Pre-Qualification Documents for Refurbishment of Shodeinde Hall at University of Lagos

University of Lagos, Nigeria

 

Invitation for Pre-Qualification and Tender Notice

Preamble:

This is to invite bids from interested and reputable contractors for Pre-qualification and Tender exercise for the under listed project under its Internally Generated Revenue.

 

A       2011/2012 IGR Project

 

S/N Project Title Contract Number Non-Refundable Pre-Qualification/ Tender Fees
1 The Refurbishment of Shodeinde Hall UNILAG/2011-12/6 N20,000.00

 

Pre-Qualification Requirements

Bidders are required to submit the following:

i.        Evidence of registration with the Corporate Affairs Commission (CAC)

ii.       Company Audited Account for the last three years

iii.      Evidence of Tax Clearance Certificate for the last three (3) years

iv.      List and Source of Equipment to be used for the work

v.       Indication of Technical and Administrative Staff strength, with academic/ professional qualifications and years of experience of key personnel available for the project.

vi.      Bank reference from a reputable Bank

vii.     Evidence of relevant verifiable experience on similar works in Nigeria over the last three years stating, cost and duration of execution.

viii.    Evidence of VAT payment

ix.      Evidence of Social Responsibility in terms of Endowment Sports or ETF contribution.

x.       Evidence of payment of the Non-refundable Pre-qualification/Tender Fees at the UNILAG Cash Office with a Bank Certified Cheque.

xi.      Evidence of compliance with the provisions of the Public Procurement Act 2007 as related to Pensions.

xii.     Evidence of compliance with the provisions of the Pension Reform Act 2004

 

Collection of Documents:

Pre-qualification and Tender documents shall be made available to interested companies on presentation of the receipt issued at the Cash Office in respect of the Pre-qualification and Tender, from office of:

 

The Director

Works and Physical Planning Department

Commercial Road (Behind AP Petrol Station)

University of Lagos

Akoka – Yaba

Lagos,

 

Submission of Documents:

The Pre-qualification and Tender documents shall be forwarded to the address below in two separate envelopes. The envelope containing the Pre-qualification documents should be clearly marked on top as “Pre-Qualification Documents for Refurbishment of Shodeinde Hall (UNILAG/2011-12/6)” while the sealed envelope containing the Tender documents shall also be clearly marked on top as “Tender Documents for Refurbishment of Shodeinde Hall (UNILAG/2011-12/6)”. The submissions should be addressed and submitted to:

 

The Registrar

5th Floor, Senate House

c/o Council Affairs

University of Lagos

Akoka -Yaba

Lagos.

 

The Pre-qualification and Tender documents shall be submitted on or before 11th April 2012 by 12.00 noon. The Pre-qualification documents shall be opened in the presence of the prospective Contractors at 2:00pm on the 11th April 2012, at the University Council Chamber. Attendance at the opening event is important. The tenders of successfully pre-qualified Contractors shall be opened at a later date to be conveyed to successful contractors.

 

Participation in the Pre-qualification exercise is not a guarantee for consideration in the Tender stage. Bidders are to note that only pre-qualified company will be invited for the tender opening.

 

Oluwarotimi O. A. Shodimu, Esq. FNIM

Registrar and Secretary to Council

 

Operation and Maintenance of the Adanga Mobile Production Unit in OML-123 at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited  (RC No. 333615)

 

Advert for Tender Opportunity

TB-2992: ADANGA Mobile Production Unit Operation and Maintenance in OML 123


1.   Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this advertisement opportunity for the Operation and Maintenance of the Adanga Mobile Production Unit in OML-123; as detailed in item 2 below. The contract is proposed to commence on August 1st 2012 and continue for a duration of five (5) years with ADDAX having the sole option to extend the duration for a further period of one (1) year.

 

2.       Scope of Services:

This Scope of Services covers the provision of qualified personnel, equipment, services and consumables associated with Management, Maintenance and safe Operation of the Mobile Production Unit, particularly with regard to technical, marine, process and utilities.

 

As a minimum requirement, the selected Contractors shall have the necessary experience, equipment and capability to provide timely, quality operation and maintenance services on a production unit.

3.       Mandatory Requirements:

3.1.    To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the interested contractors are required to be pre-qualified in the Management and Operations, including Production Supervision of all Facilities, Engineering, Modification and Maintenance Services for Site/Platform 4.05.02 (Product/Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender (ITT).

 

3.2     To determine if you are pre-qualified and 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.

 

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

 

3.4     To initiate the JQS pre-qualification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.

 

3.5.    To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements:

The Nigerian Content Development Monitoring Board (NCDMB) will require each Tenderer to:

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria
  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and CO7
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.
  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.
  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).
  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities
  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.
  • Provide details on any other Nigerian Content initiative the company is involved in.

 

5.   Closing Date:

Only tenderers who are registered with NJQS Product/Category Management and Operations, including Production Supervision of all Facilities, Engineering, Modification and Maintenance Services for Site/Platform 4.05.02 as at March 16th 2012 being the advert close date shall be invited to submit Technical Bids.

 

6.       Additional Information

  • Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert.
  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.
  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

 

(i) Pre-Qualified contractors in the relevant Services category in NJQS will be requested to submit their Technical Tenders,

(ii) Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

  • APD(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

Please visit the NipeX portal at www.nipexng.com for this Advert and other relevant information.

 

 

Pre-qualification for the execution of year 2011 Tertiary Education Trust Fund (TETF) at Hassan Usman Katsina Polytechnic

Hassan Usman Katsina Polytechnic

P.M.B. 2052 Katsina-Nigeria

 

Pre-Qualification of Contractors:

Year 2011 Tertiary Education Trust Fund (TETF)

Intervention in Library Development

 

Invitation for the Pre-Qualification of Supply

Hassan Usman Katsina Polytechnic is seeking for supply to pre-qualify for the execution of years 2011 intervention in Library development projects:

 

(a)       Projects

Lot 1: Procurement of various volumes of Assorted Books into various developments

 

(b)       Pre-qualification Evaluation Criteria

1.         Name and Address of Company/firm

2.         Brief History stating the nature of work previously undertaken

3.         Evidence of Registration with the  Corporate Affairs Commission

4.         Evidence of Registration with the  Federal or State Tenders Board or the Polytechnic

5.         Evidence of similar jobs handled in the last three (3) years Letters of Award, completion certificates will be required (Photographs will be added advantage)

6.         Tax clearance Certificate for the  years 2009, 2010 and 2011

7.         Evidence  of financial capacity bank reference and audited account

8.         Any other information that will assist the Polytechnic in assessing  your organization

 

(c)        Pre-Qualification Fee

Interested contractors are to pay a non refundable pre-qualification fee N5,000.00 for Lot 1. Payment should be made at the Bursary by certified  Bank Draft made payable to the Rector, Hassan Usman Katsina Polytechnic.

 

(d)       Return of Documents

Pre-qualification documents listed (b) above should be returned along with the original copy of the receipt for the payment  of the  appropriate non-refundable pre-qualification fees in a sealed envelope marked “ Pre-qualification Fee (state the Lot/Ref No.) and addressed to:

 

The Registrar

Hassan Usman Katsina Polytechnic

P.M.B 2052

Katsina.

 

To reach him on or before 19th March, 2012

 

(e)       Important Notice

1.         Only shortlisted companies shall be invited to progress with the main tender

2.         This advertisement of “Invitation to Pre-qualify” shall not be construed to be an invitation to tender nor a commitment on the part of Hassan Usman Katsina Polytechnic, Katsina to award any form of contract to your Company, it shall not entitle any company submitting documents to claim indemnity from the Polytechnic. The Polytechnic reserves the right to take  final decision on any of the document received in your pre-qualification package.

 

Signed:

Salisu D. Jibia

Registrar.

 

 

 

 

Invitation for Pre-Qualification Exercise at Customary Court of Appeal, Abuja

Customary Court of Appeal, Abuja

Federal Capital Territory, Judiciary

36, P.O.W. Mafemi Crescent, Utako District, Abuja.

 

2012 Invitation for Pre-Qualification Exercise

The Customary Court of Appeal, Abuja hereby invites interested, qualified and reputable contractors to apply for the above subject matter, for the under listed jobs in its 2012 fiscal year budget.

 

Lot A

1.0       Purchase of Office Furniture and Fittings

1.1       Purchase of Residential Furniture and Equipment

1.2       Purchase of Library Books/Periodicals and Equipment

 

Lot B

1.0       Construction of Office Buildings

2.1       Rehabilitation/ Maintenance of Residential and Office Buildings

 

 

Lot C:

3.0       Purchase of various Office stationary/Computer consumables

3.1       Printing of Non- Security Documents

 

Lot D:

4.0       Maintenance of Motor vehicles

4.1       Maintenance of IT equipments

4.2       Maintenance of Plant and Generators

4.3       Provision of Insurance Services

4.4       Supply of Diesel Oil

 

Requirements

Interested Contractors should apply with the following criteria of their Companies /organizations:

1.         Evidence of Incorporation / Business Name Registration by the Corporate Affairs Commission (CAC) including CTC of the Memorandum and Articles of Association.

2.         Current Tax Clearance Certificate (TC) 3 years.

3.         Value Added Tax Registration (VAT)and Tax Identification Number(TIN)

4.         Company Profile including key professionals to be involved in the project/Job and their CV(s) (where necessary)

5.         Similar job/jobs recently executed showing evidence of Award and successful completion.

6.        List of Equipment indicating whether owned, hired or leased (where

necessary),

7.         Valid Registration with Customary Court of Appeal, Abuja. (Court Tenders Board)

8.         Bank Reference Guarantee.

 

Submission

All documents must be submitted in a sealed envelope marked “2012 Pre-qualification” with the Lot number boldly written for specification. It should be  addressed and submitted on or before 19th March, 2012 to

 

The Secretary, Court Tenders Board,

Customary Court of Appeal,

FCT Judiciary,

Plot 36, P.O.W Mafemi Crescent,

Utako District,

Abuja.

 

Note:

1.         Closing date for submission of bids is 19tri March, 2012.

2.         Late submission will be rejected.

3.         The bids will be open on the 21st March, 2012 at the Customary Court of Appeal Headquarters, No. 36 POW Mafemi Crescent, Utako District, Abuja at Court Hall II by 11am prompt.

4.         This advert shall not be construed to be a commitment on the part of Customary Court of Appeal, Abuja nor shall it entail the Applicant to make any claim(s) whatsoever and/ or seek any indemnity from the Customary Court of Appeal, Federal Capital Territory Judiciary, Abuja by virtue of such applicant having responded to this publication.

5.         Only successful Pre-qualified contractors will be invited to bid for the Lots and the Customary Court of Appeal, Abuja shall not enter into correspondence with any unsuccessful bidder.

6.         This invitation also serves as a formal invitation to Civil Society Groups.

 

Signed:

The Chief Registrar,

Customary Court of Appeal

FCT Judiciary,

Abuja.

 

General Procurement Notice for the Execution of 2012 Capital and Recurrent Projects at Federal Ministry of Health

Federal Ministry of Health

Federal Secretariat, Phase 111, Abuja

 

General Procurement Notice for the Execution of 2012 Capital and Recurrent Projects

 

1.         Introduction

The Federal Ministry of Health intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2012 Recurrent and Capital Budget.

 

In compliance with the Public Procurement Act 2007, the Ministry therefore invites interested and reputable Contractors, Pharmaceutical Manufacturers, Suppliers and Consultants with relevant experience and good track record to submit documents necessary for consideration for the execution of these projects.

 

2.         Description of Work

I           Lot 1: Supply of Drugs and Medical Supplies

Lot 2: Commodities and Chemicals for Malaria Control

Lot 3: Anti Retroviral (ARV) Drugs, Opportunistic Infections (OIs)

Drugs and HIV Test Kits

Lot 4: Laboratory Reagents

Lot 5: Supply of Medical Equipments

Lot 6: Supply of Anti- Snake Venom

Lot 7: Office Equipment, Furniture and Computers

Lot 8: Supply and Installation of Power Generating Sets

Lot 9: Supply of Automotive Gas Oil (Diesel)

Lot10: Printing of various Medical Records/ Protocols

Lot11: Supply of Utility Vehicles

Lot 12: Office Stationery

Lot13: Supply of Furniture & Furnishing of Offices

Lot14: Construction Works

Lot 15: Renovation/Rehabilitation Works

Lot 16: Drilling of Boreholes and Water Reticulation

Lot 17: Consultancy Services for Health Care Management Systems, Health Promotion and Programmes

Lot 18:   Clearing and Freighting of various goods from the Ports to  their

 

3.         Requirements:

Prospective bidders are required to submit the following documents:

i)          Certificate of Incorporation/ Registration with Corporate Affairs Commission (CAC);

ii)         Evidence of Certification /Exemption from PENCOM in accordance with the  Pension  Reform  Act,  2004  including  evidence  of remittances of Employees’ Pension Contributions/ Deductions;

iii)        Evidence of Current Registration with NAFDAC for Lot 1;

iv)        Evidence of Technical Capability for Construction/ Renovation works;

v)         Evidence of Tax Clearance Certificates for the last three years (2009, 2010 & 2011) corresponding to declared turnover;

vi)        Company Audited Accounts for the last three years (2009, 2010 & 2011) showing annual turnover;

vii)       Evidence of VAT Registration with TIN No and past remittances for the last 3 years;

viii)      Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, project costs, job completion certificates and payments (please provide contact addresses of the Clients);

ix)        Evidence of Financial Capability to execute the Projects (Bank Guarantees from reputable banks will form part of the evaluation criteria);

x)         Company Profile and Technical qualifications key personnel with evidence of experiences on similar jobs;

xi)        Evidence of Current Good Manufacturing Practices (CGMP) for Lot

1 only;

xii)       Evidence of NPA License as Clearing Agent for Lot 18 only;

xiii)      Evidence of Nigeria Customs Service Clearing License for Lot 18 only;

xiv)      Evidence of Registration with the Council of Regulatory Freight Forwarders of Nigeria (CRFFN) for Lot 18 only;

 

xv)       Evidence of Registration with the Pharmacists Council of Nigeria and current annual licenses to practice (for supply of all Drugs);

xvi)      Manufacturer’s Authorization for Distributors/Suppliers (for Lots 1, 2, 3 & 5 only)

xvii)     Submission of relevant Technical and Detailed Brochures of items being offered;

xviii)    List of verifiable Equipment indicating ownership or on tease (for

construction/ renovation only);

xix)      A Sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence and

xx)       A sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the Federal Ministry of Health is a former or present Director, Shareholder or has any pecuniary interest in the bidder.

 

4.         Submission of Requirements:

i)          Interested contractors should submit their documents with a non refundable fee of N10,000.00 (Ten Thousand Naira) Bank Draft issued in favour of Federal Ministry of Health.

ii)         The Documents should be enclosed in a sealed tamper proof envelope indicating the Lot at the Top Right Hand Corner of the Envelope and addressed to:

 

The Secretary,

Ministerial Tenders Board,

Federal Secretariat Complex,

Phase 111, 3rd Floor (Ministerial Tenders Board Secretariat)

Federal Ministry of Health,

Ahmadu Bello Way, Abuja.

 

iii).       The documents should be deposited in the Tender Box at the Tender Secretariat, Podium G, Room 3.6A, 3rd Floor, Federal Secretariat, Phase III, Ahmadu Bello Way, Central Business District, Abuja. Company names should also be written at the reverse side of the envelope. Closing time for all submissions is on or before Monday, 19th March, 2012 at 12.00noon prompt. Late submissions shall not be entertained.

 

5.         Opening:

Opening of the received documents will commence at 1.00pm same day at the Conference Room on the 3rd Floor. All Bidders and/or their Representatives, Relevant Professional Bodies and NGOs are invited to witness the public opening exercise accordingly.

 

6.         Please Note That:

a).        All CAC, VAT, PENCOM and TAX Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for verification.

b).        Only successful bidders will be invited for the next stage of the bidding process.

c).        The Federal Ministry of Health reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

d)         The Evaluation of the received documents shall be strictly based on the requirements as specified above,

 

7.         Subsequently, within the year, Procurement Notice for contracts within the approval threshold of the Ministry’s Accounting Officer will be placed on the Ministry’s Notice Board for interested Contractors/Suppliers,

 

Fatima B.A, Bamidele (Mrs)

Permanent Secretary

Federal Ministry of Health