C07;

ii.    Provide detailed Company Profile

iii.   Detailed evidence of compliance with Pensions Act;

iv.   Company Audited Accounts for last 3 years;

v.    Detailed copy of current Tax Clearance Certificate verifiable from Federal Inland Revenue Service (FIRS);

vi.   Evidence of VAT Registration & past VAT remittances;

vii.  Letter of Financial Capability & Banking support;

viii.    Evidence of payment of non- refundable Tender Fee of N10,000.00 only in favour of Federal Ministry of Agriculture and Rural Development for Goods and Works;

ix.  Evidence of 2-3 similar jobs previously executed or currently being executed (including letters of award, completion certificates, payment);

x.       Submission of technical details & brochures of items being tendered for and evidence of Manufacturers’ Authorization of dealer/distributorship appointment;

xi.   Any other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents.

xii.     For Lots 1-12 team leader/ consultants must show proven evidence of having done similar jobs before.

xiii.    Bidders must not bid for more than two Lots.

xiv.    Any Bid above 50million must be accompanied with Bid Security of 2% of

Bid Price.

xv.     All the requirements stated in paragraph 3(i-xiii) shall be enclosed in the  Technical envelopes.

 

4.     Collection of Tender Documents:

Qualified Companies shall on application collect tender documents from the Ministry from the office of:

 

The Director

Procurement Department

Federal Ministry of Agriculture and Rural Development

Area11, Garki, Abuja

 

Upon the presentation of evidence of payment of non-refundable tender fee of N10,000.00 into the Ministry’s Account as follows:

 

Account Name: Federal Ministry of Agriculture and Rural Development

Account Number: 321-207270113

Bank: Guaranty Trust Bank Plc

Area 3, Garki, Abuja.

 

No Tender fees shall be applicable for Consultancy Services.

 

5.    Submission of Tender Documents

The completed tender documents must be submitted in three (3) copies each; including one (1) original and two (2) copies, in 2 separate sealed envelopes clearly marked “Technical” and “Financial” and both sealed in a third envelop marked with the appropriate project title and lot number at the top right hand corner and delivered to the address below on or before Monday 30th April, 2012 by 12.00 noon, that is, 16th April 2012 (for works and goods) and 12.00 noon of Monday 16th April 2012, that is, 4 weeks (for EOI) from the date of this publication:

 

The Secretary;

Ministerial Tenders Board;

Federal Ministry of Agriculture and Rural Development;

2nd Floor, Room 213;

FCDA Secretariat, Area 11, Garki Abuja.

 

6.    Opening of Bids:

Technical bids will be opened at 1.00p.m on same date at the National Food Reserve Agency (NFRA), Mabushi, Abuja after the close of the submission date and only qualified bidders, relevant “NGOs and CSOs will be invited to witness the public opening of the financial bid documents.

Please Note:

7.       Contravention of the conditions in Paragraph 3 (i – xiii) could lead to disqualification of bid.

 

8.       Late submission of bids will be rejected.

 

Signed:

Dr Ezekiel O Oyemomi

Permanent Secretary

Procurement, Installation of Ceramic Equipment for Upgrading the Ceramic Technology Analytical Laboratory and Training of Technical Staff at Akanu Ibiam Federal Polytechnic, Unwana, Ebonyi State

Federal Government of Nigeria

Federal Ministry of Education Science and Technology Education Post-Basic

(Step- B) Project: Akanu Ibiam Federal Polytechnic, Unwana, Ebonyi State

Issued Date: 20th March, 2012

CREDIT No: 4304 UNI

Invitation for Bids (IFB)

Procurement, Installation of Ceramic Equipment for Upgrading the Ceramic Technology Analytical Laboratory and Training of Technical Staff

IFB No: STEP-B/FP/UNWANA/GDS/ NCB/ 01/ 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 and 4 National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement, Installation of Ceramic Equipment for Upgrading the Ceramic Technology analytical laboratory.

 

3.       The Akanu Ibiam Federal Polytechnic, Unwana, Ebonyi State, now invites sealed bids from eligible and qualified bidders for the Procurement, Installation and Ceramic Equipment for Upgrading the Ceramic Technology analytical laboratory for the following:

 

Lots Item Description Qty Bid Security Bid Validity Delivery Period Location
I Thermal Expansion apparatus, with complete accessories 1 Not less than 2.5% of bid Price 120 days Within 60days Akanu-Ibiam Fed. Poly. P.M.B. 1007. Unwana/Afikpo.

Ebonyi State.

II 3-point bending strength Testers and other equipment with their complete accessories Various Not less than 2.5% of bid Price 120 days Within 60days Akanu-Ibiam Fed. Poly. P.M.B. 1007. Unwana/Afikpo.

Ebonyi State.

III Thermocouple temperature indicators and other equipment with their complete accessories. Various Not less than 2.5% of bid Price 120 days Within 60days Akanu-Ibiam Fed. Poly. P.M.B. 1007. Unwana/Afikpo.

Ebonyi State.

IV Lab sample extrusion machines and other equipment with their complete accessories. Various Not less than 2.5% of bid Price 120 days Within 60days Akanu-Ibiam Fed. Poly. P.M.B. 1007. Unwana/Afikpo.

Ebonyi State.

 

  • Bidders are advised to bid for all the Items in the Lot, any omission in the items shall be declared non-responsive during evaluation.
  • Bidders may bid for any one or more lot and discount offered for the award of combined Lot will be \ considered in bid evaluation.

 

4. Bidding will be conducted through the National Competitive Bidding (NCB), a procedure 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.

 

5. Interested eligible bidders may obtain further information from the Akanu Ibiam Federal Polytechnic, Unwana, Ebonyi State and inspect the bidding documents at the address given below, between the hours of 9.00 am to 4.00pm Mondays to Fridays, except on public holidays.

 

6.       Qualification requirements include:

(i)      Evidence of previous supply (sale) of similar equipment,

(ii)     Audited financial statements for the last three years,

 

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       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 refundable fee of N10,000.00 (Ten Thousand Naira only) or US$61.00 (Sixty one Dollars only). The method of payment will be Cash or Bank Draft in favour of Akanu Ibiam Federal Polytechnic, Unwana, Ebonyi State. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

 

8.       Bids must be delivered to the address below on or before Tuesday 24th April, 2012 by 12:00 noon local time. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on Tuesday 24th April, 2012 by 12:00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

Science and Technology Education Post-Basic (STEPB) Project,

Akanu Ibiam Federal Polytechnic. Unwana, Ebonyi State

P.M.B. 1007

Afrikpo, Ebonyi State.

Email: stepb.aifpunwana@yahoo.com

Phone: 08134836465, 08067100231, 08064510477

 

Signed

Project Manager

Procurement of Science and Mathematics Laboratory Equipment at Federal College of Education Obudu

Federal College of Education Obudu

P.M.B. 1038. Obudu Cross River State

 

Invitation for Pre-Qualification and Tender: Year 2011 TETF Special Intervention

 

The Federal College of Education, Obudu, Cross River State, invites expression of interests from competent/qualified contractors and suppliers who may wish to “Pre-qualify and Tender” for the following projects under the 2011 Tertiary Education Trust Fund (TETF) Special Intervention for the College.

 

1.       Project

Procurement of Science and Mathematics Laboratory Equipment

 

2.       Pre-Qualification Requirements

(i)      Evidence of Registration with Corporate Affairs Commission

(ii)     Tax Clearance Certificate for the last three (3) years

(iii)    Value Added tax/Evidence of Tax Remittance

(iv)              Bank Reference Letter/Bank Support showing evidence of financial capability to execute the project.

(v)               List of similar and verifiable projects successfully executed by your company with locations, letter of award and completion Certificate within the last five (5) years.

(vi)    Company Resume

(vii)   Evidence of registration with FMW/FME

(viii) Evidence of Compliance with PENCOM requirement

 

3. Collection of Bid Documents:

Financial bid documents are to be collected from the Procurement officer upon payment of a non-refundable tender fee of N50,000.00 (Fifty Thousand Naira) only. The payment should be made to First Bank Nigeria Plc with Account Number: 2012555550, Account Name: Trust Fund Account FCE Obudu; payment teller returned to bursary department of the college to obtain receipt.

 

4.       Submission of Pre-Qualification and Tender Documents:

Both Pre-qualification Document and Tender Documents in two different sealed envelopes with “Pre-qualification as Contractor/Supplier” written at the top left hand corner on one of the envelopes and “Tender” for the other envelope; it should be hand delivered on or before Monday 2nd April, 2012 by 12noon. The document should be addressed to:

 

The Provost, Federal College of Education Obudu, Cross River State and deposited in the Box in Provost’s Office.

 

5. Opening of Pre-Qualification and Tenders:

Pre-qualification and Tenders will be opened at 12.30PM on Monday 2nd April, 2012 at the College Council Chambers. Interested members of the public especially the intending Contractors/Suppliers are hereby invited.

 

Please Note:

(1)     The participation in the bid does not guarantee any person the right to be selected or given any job

 

(2)     That by the submission of tender documents, the college is neither committed nor obliged to award any contract to any contractor/supplier or Agency.

 

(3)     That this advertisement for invitation to pre-qualification and tender shall not be misconstrued as a commitment on the part of the college, nor shall entitle any Contractor/Firm to make any claims whatsoever and/or seek any indemnity from the college

 

(4)     College reserves the right to reject any or all expression of interest and to terminate the selection process at any time without any liability to the college.

 

(5)     Any bid submitted after the closing date shall not be considered.

 

(6)     Only pre-qualified contractor/supplier will have their bid document analyzed.

 

Enquires:

All enquires should be directed to: The Registrar/Secretary to Tenders Board, Federal College of Education, Obudu.

 

Signed:

Registrar/Secretary to Tender Board