Invitation for Bid, Declaration of Intent as Facilitator for the Registration of Business Premises Revenue (ROBP) at Ministry of Commerce and Industry

Government of Enugu State of Nigeria

Ministry of Commerce and Industry

Issued Date – 9th March, 2012


Invitation for Bid (IFB)/Declaration of Intent as Facilitator for the Registration of Business Premises Revenue (ROBP) 280 FF 1202063

1.       This Invitation for Bid/Declaration of Intent follows the decision of Government to seek for experienced and qualified companies to Function as facilitators for the performance of the duties associated with Registration and Renewal of Business Premises in the State.

 

Duties:

Eligible and qualified bidders are expected to have knowledge of the Following activities.

i.        Issuance of Demand Notices

ii.       Collection of ROBP Fees

iii.      Enumeration of ROBP Clients

iv.      Maintenance of ROBP Register

v.       Bank Lodgment

 

Qualification Requirements include:

i.        Evidence of previous experience in the past 3 years.

ii .      Evidence of registration with appropriate/relevant Government Agency inducing but not limited to Corporate Affairs Commission and Ministry of Commerce and Industry. Enugu.

iii.      Evidence of three years tax clearance certificate.

 

4.       Application:

A complete set of bidding document or expression of Intent may be Purchase by interested bidders on submission of written application to the address below and upon payment of a non-refundable fee of N10,000.00 (Ten Thousand Naira) only or US $ 64.10 (Sixty Four Dollars one cent only) in favour of Ministry of Commerce and Industry, Enugu.

 

5.       All bids must be returned to the address below on or before 27th March, 2012 by 12.00 noon local time.

 

6.       Interested contractors for other projects in the Ministry of Commerce and Industry, Enugu can also register now.

 

7.       Address referred to above is:

 

The Permanent Secretary,

Ministry of Commerce and Industry,

Enugu,

Enugu State.

 

Email: attyjagoz@yahoo.com

Phone No. 07039122351, 08064811114, 08034199747

 

UE. Nwaeblem

Permanent Secretary

Ministry of Commerce and Industry

Invitation to tender for 2011 MYTO Metering Fund projects at PHCN Ikeja Electricity Distribution Company

Power Holding Company of Niger Plc

Ikeja Electricity Distribution Company

 

2011 MYTO Metering Fund- Invitation to Tender

 

1.0       Introduction

The Management of PHCN Ikeja Electricity Distribution Company in line  with the Federal Government continous efforts to close up large metering gaps, improve energy accountability, billing efficiency and revenue generation wishes to invite interested reputable Companies to tender to procure energy meters in the 2011 MYTO Metering Fund projects.

 

2.0       Scope of Works

Lot Lot Description
Lot 1 Procurement of Whole Current Meters
Lot 2 Fibre glass MD Meter Box
Lot 3 16mm2 Sheathed PVC Single Core Copper Cable
Lot 4 Installation of Whole Current Meters

 

3.0       Condition for Eligibility

  • Copy of the Certificate of Incorporation of the Company
  • Current Company Tax Clearance Certificate for the last Three (3) Years
  • VAT Registration Certificate and evidence of VAT remittances
  • Evidence of compliance with Pension Act 2004 and
  • evidence of remittances
  • Evidence of Financial capability from a reputable Bank
  • (Not just evidence of maintenance of Bank Account)
  • Evidence of having successfully carried out similar works/supply in the last five years (Completion Certificates to be attached)
  • Evidence of capability and facilities for manufacturing of Equipment for Manufacturers.
  • Manufacturers must show evidence of SON or ISO certification
  • Company profile including details of key professional staff, relevant manufacturing capability where necessary and copy of Company Brochure.
  • Audited financial report of company for the past 3vears (2008,2009 & 2010)
  • Any other information or document(s) that will place the Company on a comparative advantage over others.

 

4.0       Method of Application

Tender Documents are available for collection upon payment of Non-Refundable Tender fee from the office of:

The Principal Manager (Procurement)

Ikeja Electricity Distribution Company,

5th Floor, Alausa, Ikeja, Lagos, Nigeria.

 

5.0       Submission Of Document

Interested Applicants should submit their spirally bound Technical & Financial Bid Documents in line with the requirement stated above in Separate sealed envelopes marked “Tender – 2011 MYTO Metering Fund Project” indicating the description of project on the top left hand corner of the envelope (s).Name, mailing address and telephone number of the Tender Company must be clearly stated at the back of the envelope(s).

 

Application should be per lot and documents for different lots must be in separate envelopes, clearly and boldly labeled as indicated above to be sent to the following address on or before 12.00 noon on Tuesday April 17th, 2012.

 

The Chief Executive Officer,

Ikeja Electricity Distribution

Company, Alausa, Ikeja, Lagos.

 

Three sets (Original & 2 Copies) plus Soft copy are to be submitted. All Information shall be provided in English Language.

 

6.0    Note:

The Meters must be compatible with the existing PHCN Metering standard.

Only Technically qualified companies will be allowed to participate in the Financial Tender.

Ikeja Electricity Distribution Company will not enter into any correspondence with any

unsuccessful bidder.

All necessary authority and guarantee for verifications must be submitted to Ikeja Electricity Distribution Company for verification of all claims.

This advertisement shall not be construed as a commitment on the part of IKjEDC by virtue of such Contractors having responded to this advertisement.

 

Signed

Management Ikeja Electricity Distribution Company

Alausa, Ikeja, Lagos

Tender Opportunity: Call-Off For 5-Yearly Planned, Routine & Non-Routine Maintenance Interventions On FSO Unity, OML99, OML 100 and OML102 Cranes at Total Exploration and Production Nigeria Limited (TEPNG)

Total E&P Nigeria Limited

(Operator of the NNPC/TEPNG Joint Venture)

RC 2979

 

Tender Opportunity: Call-Off For 5-Yearly Planned, Routine & Non-Routine Maintenance Interventions On FSO Unity, OML99, OML 100 and OML102 Cranes

 

(Ref. No: 16619934)

 

1.         Introduction

Total Exploration and Production Nigeria Limited (TEPNG) operator of the NNPC/TOTAL Joint venture invites interested and pre-qualified companies for this tender opportunity for “5-Yearly Planned Maintenance, Routine Maintenance and Non-routine Interventions on FSO UNITY OML99, OML 100 and OML102 Cranes”. The cranes are herein referred to as “the ITEMS”.

 

2.         Scope of Work

The scope of work consists of activities required and incidental to the provision of “5-Yearly Planned Maintenance, Routine Maintenance and Non-routine Interventions on FSO UNITY, OML99, OML100 and OML102 CRANES”. This service shall involve, but not be limited to, the following activities:

 

a)         Maintenance support services comprising in the main of:

–  Assistance with management of spare parts inventory

– Audit and advise on the Maintenance Program provided and implemented by COMPANY on the ITEM.

– Scheduled routine, non-routine and major maintenance operations on the ITEMS such as overhauls and ITEM upgrades.

b)         ITEMS repairs in case of emergency.

c)         Implementation of a complete cycle of 5 years maintenance. This will begin with a 5-years Major Maintenance to put the ITEMS at zero hours, routine maintenance plan and one final 5- year Major Overhaul.

d)         For the purpose of this call-off, the ITEMS are categorized into LOTS according to the Original Equipment Manufacturers as follows:

i).         LOT A: OEM is BLM/NOV (10 ITEMS)

ii).        LOT B: OEM is MAPE (5 ITEMS)

iii).       LOT C: OEM is AMERICAN AEROCRANES. (3 ITEMS)

 

3.         Mandatory Requirements

i)          To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the (1.02.01) Cranes, Davits, Hoists and winches and/or (3.05.31) Crane Management Services and/or (3.05.99) Other Construction/Maintenance Services (Product/Services) categories in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender (ITT).

 

ii)         To determine if you are pre-qualified and can view the product/service category you are listed for; Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

iii)        If you are not listed in product/service category and you are registered with DPR to do business for this category, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for necessary update.

 

iv).       To initiate the JQS pre-qua!ification process, access www.nipexng.com to download application form, make necessary payments and contact NipeX office for further action.

 

v)         To be eligible, all tenders must comply with the Nigerian content requirements in the NipeX system.

 

Nigerian Content

COMPANY is committed to the development of the Nigerian Oil and gas business in compliance with the Nigerian Content Act 2010 for Nigerian Content Development. As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed in the Nigerian oil and gas industry shall be consistent with the level set in the Schedule of the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (The Board).

 

Tenderer shall comply with all the provisions of the Nigerian Content Act that relate to this contract but in particular comply with the minimum Nigerian Content % for the scopes which are covered in the Schedule of the Act and any other requirement that may arise from time to time not explicitly stated in this contract but which apply to the contract in fulfillment of the Nigerian Content Act, in the submission of their Tender.

 

Failure to fully comply with the Nigerian Content Act or demonstrate commitment to

Nigerian Content Development Policy of the Nigerian government shall result to

disqualification from bidding this contract.
As part of their submissions, Tenderer shall:

 

(a)       Develop a Nigerian Content Plan (NCP), which shall explain the methodology of how it intends to comply with the requirements of the Act and how to achieve

the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act and any targets set by The Board.

 

(b)       Develop a Research & Development Plan which shall explain the methodology

of how it intends to promote education, attachments, training, research and development in Nigeria in relation to the contract.

 

(c)        Develop a Technology Transfer Plan which shall explain the methodology of how it intends to promote the effective transfer of technologies from alliance partners to Nigerian individuals and companies.

 

(d)       Develop an employment and training plan which shall explain how first

considerations shall be given to employment and training of Nigerians in work programme on the contract, hiring and training needs with a breakdown of the

skills needed and anticipated skill shortage in the Nigerian labour force including the training and understudy program for succession planning.

 

(e)       Submit a Plan for how you intend to give first consideration to services provided from within Nigeria with a list of work packages, 3rd party services and subcontracts that should be reserved for Nigerian indigenous contractors and those for Community Contractors including the list of services that will be provided by companies of Nigerian origin.

 

(f)        Submit a plan for how you intend to give first consideration to raw materials and manufactured & assembled goods of Nigerian origin which shall include a breakdown of all raw materials to be utilized and identifying those that are found locally, finished products and materials that will be procured from Nigerian Manufacturing & assembly plants, finished goods that order can be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported.

 

(g)       Demonstrate that entity is a Nigerian-registered company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and multinationals in alliance with a local company, submit evidence that the local company is an indigenous company and the binding Agreement of the alliance duly signed Agreement by the CEO of both parties and stating the specific work scope to be performed by each member of the alliance.

 

(h)       Provide detailed description of the location of in-country committed facilities & Infrastructure (assets, equipment, technical office, and administrative space, storage, workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract, evidence that 50% of ail equipment deployed to work by multinational and international companies are owned by the local subsidiaries.

 

(i)         Provide a project-specific training, man-hour budget, skill development and technology transfer plan for Nigerian personnel or indigenous business including evidence of past performance on training and development for Nigerians nationals & indigenous business. Plan for sponsorship of Nigerians to acquire competence and/or certification. Further development of local employees as professionals. Proposed training plan for Nigerians on the project including a brief training outline for OEM products, engineering-software  & hardware,  project management,   procurement,  construction, installation, start-up & commissioning, maintenance, testing and operations

 

(j)         Provide evidence (personnel list and positions with organization chart to substantiate) of percentage of management that are Nigerian Nationals and the percentage of the total workforce that are Nigerians.

 

(k)        Submit Tenderer’s corporate organization’s overall human resources structure (mgt supervisors, senior & junior skilled officers, etc) identifying positions manned/occupied.

 

(I)         Tenderer shall be expected to submit verifiable evidence of the OEM’s Nigerian Content Equipment Certificate (NCEC) issued by NCDMB during the technical phase of bidding.

 

Note:
Failure to comply with the provision of the Nigerian Content Act 2010 or to demonstrate commitment to the development of the Nigerian Content Policy shall result is disqualification from this bidding process.

 

5.         Additional Information

a.         Failure to provide any of the listed documents or information may automatically disqualify the Supplier,

b.         This notice and the ensuing qualification process neither creates any commitment by TEPNG nor establish any legal relationship with TEPNG.

c.         All costs incurred in registering and pre-qualifying for this and other service categories in NJQS shall be borne solely by the Contractors/suppliers,

d.         This advertisement shall neither be construed as an invitation to Tender (ITT) nor a commitment on the part of TEPNG to award a contract to any supplier and/or associated companies, subcontractors or agents,

e.         The ITT and any further progression of this tender shall be via NipeX. Interested bidders are therefore advised to ensure that their profiles in NipeX are active with a valid official email address accessible by their organization as this shall be the only means to transmit the ITT.

f.          Tendering process will be the NNPC contracting process requiring pre-qualified companies to submit technical tender first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

g.         Man hour figures for Capital Project Portfolios are estimates to provide a definition to the scope and do not constitute guaranteed quantities.

 

h.         COMPANY will only recognize and correspond with duly authorized officers of the pre-qualified bidders and NOT through individuals or agents acting on their behalf.

 

6.    Closing Date

Only tenderers who are registered with (1.02.01) Cranes, Davits, Hoists and winches and/or   (3.05.31)   Crane    Management   Services   and/or   (3.05.99). Other  construction/Maintenance Services (Product/Services) categories as at 26th March, 2012 being the advert close date shall be invited to submit Technical Bids.

 

Please visit Nigerian Petroleum Exchange (NipeX) public opportunity portal at www.nipexng.com for a copy of this advertisement and any other required information.

 

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     Score 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     Works/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-flooring 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.

2.3         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).

 

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 and 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 and 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 TETFund is a former or present Director, Shareholder or has any pecuniary interest in the Company.

4.0     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, TETFund 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 27th Tuesday March 2012 by 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, Aguiy 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 tender, full tendering process shall be applied to firms that have been pre-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 and liability to the firms; and

 

6.6     This Advertisement shall not be construed 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

 

 

 

Construction of Ishaga Primary School at Itire, Mushin in Lagos City

Lagos State Government

Invitation for Bids (IFB)

 

Lagos Metropolitan Development and Governance Project (LMDGP)

IDA Credit No. 4219.

 

National Competitive Bidding (NCB)

Construction of Ishaga Primary School at Itire, Mushin in Lagos City

(LMDGP/NCB/SU/IN/SC/01/012)

 

1.         This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no, 1688882 of March 20, 2007.

 

2.         The Federal Republic of Nigeria has received a credit from the International Development

Association toward the cost of Lagos Metropolitan Development and Governance Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for Construction of lshaga Primary School at Itire, Mushin in Lagos City.

 

3.         The Lagos State Government represented by Lagos Metropolitan Development &

Governance Project now invites sealed bids from eligible and qualified bidders for the execution of the works below:

 

Contract Identity 

Name of Works 

Delivery/ Construction Period 

Amount of Bid Security 

Price of Bidding Document 

I.MDGP/NCB/SU/W/SC/01/012 Construction of Ishaga Primary School at Itire, Mushin in Lagos City 

 

12 Months Naira 5.3 Million Bank Draft or Bank Guarantee 

 

Naira 

20,000

 

 

4.         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, May 2004 revised October 1,2006, and May 2010 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 Project Director, Lagos Metropolitan Development & Governance Project (LMDGP), e-mail: procurement@lmdgp.org.ng and inspect the Bidding Documents at the address given below. The documents can be inspected during official hours of 8.30am 5.30pm on Monday to Friday, except on public holidays.

 

6.         Qualifications requirements for these contracts are in the bidding documents and include:

a)         Possession of experience as a Prime Contractor for at least the last five (5) years prior to the application submission deadline, and with work cited should be at least 70% complete,

 

b)         Minimum average annual turnover in construction works of at least Naira 527 Million in the last five years in works that have been successfully and substantially completed and that are similar to the proposed works under this Contract;

 

c)         Contract Manager with First Degree in Civil Engineering and at least 7 years’ experience in Works of equivalent nature and volume;

 

d)         Own a substantial proportion of the construction equipment required to successfully execute the Contracts;

 

e)         Provide Annual audited account for the last 5 years to demonstrate the current soundness of the applicant’s financial position and its prospective long term profitability, and have Liquidity and/or evidence of access to or availability of confirmed positive credit facilities of not less than Naira 88 Million.

 

7.         A complete set of Bidding Documents for this contract in English language 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 in local currency Naira 20,000.  The method of payment will be in the form of Bank Draft in favour of Lagos Metropolitan Development & Governance Project (LMDGP)”. The Bidding Documents may be collected in person by a bidder’s representative duly authorized by the bidder in his application or sent by courier services on request (in case of request by courier, the bidder is advised to arrange for own pre-paid courier service).

 

8.         Bidders must ensure that they possess the qualification requirement specified in the bidding document and necessary capacity to complete the contract within the time specified in the bidding document.

 

9.         Bids must be delivered to the address below before 11 a.m. on April 17th, 2012. All bids must be accompanied by a Bid Security in the amount stated in paragraph 3. Late Bids will be rejected. Bids will be opened in the presence of the bidders’ representatives and anyone who choose to attend at the address below at 11:00am, on April 17, 2012.

 

Bayo Kelekun

The Project Director

Lagos Metropolitan Development & Governance Project

1, Wempco Road, off Lateef Jakande Road,

Agidingbi, Ikeja, Lagos State, Nigeria

Email: procurement@lmdgp.org.ng

Telephone: 234(01) 8976433, 7390259