Invitation to Pre -Qualification to Tender for 2010 Tertiary Education Trust Fund (TETF) Special Intervention Projects at Nigeria Army Intelligence School

Nigeria Army Intelligence School

Tego Barracks, Marine Beach, Apapa Lagos

 

Invitation to Pre -Qualification to Tender for 2010 Tertiary Education Trust Fund (TETF) Special Intervention Projects

 

 

Application are hereby invited from reputable and interested contractors / suppliers with relevant experience and Excellent track record in area of specialization for pre qualification to tender / Expression of interest for the under listed project.

 

 

1.0     Profile of Contract

1.       Construction of classrooms / Library Block

2.       Furnishing of classrooms and Library Complex

 

 

2.0     Pre- Qualification Criteria

I.       Only Contactors / Suppliers that have registered with Nigerian Army a contractors/ supplier with proven Capability, relevant experience good track record and   evidence of financial capacity will be considered for pre-qualification to tenders,

II.      Profile of the company and organization Structure, including Names, resume and Telephone numbers of key personnel

III.     List of previous similar works successfully executed within the last three (3)years.

IV.     Evidence of Incorporation of company by the Corporate Affairs Commission

(C.A.C)

V.      Company Tax Clearance Certificate for the last three (3) years

VI.     Audited annual financial report of the company for the last three (3) years

VII.   VAT Registration and Evidence of past VAT remittance to the appropriate authority

VIII.  Experience / Technical Qualification of Key Personnel

IX.     A sworn affidavit that all document submitted are genuine and verifiable.

X.      A sworn affidavit that none of the director has been convicted for any criminal offence, fraud or financial mismanagement.

 

 

3.0     Submissions of Pre Qualification Documents

Bound pre qualification document in wax sealed envelop with “pre- qualification as contractor / Supplier for the (name of project)”  as the case maybe written at the top left hand corner should be hand delivered not later than 12 noon on Monday February 20th ,  20 1 2  to  the  address  below.

 

 

NAIS Tender Board

Nigeria Army Intelligence School

Tego    Barracks

Apapa – Lagos

 

 

4.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will opened at 2:00pm on Tuesday, 21st February,  2012, and interested members of the public especially the intending contractors/suppliers are hereby invited.

 

 

5.0     Notification of Pre-Qualified Bidders

Pre-qualified contractors/suppliers will be contacted and they will be invited to tender accordingly.

 

 

6.0     Collection of Tender

Pre-qualified companies should note that they will be required to pay a non-refundable tender processing fee of twenty five thousand (N25, 000.00) for one project and fifty thousand naira (N50, 000.00) for the two project. Tender documents for contractors and suppliers will be collected at the commandant office at the presentation of evidence of payment of the processing fee.

 

 

Please Note

a.       That by the submission of pre-qualification documents, Secretary NAIS

Tender Board is neither committed nor obliged to award any contract to any contractor/supplier or agent

 

b.       That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of the school nor shall entitle any contractor/ supplier to make any claims whatsoever and/or seek any indemnity form Secretary NAIS Tender Board

 

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

Secretary

NAIS Tender Board

Nigeria Army Intelligence school

Tego Barracks Apapa, Lagos.

Tender Opportunity: Provision of Monitoring and Evaluation of Community Projects in the Eastern and Western Division at Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

Operator of the NNPC/ Shell/ EPNL/ Agip Joint Venture

 

 

Tender Opportunity: Provision of Monitoring and Evaluation of Community Projects in the Eastern and Western Division

1.0     Introduction

 

SPDC hereby announces to interested and prequalified companies of an upcoming tendering opportunity for Provision of Monitoring and Evaluation of Community Projects in the Eastern and Western Divisions. The proposed contract will commence in June 2012 and remain active for a two (2) year duration, followed by a one (7) year extension option.

 

2.0     Scope of Work

The overall scope of work to be executed within this contracting strategy consists of the following:

 

  • Undertake independent visits to 300 project sites yearly to verify ongoing and completed projects and ascertain that milestone payments correspond to value of work done
  • Ensure that project and programme activities are effectively executed in accordance with Contract Agreements, Work Scopes, Work Scopes, Work Orders and Bill of Quantities and meet specification
  • Ensure that HSE procedures are followed throughout the period of the administration of the process.
  • Measure the outcome of the projects against the project objectives each year.
  • Ascertain critical factor for the ownership and sustainability of the projects
  • Identify and examine challenges of the project execution  in all project host Communities  (250 communities)
  • Produce and submit periodic (QUARTERLY) reports on all findings to SPDC for review and input into Sustainable Development Management Information System (SDMIS). Such reports shall include detail findings on each project visited with pictures.
  • Classify monitored projects in line with SDCR 4 focus area and carry out detailed evaluation of programmes and projects of each focus area yearly.
  • Undertake visits to monitor critical stages of project execution and submit weekly reports to SPDC, classifying the status of the completed projects either as Successful, Functional, Ownership and Sustainable
  • Make appropriate recommendation for improvement of these projects

 

 

3.0     Mandatory Requirements

  • To be eligible for this tender exercise, interested contractors are required to be pre-qualified in the (PRODUCT/SERVICE) GROUP 3.02.01: Quality Assurance QA/QC Consultancy category in NipeX Joint Qualification System (NJQS) database. Only successfully pre-qualified suppliers in this category will be eligible to receive Invitation to Technical Tender (ITT).
  • 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.
  • If you are not listed in a product/service category 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.
  • To initiate the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact NipeX office for further action.
  • To be eligible, all tenderers must comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements:

  • Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil & Gas Industry Content Development Act and also provide the following requirements:
  • Demonstrate that the entity 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
  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum 50% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.
  • 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; attach past experience of such patronage.
  • Specific to this project, provide detailed plan for staff training (including 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 details on any other Nigerian Content initiative your company is involved in,

 

5.       Closing Date

Only tenderers who are registered with the relevant NJQS .- 3.02.01 Quality Assurance QA/QC Consultancy category as at 06/03/ 2012, being the advert close date shall be invited to submit Technical Bids

 

6.  Additional Information:

  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SPDC to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from SPDC and or any of its partners by virtue of such companies having been prequalified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre.-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • SPDC will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or Agents.

 

Please visit NipeX portal at www.nipexng.com for this advert and other information.

 

This advertisement is not an invitation to tender for the above services. There is no commitment or obligation, implied or otherwise, for SPDC to issue a tender or enter into a contract. Partnership in the tender exercise does not construe or imply only commitment to any party or entitle any party to any indemnity or any form of payment from SPDC

 

Pre-qualification for Rehabilitation and Upgrading of Feyide House and Grace Court at NNPC Pension Fund Limited

Rehabilitation of Feyide House & Grace Court, Lagos

Invitation for Prequalification

 

Introduction

The NNPC Pension Fund Limited in compliance with the Public Procurement Act 2007 is desirous of carrying out the rehabilitation and upgrade of some properties. Interested and reputable contractors with relevant experience and capacity are invited to apply for prequalification to tender for the Works indicated below.

 

 

Description of Work

The Works shall comprise the comprehensive rehabilitation and upgrading of the following properties:

Lot 1:          Feyide House, 23 Engineering Close, Victoria Island, Lagos

Lot 2:          Grace Court, 3 Emotan Street, Apapa Lagos

Pre-qualification application Contents

Interested contractors are required to submit the following prequalification information/documents for evaluation:

a.    Company Data;

  • Name
  • Business address (not P. O, Box)
  • Name and phone number (must be capable of receiving text messages) of primary contact person
  • Email address (if available)

 

b.       Certified true copy of Certificate of Incorporation;

c.       Certified true copy of Corporate Income Tax Certificates for 2011;

d.       Certified true copies of Audited Accounts for 2008, 2009 & 2010;

e.       Banker’s reference and evidence of adequacy of working capital for the Project (access to line(s) of credit and availability of other financial resources);

f.       Details of experience in works of a similar nature executed over the last three (3) years, and work under way (including contract values, award letters/contract agreements, completion certificates, addresses/locations and names/phone numbers of clients who may be contacted for further information);

g.       Names, qualifications and experience of key management and technical personnel proposed for the Project, including copies of relevant certificates and contact details:

h.       Verifiable evidence of availability of major plant and equipment required for the works;

i.        An affidavit that the company is not bankrupt, in receivership or under liquidation, and details of any potential litigation awards which may adversely affect the company’s liquidity;

j.         An affidavit disclosing whether or not any officer of the Developer is a former or present director or has any pecuniary interest in the company,

k.       Evidence of compliance with the provisions of the Pension Reform Act 2004. Failure to submit any of the listed information/documents will result in a prequalification application being declared nonresponsive.

 

Submission of Prequalification Applications

Applicants are required to prepare one (1) hard copy of their prequalification application, with the required information/documentation arranged in the order in which they appear above, with place dividers to separate each section.

 

The completed prequalification application must then be sealed in a plain brown envelope, and marked “Pre-qualification for Rehabilitation and Upgrading of Feyide House and Grace Court, Lagos” and delivered by hand or registered mail to Triad Associates, Plot 805, Off Ebitu Ukiwe Street, Jabi District, Abuja no later than 1 pm on the 24th February, 2012. Please note that:

All enquiries are to be directed to the above address

This advertisement for prequalification shall not be construed as a commitment on the part of NNPC Pension Fund Ltd to issue an invitation to tender and/or award for the Works to any applicant, nor shall it entitle any applicant to make any claim of indemnity from NNPC Pensions Fund Ltd.

Invitation for Pre-Qualification at Waziri Umaru Federal Polytechnic, Birnin Kebbi

Waziri Umaru Federal Polytechnic Birnin Kebbi

 

Invitation for Pre-Qualification

Following the approval in-principle received from the Tertiary Education Trust Fund (TETF) for the procurement of library books under its 2010 TETF intervention in library development, the Waziri Umaru Federal Polytechnic wishes to invite reputable suppliers to submit their pre-qualification documents for the supply of various text books  required by the institution.

 

Scope of Work

  • The project involve procurement text books for the collages of Engineering, Environment and Administration of the institution.

 

Pre-Qualification Requirements

  • In compliance with the procurement Act 2007 reputable interested  suppliers  are  required  to  apply for  pre-qualification along with following documents:
  • Evidence of incorporation/Registration with Corporate affairs Commission;
  • Evidence of Tax Clearance Certificate for the last (3) Years;
  • Company audited account for last three (3) Years;
  • An up to date Bank reference confirming the financial capability of the company to execute the project Evidence of
  • VAT registration and receipt of payments for the last three (3) years
  • Company profile which should include; telephone numbers and E-mail Address of the firm names, qualification and experience of key personnel, of similar projects previously executed with letters of awards, location and names of clients.

 

Submission of Pre-Qualification Documents

  • Application for pre-qualification should be submitted in sealed envelops stating the project on the left hand cover I and address to:

 

Secretary

Procurement planning Committee

Waziri Umaru Federal polytechnic

P.M.B1034 Birnin Kebbi.

 

To reach him not later than 12:00 noon of Tuesday,  06/03/2012. The documents will be opened at 2:00pm same day at the Council   Board Room Gesse Campus Birnin Kebbi.

 

 

This advert is not an invitation tender tendering procedures will be applied only to firm that have been prequalified.

The institution shall not bear any cost incidental to this exercise.

 

Signed:

Abubakar Abdullahi

Secretary PPC

Build, Operate and Transfer Student’s Hostel Project at Federal Polytechnic Nekede

Federal Polytechnic Nekede

P.M.B 1036, Owerri, Imo State

Build, Operate and Transfer Student’s Hostel Project

 

Opportunities exit at the campus of the Federal Polytechnic Nekede, Owerri for entrepreneurs to invest in students’ Hostel Project under Build Operate and Transfer terms which are very attractive.

 

Investors shall be required to construct in accordance with the Polytechnic’s designs and specification. Adequate and secure land space for the project shall be provided by the Polytechnic.

 

The method and period of amortization of investment shall be negotiated between the Polytechnic and investors, bearing in mind the cost of capital and legitimate returns on the investment.

 

Rent to be paid by students shall fall within the range obtainable in other institutions. All other terms and conditions shall be negotiated bearing in mind the welfare of the entrepreneur and the security of his investments.

 

 

Credentials

The potential investor is expected to posses requisite credential and experience including track records in property development and management, in addition a demonstrable financial capability to handle the project.

 

Pre-Qualifications Requirements

1.       Company Profile, including ownership structure, management team, and relevant experience/track records of the firm.

2.       Where appropriate, track record of technical partners/consultants who will be responsible for development/management of the project.

3.       Evidence of financial ability to undertake the proposed development.

4.       Indicative  terms  and  condition  of the  proposed partnership.

5.       Any other information that might be useful  in the consideration of the project.

6.       A non-refundable application fee of N5, 000.00 (five thousand naira only)  only.

 

Submission of Pre-Qualification Documents

The closing date for submission of the Pre-qualification documents 24th February, 2012. Expression of interest should be submitted to:

 

The Director, Physical Planning Unit,

Federal Polytechnic Nekede,

PMB1036 Owerri.

Imo State.

 

Names of Pre-qualified entrepreneurs shall be published and pasted on the notice board of the Federal Polytechnic Nekede.

 

Signed:

IM ALIGBE

Registrar