Construction of a Shopping Complex and Staff Housing Estate Invitation for Expression of Interest at University of Port Harcourt Teaching Hospital

University of Port Harcourt Teaching Hospital

P. M. B. 6173, Port Harcourt

Construction of a Shopping Complex and Staff Housing Estate Invitation for Expression of Interest

Institutional Brief

The University of Port Harcourt Teaching Hospital is one of the Tertiary Health Institutions established in 1980 by the Federal Government to provide excellent medical services, manpower training and research.

 

The Hospital moved to its Permanent Site next door to the University of Port Harcourt in 2006 and has been expanding rapidly with structures, services and personnel.

 

Specification of Interest and Scope of Work

Expression of Interest (EO1) is invited from reputable companies/investors, Banks and financiers in property development to Build, Operate and Transfer (BOT) a Staff Housing Estate in the Hospital in line with the Federal Government’s policy on Public Private Partnership (PPP). Please note that apart from the provision of land, the PPP arrangement will be 0% (zero percent) financed by the Hospital.

 

The estate will comprise of 25 nos. 8 unit 3 bedroom houses, 34 nos. 6 unit 2 bedroom houses and 5 nos. 12 unit 1 bedroom houses giving 150 nos. 3 bedroom flats, 204 nos. 2 bedroom flats and 60 nos. 1 bedroom flats.

 

The Shopping Complex will be a storey building comprising of 32 nos. rental shops, 4 nos. business centres/cyber cafes, two nos. supermarkets and 2 nos. restaurants with attached cooking areas, including toilet facilities, newspaper stand and large parking lot.

 

Requirements

The prospective investors/financiers/bank will be required to submit all the

underlisted documents:

  1. Company Profile and organizational structure with names and qualification(s) of key personnel,
  2. Certificate  of Registration  (Incorporation)  with   the   Corporate  Affairs Commission.
  3. Evidence of registration with the Federal Ministry of Works,
  4. Evidence of Contributory Pension Scheme for staff,
  5. Evidence of VAT Registration and remittance in the last 3 (three) years,
  6. Evidence of 3 (three) years Audited Annual Report.
  7. Evidence of financial capacity/capability to handle the job and bank reference,
  8. Evidence of technical capacity/capability, covering quality management services in the field of design, construction and maintenance to match the scope,
  9. Evidence of relevant experience in executing similar projects, giving scope,location, value and schedule.

 

Submission of Documents

Interested companies who are to source and fully finance the project and recover the cost are requested to visit the Hospital to assess the scope of work before putting in their interest.

 

Prospective investors/financiers are to pay a non-refundable fee of N50,000.00 (fifty thousand naira) only into the Hospital’s Main Account at the Sterling Bank Plc, UPTH Branch, Account Number – 0004722932. Original copy of the receipt should be attached to the EOI.

 

 

All EOI’s should be submitted in wax sealed envelopes with the subject of the interest clearly labelled at the top right hand corner of the envelope and addressed to:

 

The Chief Medical Director

University of Port Harcourt Teaching Hospital

P.M.B.6713

Port Harcourt

 

The completed and sealed documents should be deposited in the Tender Box in the office of the Director of Administration not later than 12th August, 2013

 

Only successful/shortlisted investors, financiers or banks will be invited to bid. Please contact the undersigned for any further enquiry.

 

Thank you.

Signed

B.AMAOMU-JUMBO (MRS.)
Director of Administration for: Chief Medical Director

 

Tender Opportunity at Agip Energy & Natural Resources (Nig.) Limited (aenr)

agip energy & natural resources (nig-) limited

RC 33455

Operators of the NNPC/AENR Service Contract

Tender Opportunity

Provision of 2014 Nigerian Naira Policies

1.     Introduction

Agip Energy & Natural Resources (Nig.) Limited (aenr) is seeking qualified Insurers for the Provision of 2013/2014 Operational Insurance Cover for its properties and third party liabilities. The contract duration is two (2) years + one (1) year option of renewal.

2.     Scope of Work

Insurances required include the following: Group Personal Accident, Group Life Assurance, Motor Vehicle, Fidelity Guarantee, Transit, All Risk Policy.

 

For the Naira policies, the insurer shall retain 100% of the risk. The Insurer will liaise with the Broker appointed by aenr for the purpose of good underwriting, claims administration, policy documentation, renewals, endorsements etc.

 

3.       Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in 3.14.32 (life Insurance Service) and 3.14.32 (Non-life Insurance Service) (Product/Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in these categories will receive Invitation to Technical Tender (ITT).

 

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.       If you are not listed in a product/service category but 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 verification and necessary update.

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

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

 

4.       Nigerian Content

Bidders are invited to express complete understanding, willingness and commitment to comply with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act, 2010 and Insurance ACT 2003. Consequently, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Insurance Act.

 

The documentation for evaluation shall include but not be limited to the following:

 

1.       Demonstrate compliance with NOGICD ACT 2010 (available at www.nnpcgroup.com and www.nigcontent.com) and Insurance ACT 2003.

2.       Demonstrate that entity is a Nigerian registered company as defined in the NOGICD Act 2010 or Nigerian registered company as the contracting entity in genuine alliance or joint venture with foreign company. Such companies must show details of scope and responsibilities of parties for the work with evidence of binding Memorandum of Agreement (MOA) duly signed by the CEO of both companies.

3.       Provide details of company ownership and shareholding structure with clear photocopies of CAC forms C02 and C07.

4.       Provide clear photocopy of current NAICOM registration certificate.

5.       Provide evidence of bidders’ detailed binding agreement with any competent Re-insurance company.

6.       Provide detailed description of all scope of service Insurers will accomplish using Nigerian Resources (Labour, Material & Services).

7.       Provide current and in-place organization structure with detail experience and skills of key management personnel with names.

8.       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. Also show overall percentage of work to be performed in Nigeria by Nigerian resources.

9.       Preparation of Nigerian Content Plan showing details of utilization of Nigerian labour materials and services with roles workscopes, man-hour and responsibilities of all Nigerian companies and personnel that would execute the work.

10.     Detail past expense / present commitment to staff training and development of Nigerian Personnel. Furnish details of training plans for Nigerians specific to this scope of work.

11.    State any further innovative proposals that would enhance the Nigerian Content for the service.

 

Note:

Non-compliance with Nigerian content requirements is a FATAL FLAW.

 

4   Closing Date

Only tenderers who are registered with NJQS in the Life Insurance Service Category (3.14.32) Product Category as at 8th August 2013 by 4:00pm being the advert closing date shall be invited to submit Technical Bids.

 

  • Please visit the NipeX Portal at www.nipexng.com for this Advert and other additional information.

 

This advertisement of ‘Tender Opportunity’ shall not be construed as a commitment on part of aenr nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from aenr and/or any of its Partners by virtue of such Applicants having responded to this Advert.

 

MANAGEMENT

 

Tender Opportunity at Agip Energy & Natural Resources (Nig.) Limited (aenr)

agip energy & natural resources (nig-) limited

RC 33455

Operators of the NNPC/AENR Service Contract

Tender Opportunity

2014 Agbara Operational Insurance Policy

1.     Introduction

Agip Energy & Natural Resources (Nig.) Limited (aenr) is seeking qualified Insurers for the Provision of 2013/2014 Operational Insurance Cover for its properties and third party liabilities. The contract duration is two (2) years + one (1) year option of renewal.

2.     Scope of Work

Insurances required include the following: Operational Insurance and General Third Party Liability Insurance policies.

For the Operational and General Third Party Liability (TPL) policy (TPL limit US$100,000,000), the Insurer shall retain a percentage of the risk in Nigeria and   re-insure the remainder of the risk with leading international underwriters. The insurer shall justify by verifiable proof of evidence with The National Insurance Commission (NAICOM) approval that all in-country capacity for the risk have been utilized before it can re-insure the excess risk with leading international underwriters. The Insurer will liaise with the appointed Reinsurance Broker for the purpose of reinsurance with foreign Underwriters with minimum of A rating by an international rating agency. The Insurer will also handle claim services, policy documentation, renewals, endorsement etc.

3.       Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified: Non-life Insurance Service Category 3.14.32 (Product/Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in these categories will receive Invitation to Technical Tender (ITT).

2.       To confirm 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.       If you are not listed in a product/service category but 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 verification and necessary update.

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

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

 

4.       Nigerian Content

Bidders are invited to express complete understanding, willingness and commitment to comply with the Nigerian Oil and Gas Industry Content Development (NOGICD) Act, 2010 and Insurance ACT 2003. Consequently, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD Insurance Act.

 

The documentation for evaluation shall include but not be limited to the following:

 

1.       Demonstrate compliance with NOGICD ACT 2010 (available at www.nnpcgroup.com and www.nigcontent.com) and Insurance ACT 2003.

2.       Demonstrate that entity is a Nigerian registered company as defined in the NOGICD Act 2010 or Nigerian registered company as the contracting entity in genuine alliance or joint venture with foreign company. Such companies must show details of scope and responsibilities of parties for the work with evidence of binding Memorandum of Agreement (MOA) duly signed by the CEO of both companies.

3.       Provide details of company ownership and shareholding structure with clear photocopies of CAC forms C02 and C07.

4.       Provide clear photocopy of current NAICOM registration certificate.

5.       Provide evidence of bidders’ detailed binding agreement with any competent Re-insurance company.

6.       Provide detailed description of all scope of service Insurers will accomplish using Nigerian Resources (Labour, Material & Services).

7.       Provide current and in-place organization structure with detail experience and skills of key management personnel with names.

8.       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. Also show overall percentage of work to be performed in Nigeria by Nigerian resources.

9.       Preparation of Nigerian Content Plan showing details of utilization of Nigerian labour materials and services with roles workscopes, man-hour and responsibilities of all Nigerian companies and personnel that would execute the work.

10.     Detail past expense / present commitment to staff training and development of Nigerian Personnel. Furnish details of training plans for Nigerians specific to this scope of work.

11.    State any further innovative proposals that would enhance the Nigerian Content for the service.

 

Note:

Non-compliance with Nigerian content requirements is a FATAL FLAW.

 

4   Closing Date

Only tenderers who are registered with NJQS in the Non-life Insurance Service Category 3.14.32 Product Category as at 8th August 2013 by 4:00pm being the advert closing date shall be invited to submit Technical Bids.

 

  • Please visit the NipeX Portal at www.nipexng.com for this Advert and other additional information.

 

This advertisement of ‘Tender Opportunity’ shall not be construed as a commitment on part of aenr nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from aenr and/or any of its Partners by virtue of such Applicants having responded to this Advert.

 

MANAGEMENT

Invitation for Prequalification/ Financial Bid of Contractors at National Space Research and Development Agency (NASRDA)

National Space Research and Development Agency

Chief Olusegun Obasanjo Space Center Pyakasa Junction, Airport Road Lugbe Abuja

 

Invitation for Prequalification/ Financial Bid of Contractors

The National Space Research and Development Agency (NASRDA) intend to undertake the development Infrastructure within the Obasanjo Space Centre.

 

2.0     The Agency hereby invites experienced and reputable Contractors to Bid for the following projects:

(a)     Construction of Asphalt Road Network

(b)     Water Connection

(c)      Underground Electricity Cabling

 

3.1     Interested and competent contractors should submit the following  qualification documents along with their Financial Bids:

(i)     Evidence of registration with the Agency for 2013 Projects.

(ii)    Experience/Competence including evidence of jobs Completed.

(iii)   Staff strength including CV of key Personnel

(iv)   Details of projects currently handled by Firm

(v)    Details of construction plants/equipment owned by Firm

(vi)   A letter from Firm’s Bank stating financing viability

(vii)  Certificate of Incorporation/Article of Association

(viii) Evidence of VAT Registration

(ix)   Tax clearance certificate for the last three years

(x)    Registration with Pencom

(xi)   Any other relevant information

 

4.1      Important Information

 

  • The Agency reserves the right to authenticate all claims made by any contractors/company in its submission.
  • Failure to provide any information required may lead to instant disqualification.
  • Expression of interest should not be construed as commitment on the part of the Agency
  • It shall not entitle such company/contractor to make any claims what so ever or seek any remedy/indemnity from Agency by virtue of such company having responded to the advert.
  • Compliance to the requirements in 3.1 above, in addition to the degree of responsiveness of the Bidding Documents will form the major Evaluation Criteria to be considered/applied for selection of successful contractor.

 

5.1     Collection and Submission of Tender

 Tender Documents with details specification of work are to be collected from the Office of the Director Procurement and Projects in the Agency upon the presentation of evidence of payment of non-refundable Tender fee of N 30,000.00 only. Completed Documents should be submitted in a sealed envelope appropriately labeled at the top right hand corner. “Tender for ……………  (indicate specific project), addressed to the

Director General/CEO, NASRDA, Obasanjo Space Centre Pyakasa Junction Airport Road, Lugbe Abuja, on or before 2nd August 2013.

 

Signed:

Director-General/Chief Executive

National Space Research and Development Agency

Chief Olusegun Obasanjo Space Centre, Pyakasa Junction

Airport Road, Lubge Abuja,

Invitation for Pre-Qualification to Tender for 2013 Capital Projects at Scientific Equipment Development Institute Enugu

Scientific Equipment Development Institute, Enugu

Okpara Mine Road Akwuke P.M.B 3205 Enugu

(National Agency for Science and Engineering Infrastructure)

Federal Ministry Of Science and Technology

Invitation for Pre-Qualification to Tender for 2013 Capital Projects

Introduction

The Scientific Equipment Development Institute Enugu hereby invites interested and credible Companies and Organization with verifiable track records of performance to apply for pre-qualification for the supply of 2013 Capital goods.

Pre-Qualification Requirements

Interested Company Organization should submit the under listed detailed pre-qualification documents for assessment.

  1. Evidence of Incorporation with Corporate Affairs Commission (CAC)
  2. Evidence of recent Annual Returns (CAC)
  3. Evidence of current Tax Clearance for the last three (3) years
  4. Evidence of VAT certificate and VAT Remittance to Federal Inland Revenue Services (FIRS)
  5. Company profile with list of key staff, their curriculum vitae, competence, educational qualifications, experience and registration with relevant professional bodies etc
  6. Evidence of previous similar projects undertaken in the past including scope of project, location, contract sum and evidence of successful completion of the project.
  7. Evidence of expert knowledge of the field, and possession of relevant equipment for work.
  8. Evidence of current Audited Account of the company for three(3) years
  9. Evidence of financial capability and banking support
  10.  Sworn Affidavit that (a) the company is not bankrupt. (b) Non of the Director is an ex-convict or bankrupt.
  11. Evidence of employees’ retirement saving account (RSA) with a pension fund administrator.
  12. Evidence of remitting employer and employees’ pension contributions to the appropriate pension fund administrator.
  13. Evidence of compliance with the provisions of Industrial Training fund (ITF) amended act of 2011 relating to the training contribution by liable organization
  14. Please state clearly your company’s full contact address, GSM phone Number, e-mail address for ease of communication.

Submission

Pre-qualification documents must be in sealed envelope clearly marked “confidential, Pre-Qualification for SEDI – E Capital Projects” and the Lot of interest clearly printed at the left corner of the envelop to be submitted on or before 12noon on 29th July, 2013. The documents will be opened by 2pm on 29th July, 2013 at the Institute’s conference Room. All Companies submitting their pre-qualification documents are invited to attend the opening of the documents on the said date, time and venue. The sealed envelope should be addressed to:

The Director

Scientific Equipment Development Institute,

P.O. Box 3205, Enugu

Note;

The submission of the pre-qualification document is not a guarantee in any way for the award of contract. Only pre-qualified Companies shall be invited to collect he financial bid documents.

Signed

Director