Invitation for Pre-Qualification at Federal High Court Headquarters

 

The Federal High Court Headquarters

Invitation for Pre-Qualification

 

The Federal High Court is desirous of constructing Outstation Court Buildings at the following Judicial Divisions: Yenagoa, Bayelsa State; Kebbi, Kebbi State; and Gnsau, Zamfara State of Nigeria.

 

Registered competent and highly reputable construction companies are therefore invited to apply for pre-qualification for the construction of the said buildings as described below:

 

2.0     Scope of Work:

 

2.1     The outstation building consists of 2 court rooms and offices on two floor levels. The gross total floor area is above 1,700 square meters.

 

Each building will have the following ancillary facilities/services incorporated as part of the works.

 

2.3     A generator house and generator

2.4     Two gates and gate houses

2.5     Drive ways, walkways, car parking lots and drainage

2.6     External lighting

2.7     Extensive landscaping

2.8     Canteen

2.9     Borehole/water treatment plant

 

To qualify for consideration, interested companies are requested to submit pre-qualification documents as follows:

 

3.1.    Copy of certificate of incorporation/registration as a construction company in Nigeria

3.2.    Evidence of registration with the Federal Ministry of Works and Housing

3.3.    Evidence of registration with the Federal High Court

3.4.    Full details of company’s profile in English Language, to include organizational structure, available manpower, a list of key professional staff and other resources.

3.5.    List of equipment owned by the company

3.6.    Evidence of relevant and verifiable experience on similar jobs (photographs/project completion certificates and list of similar on-going jobs (if any), should be enclosed).

3.7.    Relevant company’s financial standing (audited company’s account for the last three (3) years/bank statement of account should be enclosed

3.8.    Copy of Tax clearance certificate for the past three (3) years

3.9.    Bank reference

 

4.1     The pre-qualification documents shall be sealed and marked “Confidential Pre-Qualification for the Federal High Court Outstation Court Building”

 

(Preferred location) at the top right corner of the envelope and should be addressed to:

 

The Secretary,

Federal High Court Tenders Board,

(2nd Floor),

Federal High Court Headquarters,

Shehu Shagari Way,

Central Business District,

FCT Abuja.

The pre-qualification documents are to be submitted on or before 9th April 2012

5.1     Notwithstanding the submission of the pre-qualification documents, the Federal High Court Tenders Board is neither committed nor obliged to include any company on any job.

 

5.2     Only qualified companies shall be short listed and invited to a competitive tender bidding for the project, No correspondence shall be entered into with unsuccessful.

 

5.3     Qualified companies will be required to pay a non-refundable tender fee of N50,000.00 (Fifty Thousand Naira) only in bank draft to obtain the full tender documents.

The bank draft shall be made payable to “The Chief Registrar, Federal High Court, Abuja.”

 

5.4     Federal High Court tenders Board reserves the right to verify any claim by the companies.

Signed:

The Chief Registrar,

Federal High Court.

 

Construction of Project at Federal High Court Headquarters

 

The Federal High Court Headquarters

Shehu Shagari Way, Central Business Distrcit, Abuja

Invitation for Pre-Qualification

 

The Federal High Court desires to Construct 4 Nos. 5 Bedroom Duplexes, each with a one room Boy’s Quarters, a two room Guest Chalet, a Gate House and a Generator House at No. 1, Temple Road site, Ikoyi, Lagos State, (Tagged Ikoyi I, II, III, Iv).

 

Interested Contractors, competent and reliable Companies are hereby invited to prequalify for the project.

 

Brief Description of Scope of Work:

Five Bedroom Duplex, consisting of five rooms, two living rooms downstairs and one family room and study upstairs with a kitchen, a store and a box room.

 

Pre-Qualification Requirements

1.       Evidence of Incorporation of Company by Corporate Affairs Commission

2.       Evidence of Registration with Federal High Court.

3.       Tax Clearance for three years

4.       Company Audited Account for three years

5.       Evidence of verifiable experience on similar jobs giving names of clients and evidence of practical completion (please note that all documents will be cross checked)

6.       Letter of reference from a reputable bank

7.       Evidence of remittance of contributory pension fund for staff under section 16, sub-section 6(d) of the Public Procurement Act.

8.       Copy of Bank statement of the Company

9.       Evidence of possession of both technical and managerial competence to perform the contract

10.     Detail of staff strength

11.     Non-refundable deposit of N50,000.00 (Fifty Thousand Naira) only in Bank Draft, payable to “The Chief Registrar, Federal High Court, Abuja.”

 

Submission of Pre-Qualification

The pre-qualification documents are to be submitted on or before 9th April 2012 to:

 

The Secretary,

Federal High Court Tenders Board, (2nd Floor)

Federal High Court Headquarters,

Shehu Shagari Way,

Central Business District, Abuja.

 

N. B. This advertisement is not invitation to bids.

 

Signed:

The Chief Registrar,

Federal High Court.

 

Invitation to Pre-Qualify Contractors/Consultants for Year 2012 Procurement Activities at Tertiary Education Trust Fund

Tertiary Education Trust Fund

No. 6 Zambezi Crescent, Off Aguiyi Ironsi Street, Maitama Abuja

Tel. +234-7098818818, 7098818813, 7098211222-3

 

Invitation to Pre-Qualify Contractors/Consultants for Year 2012 Procurement Activities

 

1.0     Preamble

1.1     The Tertiary Education Trust Fund (TETFund) is a Federal Government Agency established by the Tertiary Education Trust Fund Act 2011 to fund intervention projects at the tertiary level of education in Nigeria.

 

1.2     In line with its mandate, and consistent with the Public Procurement Act 2007, TETFund   wishes   to   invite   interested   and   competent   Contractors/Consultants to submit application to be pre-qualified to provide various services to the Fund in year 2012.

 

 

2.0 Scope of Works

2.1     Goods

2.1.1  Supply of furniture items, Computer accessories, Stationery, Corporate gifts, Tyres and Tubes.

2.2.2  Supply of Project Monitoring vehicles.

 

2.2     Work/Services

2.2.1  Installation of electronic access controlled security doors.

2.2.2 Re-construction of Security Gate.

2.2.3 Rehabilitation of the Head Office Building Roof.

2.2.4 Re- Mooring of the fourth floor of the Head Office building.

2.2.4 Repairs / renovation of the Boardroom.

2.2.5 Printing of Documents, Publicity, Advertisement,

2.2.6 Provision of Catering Services.

2.2.7 Event Management Services,

 

 

Consultancy services

2.3.1  Project Monitoring (Architectural, Civil/Structural, Mechanical, Electrical Engineering, Quantity Surveying, ICT and Equipment Specialists.

2.3.2  Impact Assessment.

2.3.3  Financial Monitoring (Professional Accountants).

2.3.4 Public Relations (PR and Media Consultants).

3.0 Requirements

3.1     Interested companies/firms are required to provide information listed below to enable the Fund short-list suitable and qualified Contractors / Consultants to form a data bank of Consultants / Contractors that would be engaged for its procurement activities in year 2012.

3.2.    To qualify for pre-qualification, interested and competent Contractors / Consultants are required to provide verifiable evidence including, but not limited to the following documents:

(a)     Company Tax Clearance for three years (2008, 2009 & 2010);

(b)     Evidence of registration with Corporate Affairs Commission;

(c)      Evidence of registration with PENCOM:

(d)     Evidence of VAT registration and remittances;

(e)      Evidence of payment of Education Tax for Limited or Public Liability Companies;

(f)      Three year Audited Accounts (2008, 2009 & 2010);

(g)     Evidence of the firm’s registration with relevant professional regulatory body, where applicable;

(h)     Comprehensive Company Profile including details such as the qualification and experience of the Management and professional Staff;

(i)      Evidence of adequate relevant equipment and infrastructure to handle the job;

(j)      Evidence of financial capability to execute the projects from a Bank;

(k)     Evidence of executing similar jobs in the past with the details of such jobs as well as the names and addresses of the client, including copies of letters of engagement and certificates of completion; and

(l)      Firms applying to be pre-qualified should accompany their submissions with a disclosure as to whether any officer of TET Fund is a former or present Director, Shareholder or has any pecuniary interest in the Company.

 

Submission of Documents

4.1     The application to Pre-Qualify must be submitted in sealed envelopes and boldly marked “Pre-Qualification Documents for …………………. [insert (goods), (works/services) or (consultancy services)” as applicable, and should be addressed as follows:

 

The Executive Secretary,

Tertiary Education Trust Fund,

No. 6 Zambezi Crescent, Off Aguiyi Ironsi Street,

Maitama, Abuja.

Attention: Director Human Resource Management.

 

4.2     The pre qualification documents should be submitted at the Procurement Division, 2nd Floor, Room 53, TETF Fund Head Office at No. 6 Zambezi Crescent, Off Aguiyi Ironsi Street, Abuja.

 

5.0    Closing Date

5.1     Submission of application to pre-qualify closes on Tuesday, 27th March, 2012 at 12:00 noon. The pre-qualification documents will be publicly opened for processing at 12.00 noon on Wednesday, 28th March, 2012 at the Symposium 3 of the Merit House, Aguiyi Ironsi Street, Maitama, Abuja. Only qualified companies/firms will be short-listed and invited to tender.

 

6.0     Please Note That:

6.1     This is not an invitation to tender, full tendering process shall be applied to firms that have been pro-qualified, short-listed and found capable of delivery;

6.2     TETFund   will   not   enter   into   any   correspondence   with   any unsuccessful company;

6.3     Any company that submits fake documents shall be disqualified outright and may be reported to the relevant authority;

6.4     The Fund reserves the right to reject any or all documents submitted at any time prior to tendering or acceptance;

6.5     The Fund reserves the right to cancel the procurement proceedings in the public interest without incurring any liability to the firms; and

6.6     This Advertisement shall not be construct to be a commitment on the part of TETFund nor shall it entail any Company to make any claim(s) whatsoever and/or to seek any indemnity from TETFund by virtue of such Company having responded to this Advertisement

 

Signed

Management

Tertiary Education Trust Fund, Abuja

 

Procurement of all in one Optical Mark Reader (OMR) Scanner, Printer and Designing Machines for the Lagos State Examination Board at Lagos EKO Secondary Education Project

Invitation for Bids (IFB)

 

Lagos State Government

Lagos Eko Secondary Education Project

Government Technical College, Ado Soba

Credit No: CR 45910-NG

Procurement of all in one Optical Mark Reader (OMR) Scanner, Printer and Designing Machines for the Lagos State Examination Board

 

National Competitive Bidding (NCB)

IFB No: LEP/NCB/G-12-001

Date of Issuance: Monday 19th March, 2012

 

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business; issue no WB3947-808/1 1 of 14 September, 201 1.

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of the Lagos EKO Secondary Education Project and it intends to apply part of the proceeds of this credit to payments  under the Contract for the Procurement of 2 units all in one Optical Mark Reader (OMR) Scanner, Printer and Designing Machines for the Lagos State Examination Board.

 

The all in one Optical Mark Reader (OMR) Scanner, Printer and Designing Machines will be used as a complete solution for processing objective answer sheets. The machine must be capable of being able to design and prim customized optical mark recognition answer sheets for high voluminous answer scripts.

 

The Lagos EKO Secondary Education Project now invites sealed bids from eligible and qualified bidders for the Procurement of 2 nos. of all in one Optical Mark Reader (OMR) Scanner, Printer and Designing Machines. Details are as follows:

 

S/No Description Quantity Delivery

Period

Bid Security
1 Procurement of all in one Optical Mark Reader (OMR) Scanner. Printer and Designing Machines with all accessories

 

2 Units 30 days At least N1,200.000
 

2

 

Software for complete functioning of the required processes for designing, printing and scanning of customized OMR sheets

 

 

2 Units

 

30 days

3. One (1) year service and maintenance 1 year

 

Bidding will be conducted using the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits and is open to all Bidders eligible as defined in these Guidelines, that meet the following minimum qualification criteria:

 

Documentary evidence of previous supply (sale) and delivery similar machine required within the last, three years.

Demonstrate ability to provide full technical support for the all in one machine after delivery, setting up and commissioning,

Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

 

Additional details are provided in the Bidding Document.

4.       Interested eligible Bidders may obtain further information from The Lagos EKO Secondary Education Project Office and inspect the bidding documents at the address given below. The documents can be inspected during official hours 9am to 4pm on Mondays to Fridays with the exception of Public Holidays.

 

5.       A complete set of bidding documents in English may be purchased by interested suppliers on the submission of a written application to the address below and upon payment of a non-refundable fee of N15,000.00 (Fifteen Thousand Naira only) or US$100.00 equivalent. The method of payment will only be by Bank Draft made payable to Lagos EKO Project. The bid document may be collected by Supplier’s Representative duly authorised by the Supplier in his application or sent by courier services on request.

 

6.       Bids must be delivered to the address below at or before 1100 am of Monday, 16th April, 2012. All bids must be accompanied by a bid security of at least One million, two hundred thousand naira (N1,200,000.00) in form of a Bank Guarantee, or Bank Managers cheque issued by a reputable Nigerian Commercial Bank. Late bids will be rejected. Bids will be opened in the presence of the bidder’s representatives, who choose to attend at the Conference Room of the Project Office at 11.00 am on 16 April, 2012.

 

Signed

The Project Coordinator Lagos EKO Secondary Education Project

4, Emina Crescent Off Toyin Street, Ikeja, Lagos

Tel: 234-1-8707704

E-mail: lagosekoproject@yahoo.com

Request for Expressions of Interest for the Sale of a Quoted Bank’s Major Equity Stake in a Primary Mortgage Institution (PMI) at Investment Banking Greenwich Trust Limited

Request for Expressions of Interest for the Sale of a Quoted Bank’s Major Equity Stake in a Primary Mortgage Institution (PMI)

 

1. Introduction

In view of the Revised Banking Model by the Central Bank of Nigeria (CBN), Greenwich Trust Limited, on behalf of our client (name withheld) hereby requests for Expressions of Interest (“EOI”) from eligible Bidders to apply for the acquisition of a quoted Bank’s majority equity stake in its mortgage subsidiary.

 

To this end, prospective Bidders are required to carefully read this EOI as proposals that do not comply with the terms contained therein will be rejected.

2.       Pre-Qualification Requirements for the EOI

The requirements for Pre-Qualification for the EOI are as follows:

a)       A description of the Bidder’s background and proposed bid vehicle          including:

i.        Full Name and Nationality (the country of registration) of the Company and the contact person, postal address, telephone numbers(s) and Email address.

ii.       Proposed place of incorporation (if Special Purpose Vehicle (SPV) with detailed information on prospective investors and their proposed shareholding, together with an affidavit or MOU supporting this.

iii.      Company Profile must include:

  • Organisational structure and Curriculum Vitae of key professional staff with relevant experience in the Financial Sector;
  • List of the Company’s Directors, their individual addresses, phone numbers and Curriculum Vitae.
  • A copy each of the Company’s Audited Accounts for 2009, 2010 and

2011.

  • Evidence of Tax Clearance for 2009,2010 and 2011.
  • Corporate structure.
  • Shareholding structure.
  • Relationship to any parent or holding company, incorporated or otherwise,

 

(b) A copy of the Company’s Certificate of Incorporation in Nigeria, Particulars of Directors (C07) and Return of Allotments (Co2).

 

 

3. Submission of Expressions of Interest

Interested Bidders are required to submit two (2) copies of their EOI with all pages initialled by their authorised representative(s), in a sealed envelope. The envelope shall bear the submission address below, the Company’s name and the inscription “EXPRESSION OF INTEREST FOR THE DIVESTMENT EXERCISE”. The sealed envelope containing the EOI must be delivered to the address below not later than 6.00 p.m. on any working day and not later than 27th March, 2012

The Executive Director

Investment Banking Greenwich Trust Limited

Plot 1698A, Oyin Jolayemi Street Victoria Island Lagos – Nigeria

Only shortlisted bidders will be contacted