Application for the Airlift of Pilgrims for 2012 Hajj Operation at National Hajj Commission of Nigeria (NAHCON)

 

National  Hajj Commission of Nigeria (NAHCON)

Application for the Airlift of Pilgrims for 2012 Hajj Operation

 

Introduction:

Interested National/international Airlines/Carriers with requisite operational authorization and experience (who have not previously applied for the airlift of the pilgrims of NAHCON licensed Tour Operators) are hereby invited to submit applications for the airlift of pilgrims from Nigeria to and from Saudi Arabia for the 2012 Hajj. The outbound airlift of 87,000 intending pilgrims to Saudi Arabia is expected to commence during the last week of September, 2012, while the inbound (return journey) operation will commence during the first week of November, 2012. The airlift operations will be carried out at the eleven (11) designated Hajj operational zones.

 

2.       Boeing 747-200 and newer series aircraft, with capacity to carry a minimum of 450 passengers or other wide-body aircraft with capacity to carry a minimum of 300 passengers are required for the operation. All the aircraft must meet NCAA safety requirements.

 

Conditions of Application:

 

3.       Applicants must possess any of the following:

i.        Valid Air Transport Licence (ATL)/Air Operator’s Certificate (AOC)

ii.       Valid Airline Operating Permit (AOP) /Air Operator’s Certificate (AOC)

 

4.       Applicants are also required to submit the following:

i.        Details/specification of aircraft to be used

ii.       Verifiable written evidence of ownership or partnership/agreement with the owners of aircraft and confirmed by the NCAA.

iii.      Insurance which must not be less than $500,000,000.00 (Five hundred million US dollars) combined single limit (hull passenger, baggage/cargo and third party),

iv.      Evidence of ability to make authentic flight schedule available not less than Four weeks before the commencement of airlift.

v.       Evidence of non-indebtedness to relevant Aviation Authorities and service providers either in Nigeria or in Saudi Arabia. Specifically, evidence of clearance from indebtedness to NCAA, NAMA, FAAN and SAHCOL or NAHCO must be provided.

vi.      Proposal for Ground Handling arrangement in Nigeria and Saudi Arabia,

vii.     Proposed arrangement with fuel suppliers in Nigeria and Saudi Arabia.

viii.    Proposal for Luggage and Passenger Screening (Security) arrangement in Saudi Arabia.

ix.      Proposal for Catering Services in Nigeria and Saudi Arabia with details of name, address of the caterers and subject to inspection and approval by relevant regulatory agencies.

x.       Proposal for Crew arrangement for accommodation during Hajj.

xi.      Evidence of financial capability to fund the airlift operation.

xii.     Arrangement for over flight clearance, en-route and landing permit.

xiii.    Two years Audited company Financial Reports

xiv.    Evidence of installation of EGPWS as required by NCAA and GACA.

xv.     Evidence of installation of an aircraft tracker/transponder and confirmed by NCAA.

xvi.    Organizational structure with names, qualifications and schedule of duties of the key staff of the company.

xvii.   Foreign applicants are also required to submit the above mentioned documents or its equivalents as required by ICAO.

 

Mode of Application

5.   Applications (full package) are to be submitted on the approved Application Forms. The forms and guidelines are available at NAHCON Headquarters, No. 1 First Avenue, Off Ahmadu Bello way Central Business District, Sokoto House Abuja on payment of non-refundable fee of N1,000,000.00 (One million Naira) in bank draft in favour of the National Hajj Commission of Nigeria, Abuja.

 

Submission of Application

7.       Application must be submitted to the Secretary, National Hajj Commission of Nigeria, Sokoto House, No 1 First Avenue Off Ahmadu Bello Way, Central Business District, Abuja  on or before 12th March 2012.

 

8.       Successful Carriers shall pay appropriate Hajj licensing fee.

 

9.       Please be advised that this application is not intended to create any form of contractual relationship or obligations on the part of NAHCON.

 

10.     Consequently NAHCON shall not be liable to any Applicant for any expenses or loss incurred in connection with this application. NAHCON will contact Pre-qualified Applicants for interview, while formal Agreements will be signed with successful Applicants.

 

Signed

MANAGEMENT

 

 

General Procurement Notice and Invitation for Expression of Interest Pre-Qualification for 2012 Fiscal Year at Kanji Hydro Electric Plc

PHCN

Power Holding Company of Nigeria Plc

 

Kanji Hydro Electric Plc.

RC 638714

 

General Procurement Notice and Invitation for Expression of Interest Pre-Qualification for 2012 Fiscal Year

 

Public Notice

 

Introduction

1.       The Kainji Hydro Electric Plc wishes to notify the General Public of her Intended procurement for the year 2012. The procurements are to be funded by Federal Government Budget Appropriation, MYTO and Internally Generated Revenue (IGR).

 

2.       Consequently, Kainji Hydro Electric Plc invites reputable Companies, Manufacturers, Suppliers and Contractors for expression of interest/Pre-qualification for the provision of the following goods services.

 

3.       LOTS

LOT I          Supply of Turbine Maintenance Materials (Equipment, Spare Parts and Consumables)

LOT II        Supply of Plant Maintenance Materials, (Instrumentation, Protection Relays and Control)

LOT III       Supply of Electrical Materials (Equipment Spare Parts and Consumables)

LOT IV       Supply of Auxiliary Plant Maintenance Materials (Equipment, Spare Parts and Consumables)

LOT V        Procurement of Dam/Hydrology Maintenance Materials (Equipment, Spare Parts and Consumables)

LOT VI       Supply of Utility Vehicles and Special Equipment

LOT VII      Procurement of HSE Materials (Safety/Protective Wears Instruments Spare Parts and Consumables)

LOT VIII    Procurement of Chemical Laboratories, Hospital and consumables.

LOT IX       Works and Services

 

4.       CONDITIONS FOR ELIGIBILITY

Interested Manufactures, Suppliers and or Contractors are hereby requested to submit Technical bids for relevant areas of interest. The submission should include the followings:

  • Evidence of incorporation (Copy of Certificate of Incorporation in Nigeria)
  • Evidence of Valid Tax Clearance (Copy of Valid Tax Certificates for the past three (3) consecutive years)
  • Evidence of VAT Certificate (Copy of VAT Certificate)
  • In case of Works, Company Profile which must include Organizational Structure, CVs of Key Personnel, Current Employees Compensation Insurance, Detail of experience/Technical capability of Key Staff in the specified category with emphasis of project(s) executed in Nigeria.(For Works and Services)
  • Evidence of Equipment/Technical capability (Detail of equipment, Plant, Machinery and Tools owned or to be hired for the execution of the project(s) (For Works and Services)
  • Evidence of Manufacturers/Manufacturer Representative (Copy of letter of authority)
  • Evidence of Financial capability/Bank support
  • Copy of Company Audited Accounts/Annual Reports for three (3) consecutive years.
  • Financial Statements
  • Evidence of Staff Pension Scheme
  • Evidence of having executed relevant jobs/supply and knowledge of Industry (Copies of Orders, Delivery Note/Job Completion Certificate(s)) where available.

 

5.       SUBMISSION OF DOCUMENT

Interested Contractors should indicate interest on Lot basis and document for different Lots must be in separate envelopes. The Pre-qualification documents should be duly signed by the Company’s authorized representative. The document should be bind in four (4) copies – One (1) Original and three (3) copies for each lot. The submission should be in a sealed envelope marked “Expression of Interest/Pre-Qualification Lot….) (Please indicate Lot No. and Description of the project) at the left hand corner of the envelopes clearly indicate the name, mailing address and GSM No. of your Company on reverse side of the envelope(s). The four (4) envelopes must be enclosed in an outer envelope clearly marked as specified above. The documents must be addressed and submitted on or before 5th March 2012 by 12.00 Noon to the:-

 

Chief Executive Officer

Kainji Hydro Electric Plc.

P.M. B. 1111,

New Bussa- Niger State

 

6.       IMPORTANT INFORMATION

  • Only the Companies adjudged Technically responsive shall be considered for financial; bidding
  • The adjudged technically responsive companies shall be invited to purchase the Bid Document(s) at the stipulated amount.
  • This notice is not an invitation to bid please.
  • Contact 08059784423, available on Monday to Friday from 8.30am – 5.00pm for details

 

Signed:

Management

 

 

Expressions of Interest for Consultancy Services:Development of National E-Government Strategy and Design of Government IT Shared Services Plan and Enterprise Architecture at Federal Ministry of Communication Technology

 

Federal Ministry of Communication Technology

Request Expressions of Interest (EOI)

Consultancy Services: Development of National E-Government Strategy and Design of Government IT Shared Services Plan and Enterprise Architecture

The Federal Ministry of Communication Technology hereby invites interested, competent and reputable Consultants to submit Expressions of Interest for the development of the National E-Government Strategy, Government IT Shared Services Plan and Enterprise Architecture. The primary goals of the E-Government Strategy will include, but not be step limited to, creating easy access for citizens to obtain service and interact with the Federal government; improving government efficiency and effectiveness; and improving government’s responsiveness to citizens. Government IT Shared Services will facilitate the delivery of IT services to government at reduced cost.

 

1.       Objectives

The primary goals of the E-Government Strategy will be to articulate Federal Government’s approach to delivering services to the public using web and other technologies. The strategy should aim at improving government efficiency and effectiveness; and improving government’s responsiveness to citizens. The Strategy will also articulate the Enterprise Architecture that will be required to build out the E-Government Services for citizens and other stakeholders. The IT Shared Service Plan should define the framework and practical roadmap that will facilitate the delivery of IT services to Government Ministries, Department and Agencies (MDAs) at better efficiency and reduced cost.

 

2.       Guiding Criteria for Selection

The selection of the Consultants will be in accordance with the procedures set out in Guidelines published by Bureau of Public Procurement.

 

3.       Eligibility Criteria and expected contents of Expression of Interest

 

Prospective applicants are requested to submit Expressions of Interest that demonstrate capability and capacity to undertake the assignments detailing the following information as basis for short-listing for further evaluation during which technical and financial proposals will be requested and reviewed accordingly. Consultancy firms may associate to enhance their qualifications.

  • Certificate of incorporation with Corporate Affairs Commission;
  • Evidence of Tax clearance certificate for the past three (3) years from Federal Inland Revenue Service;
  • Value Added Tax Registration Certificate and Evidence of Remittance;
  • Evidence of compliance with the provision of section 16b (d) of Public Procurement Act 2007 as it relates to the Pension Reform Act 2004;
  • Comprehensive Company Profile
  • Detailed Description of Similar Assignments in Public Sector and Description of experience in similar conditions
  • Verifiable Evidence of Undertaking Similar Assignments in Public Sector
  • Availability of appropriate skills among staff

 

4.  Expression of Interest must be in English Language, Five (5 No.) hard copies and one soft copy must be packaged in sealed envelopes clearly marked “Expression of Interest as a Consultancy Firm to Develop National E-Government Strategy, Government Shared Services and Enterprise Architecture” on the top left-hand side of the packaging envelope and submitted to the address below:

 

MTB Secretariat

Federal Ministry of Communication Technology,

Room 206, 2nd Floor, Federal Secretariat Complex, Phase 1

Annex III, Shehu Shagari Way, Abuja

 

5.       Expressions of interest must be delivered to the address above on or before 5th March 2012 by 12.00 noon.

 

All EOIs will be opened immediately after the deadline in the Ministry’s conference room in the presence of bidders.

 

NB: Only Pre-qualified companies will be invited to submit detailed Technical and Financial Bids.

 

(SIGNED)

Permanent Secretary

Federal Ministry of Communication Technology,

Expressions of Interest in the Redevelopment of Wumo Road, Kaduna at Niger State Development Company (NSDC)

Niger State Development

Minna, Niger State,

 

OBJECTIVE

In line with the Niger State Government’s vision of attaining the status of being among the three best economics in Nigeria by the year 2020, the Niger State Development Company  (NSDC) is inviting prospective investors to express interest in redeveloping a 5,325 square meter property situated along Wumo Road in Kaduna, the Kaduna State capital, under a Public-Private Partnership (PPP) arrangement.

 

NSDC’s desire to diversity its operations has necessitated the Company envisaging the redevelopment of this property into a commercial development that leverage on its location in a prime commercial area. To this effect we have made available for this proposed development a structure set on a 5,325 square meter plot along Wumo Road, Kaduna.  This area is within a commercial area that houses the NAF Club and Gombe Jewel Hotel among others modern shopping outlets, cateries, offices and/or hotel space.

 

PRE-QUALIFICATION:

Applicants are expected to have a proven track record in construction and facility management. In order to have pre-qualified, prospective investors must supply verifiable evidence of their ability to construct and manage a commercial property. In this regard, the following information will be required:

  • Track record of successful investment in similar assignments.
  • Adequate and verifiable proof of financial resources to commerce and complete the development, such as a letter from a bank or financial institution indicating willingness to fund the project and cover the first years of operational costs.
  • Willingness to deposit project funds into an escrow account
  • Proven evidence of technical ability to manage the facility upon completion
  • Interested investors should indicate their interest by further providing the following documentation and information
  • Proof of registration with NSDC
  • Company profile containing contact person, telephone number and e-mail address
  • Copy of CAC registration certificate.
  • Brochure showing similar tasks accomplished
  • Composition and profile of management team
  • Schematic drawings of proposed construction with proposed period of development
  • Methodology for undertaking the assignment and work plan
  • Cash flow projection for the duration of the lease period
  • A proposed financial model for the project with particular emphasis on the source of funding
  • Any other additional information that may enhance the application

 

THE LEASE:

The lease holding period is expected to be between 15 to 20 years in order to allow adequate returns on investment. An irrevocable lease term will be executed with the developer for the period. The property and assets will be valued and will form a part of Niger State. Development Company’s equity contribution in the project. A sign-on fee will be paid to NSDC upon execution of the contract.

 

SUBMISSION:

Copies of Expressions of Interest (EOI) must be delivered in a sealed envelope marked Expressions of Interest in the Redevelopment of Wumo Road, Kaduna and delivered to the address below on or before 5th March 2012 by 5.00p.m.

 

Late Submissions will be Rejected:

To inspect the property, call Mohammed Mohammed -08036155448

All submissions must be accompanied with a non-refundable bank draft for N50,000 payable to “Niger State Development Company” and submitted to the following address.

 

ATTENTION:

Mr. Mohammed M. Aliyu,

Managing Director,

Niger State Development Company,

A44, Muazu Mohammed Road,

Minna, Niger State, Nigeria.

 

Nasarawa State Millenium Development Goals (MDGS) – Conditional Grant Scheme Advertisement for Pre-Qualification of Contractors at Nasarawa State

Nasarawa State Government

Office of the Executive Governor

 

Nasarawa State Millenium Development Goals (MDGS) – Conditional Grant Scheme Advertisement for Pre-Qualification of Contractors

The Federal Government of Nigeria is desirous of channeling the savings from the Paris Club Group of Creditors to pro-poor expenditures that aid Nigeria in its achievement of the Millennium Development Goals (MDGs). Part of the proceeds of this savings is to be used to finance eligible expenditure under the Nasarawa State Millennium Development Goals Conditional Grant Scheme (MDGs-CGS).

 

The Nasarawa State Millennium Development Goals Conditional Grant Scheme (MDGs-CGS) Project implementation unit, Lafia now invites interested, competent and reputable contractors to submit pre-qualification bid for the construction, renovation, expansion and fencing of 54 numbers PHCs, supply of hospital equipment and furniture and Sinking of 54 numbers of Solar powered boreholes in line with its 2011 grant intervention.

 

Pre-qualification criteria

Interested contractors should submit the following documents:

  • Evidence of incorporation of company with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association;
  • Company’s Audited Account for the last three (3) years
  • Tax Clearance Certificates for the fast three (3) years expiring in December, 2011 with Tax Identification Number (TIN)
  • Evidence of Financial capability and banking support
  • Evidence of similar and verifiable projects executed (copies of Letters of Contract Award and Completion Certificates) within the last three (3) years.
  • Company’s Annual Turnover
  • Evidence of VAT registration and remittance
  • Comprehensive company profile and organizational structure
  • Evidence of equipment and technology capacity
  • Evidence of Experience/Technical Qualification and experience of key personnel to be deployed on the project
  • Any other relevant document(s) that will place such company on a more competitive advantage.

 

Verification of Claims

Please note that MDGs-CGS office, Lafia reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

 

Submission of pre-qualification Tender

All Tenders should be in sealed envelopes and marked at the top-right hand corner of the envelope “Pre-Qualification for (Project Name)” and addressed to: The Focal Person, MDGs-CGS Office, P.M.B 25 behind Deputy Governor’s Office, Shendam road, Lafia, Nasarawa State

 

Tenders should be dropped in the Tender box at the Reception of the MDGs office

 

Submission deadline

The receipt of pre-qualification document will be closed on 5th March 2012.

 

Successful bidders shall be notified to collect the appropriate Tender documents for the commercial/Financial bidding.

 

DISCLAIMER

Please, note that this is not an invitation to tender; only pre-qualified companies shall be invited to collect and fill tendering documents. This advertisement shall not be construed as a commitment on the part of Nasarawa State Government, nor shall it enable any claim whatsoever, and /or seek any indemnity from Nasarawa State Government and /or its agencies by virtue of such companies having responded to this advertisement.

 

All expenses incurred in preparing pre-qualification response and all expenses otherwise associated with its pre-qualification response shall be borne solely by the prospective contractors.

Signed:

Focal Person