Invitation to Tender for the Management of the Students Hostel on Ojo Campus at Lagos State University

Lagos State University

Badagry Expressway, Qjo.

Website: www.lasunfgeria.org

Email: vice-chancellor@lasunigeria.org

Tel.: 01-8547780 8 8547414

 

Invitation to Tender for the Management of the Students Hostel on Ojo Campus

1. Invitation:

Tenders are invited from reputable and interested Facilities Management Companies, with Track Records for the Management of the Students Hostel on Ojo Campus of Lagos State University.

 

2.       Scope of Work:

  • Maintenance of the building structure including the rooms, toilets, etc.
  • Maintenance of the surroundings,  including the lawns hedges and sewage, all the year round.
  • Maintenance of constant water supply and all electrical systems within the buildings.
  • Provision of adequate security within and in the surroundings of the hostel.

3.       Requirements:

(i)      Certificate of Company’s Incorporation, with the Corporate Affairs Commission,

(ii)     Current Tax Clearance Certificate, for the last three (3) years.

(iii)    Evidence of Company’s financial standing,

(iv)    Ability to relate very well with a large group of adults.

(v)     Evidence of Registration as Contractor, with the Lagos State University, in the appropriate category.

4.       General Information:

All enquiries, regarding the details about this advertisement should be directed to the office of the Director of Works and Physical Planning 10.00 a.m. and 4.00 p.m., from Mondays to Fridays.

5.       Bidding Fee:

Interested Bidders should pay a non-refundable fee of Ten thousand naira [N10,000] only, to Lagos State University Account Number in the following designated Bank, from the date of this advertisement.

Zenith Bank Plc. – Account No. 1012677688

 

6.       Submission:

All submissions for the Project should be in Sealed Envelop AND marked “Invitation to Tender For The Management of the New Students Hostel On Ojo Campus” and delivered either by hand OR courier service, to reach the address stated below, on or before 28th November 2011. Further submissions after the specified time will NOT be accepted.

 

Further submissions after the specified time will NOT be accepted.

 

The Registrar,

Lagos State University,

P.M.B. 0001, Lasu Post Office,

Lasu Ojo Campus, Badagry Expressway,

Ojo, Lagos.

 

All submissions should be to:

The Council Matters Division,

Room 004,

Administrative Block II,

Lagos State University, Ojo.

SIGNED

L.O. ANIMASHAUN, Esq.

Registrar and Secretary to Council

Invitation to Reputable Contractors to Tender for University Projects at Adekunle Ajasin University Ondo

Adekunle Ajasin University

PMB 001 Akungba-Akoko, Ondo State ,Nigeria

Invitation to Reputable Contractors to Tender for University Projects

 

A. INTRODUCTION:

Adekunle Ajasin University Akungba-Akoko, Ondo State, invites interested and reputable contractors with relevant experience and good track record to tender for the following:

 

Projects Tender Fee
Lot 1 University Fencing (10 Modules)      N10,000
Lot 2 University Internal Roads N100,000
Lot 3 3a Parking Lots (A) N10,000
3b Parking Lots (B) N10,000
3c Parking Lots(c) N10,000
3d Welkways N10,000
LOT4 Renovation of Old Buildings
4a Old Faculty of Social and Management sciences (Office Building) N10,000
4b Postgraduate School N5,000
4c Information and Communication Technology Application Centre (ICTAC) N5,000

 

4d Bursary and Old Registry Blocks N5,000
LOT5 Proposed Sports Pavilion
5a Roof on existing sitting terrace N10,000
5b Construction of a new pavilion N50,000

 

B.      Qualification Requirements:

Interested and eligible Contractors are required to meet the following criteria

(i)      Evidence of incorporation /registration with the Corporate Affairs Commission

(ii)     Evidence of registration with Adekunle Ajasin University

(iii)   Evidence of Tax Clearance Certificate for the past three years

(iv)   Evidence of VAT registration and remittance

(v)    Company profile and office address

(vi)   Evidence of similar jobs done in the past five years (i.e. Letters of Award and Certificates of Practical Completion)

(vii)   Audited Account of the Company for the past three years

(viii) Evidence from Company’s Bankers as to its financial strength, worthiness

and solvency,

(ix)   Technical qualifications and experience of key technical personnel (i.e.     professional certificates and  CVs are to be attached)

(x)     List of Equipment

(xi)   Detailed Programme of work and realistic date of completion.

Arrangement of documents should follow the list above, appropriately

numbered.

Each parcel should have a Table of Content indicating the pages or folios on which these items are to be found. Any submission that does not conform to this format may not be processed further.

 

Only Contractors who are financially viable to commence and carry their project(s) up to 15% before any payment is made by the University are eligible to tender.

 

C. Collection and Submission of Tender Documents:

i.        Collection: Tender forms and documents are to be obtained from the Office of the Director of Physical Planning and Development Adekunle Ajasin University, Akungba-Akoko, after payment of the respective tender fees.

 

ii.       Submission: Tenders are to be submitted with the above-stated requirements and photocopies of evidence of payment of tender fees.

 

The envelope for each tender should be wax-sealed and marked at the top left corner:

Tender For Project (Project Title), addressed and delivered to

The Registrar,

Adekunle Ajasin University P.M.B.001,

Akungba-Akoko, Ondo State.

 

Tenders should be submitted on or before 22nd November 2011.

 

The university is not liable to any Firm(s)/Contractor(s) who fail to get the award

Signed

R.B. Olotu

Registrar and Secretary to Council

Invitation for Pre-qualification for Construction Works at Port Harcourt

Rainbow Town Development Limited,

Port Harcourt, Rivers State, Nigeria

Invitation for Pre-qualification for Construction Works

 

Introduction:

Rainbow Town is a premium mixed-use development with a unique brand for exquisite living located with strategic proximity to the robust and vibrant Trans-Amadi business-Industrial corridor in Port-Harcourt, Financed by a Public Private Partnership (PPP) between the Rivers State Government and First Bank of Nigeria Plc., this flagship urban renewal project is a national reference for real estate development with regional economic impact. The ambitious program Includes a range of good quality units of housing choices creatively tucked into terraces, detached homes and high-rise condos, The live-work-shop-play Rainbow brand derives from a complimentary blend of an office tower, club house, events and conference facilities, medical clinic, school, outdoor recreational facilities, security post, fire station, and shopping complex, The township is serviced by an eco-center that includes water and sewer treatment and power plants, and broad-band internet service.

 

Scope of Works:

Rainbow Town Development Limited, the Company charged with the mandate to manage and drive the delivery of the project, hereby invites qualified and interested contractors with the technology, project history, experienced project personnel and good financial standing to submit pre-qualification documents for the construction of high-rise residential and office blocks, with auxiliary and complimentary facilities.

 

Pre-Qualification Requirements;

Interested construction companies are invited to submit the following prequalification documents:

i.        Certificate of Company Registration/incorporation with Corporate Affairs

Commission (CAC).

ii.       Company Current Tax Clearance Certificate for the last Three (3) years.

iii.      VAT Registration certificate.

iv.      Evidence of good financial standing and banking support,

v.       Project history list that must include the satisfactory completion of high- quality residential or office towers of 12 or more stories

vi.      Company profile showing;

a.       Technical qualification and experience of key personnel to be involved in the project

b.       Plant, equipment and technology capacity.

c.       Organizational structure d.

d.       Material procurement plan/policy

 

vii.     Company Audited Account for the past five (5) years.

viii.    Company health, safety, environment and community social responsibility programme.

 

Submission of Documented

All prequalification documents sealed and clearly marked “Pre-Qualification for Construction Works at Rainbow Town” must be enclosed in one sealed envelope and returned to the office of:

 

The Contracts and Procurements Manager,

Rainbow Town Development Limited,

Third Floor First Bank of Nigeria Plc Regional Bid,

No 22- 24 Port Harcourt Aba Express Way,

Port Harcourt, Rivers State.

 

Note: Pre-qualification documents must be received on or before Friday 18th November 2011 by 5:00 pm. Please note further that this is not an invitation to tender, Full tendering procedure will be provided to contractors who are successful  in the pre-qualification exercise.

 

Signed:

George C. Chinda, Esq. LLM, (Dundee)

Contracts und Procurements Manager

0803-313-1353 and 0818-047-7995

 

Pre-Qualification to Suitably Qualified Car Hire/ Fleet Management Company at Huawei Technologies company (Nigeria) Limited

Pre-Qualification to Suitably Qualified Car Hire/ Fleet Management Company

 

Background Information

Huawei Technologies company (Nigeria) Limited is a leading Telecommunication vendor in Nigeria that deals in the sales, supply and maintenance of Telecommunication Equipments. The business spans all over the Nation. In our quest to continually deliver an unhindered and highly professional service to our immediate esteemed customers and the citizenry in general, Huawei requests a suitably qualified Fleet Management company to partake in the Vehicle Hire Bidding process.

 

Scope of Work

The successful company’s vehicles shall be used for both Administrative and Telecommunication Site operations.

 

Location of Project

The location for this service shall be nationwide

 

Minimum Requirements

  • Interested companies should be able to meet the following basic requirement
  • The company should be a licensed Vehicle hire and Fleet Management service company with at least 3 years vehicle rental experience
  • The company must have provided Car rental service for a Blue Chip company preferably in the Telecom Industry
  • The company must have at least one year fleet and car hire operation experience all over Nigeria
  • The company should have at least 200 units of Vehicle in its operation at present
  • The company should have the capacity to provide different brands of vehicles ranging from Toyota Camry, Corrola, Hilux, Mitsubishi Brands etc
  • The company should have experienced drivers with no less than 5 years driving experience
  • The company must have branch offices in the following cities or adjourning states for ease of operation, Abuja, Lagos, Port Harcourt, Enugu, Kano etc
  • The company must have capacity to supply at least 250 vehicles for huawei within 6 months
  • The Frame Contract to be signed with the eventual Winner(s) shall be for 3 years

 

Submission

Interested companies should send their letter of interest with other relevant documents that can attest to their capabilities to:

 

Mr Fadipe Abotore Abiodun (07029346280)

Address: Huawei Technologies Company (Nigeria) Limited (Regional Office)

Plot  935 Idejo Street, Victoria Island, Lagos, Nigeria

OR

E.mail to: abiodun@huawei.com

 

Closing Date

All submissions must be received on or before November 6th, 2011.

Tender Opportunity at Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Exploration (Nigeria) Limited (RC No.3336131)

Tender Opportunity

ETB-0523 4C Processing and PSDM in OML-126

1.         Introduction:

Addax Petroleum Exploration (Nigeria) Limited (hereinafter referred to as “APE(N)L”) seeks interested and pre-qualified Contractors for the Provision of 4C Processing in OML-126 as detailed in item 2 below. The contract is proposed to commence in 2012 and continue for a duration of two (2) years with an option to extend the duration for a further period of one (1) year.

2.     Scope of Services

This Scope of Services covers the processing of 4C seismic lines and PSDM with the aim of increasing the lateral resolution of the data as well as better fault imaging to be utilized on a periodic call-off basis.

PANHANDLE / OKWORI C-WAVE PROCESSING

Survey Area:             67.2 sqkm rec. area (Panhandle)

34.2 sqkm rec. area (Okwori)

Binsize:                      12.5×12.5m

Sample Rate:            2 ms

Processing Record Length:  11 s

Optional C-Wave Scoping

–           Seismic data conditioning for 4C processing

–           C-Wave velocity handling

–           Shear-wave splitting analysis and correction

–           Imaging of C-waves and correct spatial positioning of the results

Okwori Pre-Stack Depth Migration

Survey Area:             34.2 sqkm rec. area (Okwori)

Bin size:                     12.5 x 12.5m

Sample Rate:            2 m

Processing Record Length:         6 s equivalent

–           Field data compilation & Navigation Merge

–           Data Conditioning including P-Z Summation

–           3D PSDM

–           Fourtomography iterations

Post-Stack Filtering and Scaling

3.         Mandatory Requirements:

3.1.      To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Seismic Data Processing 3.10.02 (Product/Service) category in NipeX Joint Qualification System (NJQS) database.   All successfully pre-qualified Contractors in this category will receive invitations Tender.

3.2       To determine if you are pre-qualified and view the services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.Com  and access NJQS with your log in details, click on ‘continue  joint qualification scheme tool, click on ‘check my supplier status’ and thereafter click on’ supplier product group.

3.3       If you are not listed in a product/service category that you are registered with at DPR to do business, you may 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, you may access www.nipexng.com  to download the requisite application form, make necessary payments and contact NipeX office for further action.

3.5       In addition, Tenderers shall also be required to comply with the Nigerian Content requirements in the Nigerian Oil & Gas Industry Content Development Act 2010.

4.         Nigerian Content Requirements:

  • Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil and  Gas industry Content Act, 2010 as provided at www.nnpcgroup.com  and www.nigcontent.com  in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations. 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 Group 3.10.02 2D/3D/4D Seismic Data Processing Services as at 17th November, 2011, 12.00 being the advert closing time/date shall be invited to submit ,  Technical Bids.

6.         General Conditions

  • 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 APE(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:-
  • Pre-Qualified contractors in the relevant Services category in NJQS will be requested to submit their Technical Tenders.
  • Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

 

APE(N)L will communicate only with authorised 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