Advertisement for Pre-Qualification of Contractors for 2011 ETF Funded Take-Off Projects at Federal University Lokoja

Federal University Lokoja

P.M.B, 1154

Kogi State – Nigeria

 

Advertisement for Pre-Qualification of Contractors for 2011 ETF Funded Take-Off Projects

(1)     Introduction

The Management of the Federal University Lokoja invites interested and reputable contractors and suppliers with relevant experience and good track record for Pre-qualification exercise for its 2011 ETF Funded Take-off Projects as listed below:

 

S/N Lot No. Details
1 Lot 1a. Rehabilitation/Remodeling of Senate Block and Conference hall
2 Lot 1b. Rehabilitation/Remodeling of Security Office Block.
3 Lot 2a. Rehabilitation of Classroom- Block 2.
4 Lot 2b. Rehabilitation of Classroom – Block 3.
5 Lot 3a. Rehabilitation of Classroom – Block 4.
6. Lot 3b. Rehabilitation of Classroom- Block 5.
7. Lot 3c. Construction of 2no, Blocks of Students Toilet.
8. Lot 4 Rehabilitation of female Hostel, Common Room and Porters Lodge
9. Lot 5a. Rehabilitation of Biology and Chemistry laboratories.
10. Lot 5b. Rehabilitation of Physics and Geography/Geology Laboratories.
11. Lot 6 Furnishing of Senate Chamber and Conference hall.
12. Lot 7 Furnishing of 4no. Blocks of Classrooms.
13. Lot 8 Furnishing of Chemistry, Biology, Physics and Geography/ Geology Laboratories.

 

2.       Pre-Qualification Requirements

In order to be considered for pre-qualification, bidders must submit the following: i.          Certificate of Registration with Corporate Affairs Commission.

ii.       Evidence of Current tax Clearance.

iii.      Company Audited Account for the last 3 years.

iv.      VAT registration certificate.

v.       Evidence of compliance with Pension Reform Act, 2004,

vi.      Original copies of documents listed in item (i-v) for sighting during the    opening session which is scheduled for Wednesday 5th October, 2011 by 12.30pm.

vii.     Evidence of Experience with similar jobs in the last three years. This should include the scope/volume of work and the amount, which should be verifiable.

viii.    Evidence of financial capability to handle the job and bank support.

ix.      Company profile including names  and technical qualification(s)  and

experience(s) of key personnel.

 

3.0:   Submission of Pre-Qualification Documents

The completed pre-qualification documents should be enclosed in an envelope, sealed and marked “Pre-Qualification Documents for (indicate the Project you are bidding for each LOT to be done separately if bidding for more than one LOT) and addressed to;

 

The Registrar

Federal University,

Lokoja.

 

4.0:    The completed pre-qualification documents should be deposited in the Tenders Box situated m the Office of the Registrar, Federal University, Lokoja on or before Wednesday 5th October, 2011 by 12 noon.

 

5.0:    The submitted pre-qualification documents will be opened on Wednesday 5th October, 2011 by 2.30pm in the presence of bidders or their representatives who choose to attend, at the Vice Chancellor’s Committee Room, Federal University. Temporary Office, GRA, Opposite Government House.

 

6.0:    This is not an invitation to tender, full tendering procedure will be applied only to bidders that have been pre-qualified and found capable of project delivery.

 

7.0:    Tenderers should note that only pre-qualified companies would be invited to submit financial bids, The Management of Federal University Lokoja reserves the right to reject any or all pre-qualification documents.

 

Signed:

Habida A. Adeiza (Mrs.)

Registrar

Invitation for Bids (IFB) to Conduct Personnel Audit at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

Established Under the Nigerian Maritime Administration and Safety Agency (NIMASA Act 2007)

Maritime House: 4 Burma Road, Apapa, Lagos.

P.M.B 12861, Lagos. E-mail: info@nimasa.gov.ng

Website: www.nimasa.gov.ng

Invitation for Bids (IFB) to Conduct Personnel Audit in NIMASA

Introduction

The Nigerian Maritime Administration and Safety Agency (NIMASA), seeks to appoint reputable Management Consultants to carry out comprehensive Personnel Audit in the Agency as follows;

 

Description of Assignment

1.       Head Office at 4 Burma Road, Apapa, Lagos.

2.       Central Zone at Warri

3.       Western Zone at Lagos.

4.       Eastern Zone at Port Harcourt.

5.       Abuja Office at Shippers Plaza, Michael Okpara Way, Abuja.

Proposal Requirement

All interested Management Consultants are expected to submit Technical and Financial Proposals for the Project in separate Packages as follows;

a.       Two sets of Technical Proposals- one original and one duplicate.

b.       Two sets of Financial Proposals- one original and one duplicate.

c.       Two (2) sets of CD Rom each.

Qualification requirements:

1.       Technical Proposal Package Should Include the following:

a.       The Methodology for the assignment

b.       Duration for completion of the Assignment

c.       The Company Profile providing the following information in details

 

  • Evidence of Company Registration with Corporate Affairs Commission.
  • Evidence of Registration with Relevant Professional body.
  • Evidence of Similar projects handled in the past three years.
  • Audited Financial Statement for the past three years/2008, 2009, 2010.
  • Evidence of Tax Clearance Certificates for the past three years 2008, 2009, 2010.
  • Evidence of VAT Registration/Remittance Certificate.
  • Evidence of compliance with the National Pension Act.
  • Evidence of financial capability; Bank Reference from a Reputable Bank.
  • Technical Experience and Qualification of key personnel.
  • Reference Letter

2.       Financial Proposal Package Should Include

a.       The cost of the Project.

b.       The Bid validity period for the project.

c.       Payment plan for the Assignment.

Notation:

All Bidders in addition to the requirements stated above shall;

a.       Possess the necessary:

i.        Professional and technical qualifications to carry out this contract.

ii.       Financial capability

iii.      Other relevant infrastructure.

iv.      Shall have adequate personnel to perform the obligations of the contract

v.       Legal capacity to enter into this contract

vi.      Not be in receivership, the subject of any form of insolvency or bankruptcy

vii.     Have fulfilled all its obligations to pay taxes, pensions and social security contributions.

viii.    Not have any Director who has been convicted in any Country for criminal offence.

Tender Fee and Collection of Bidding Documents:

Interested Management Consultants should collect Bid documents from the office of the Ag. Director of Procurement (as stated below) from 21 / 09/2011 on presentation of evidence of payment of non-refundable fee of Thirty thousand Naira (N30,000.00) to NIMASA.

Ag. Director of Procurement,

Department of Procurement,

5th floor (Room 500)

Nigerian Maritime Administration and Safety Agency,

4 Burma Road, Apapa.

P.M.B. 12861, G.P.O Marine, Lagos.

Submission Requirements

The envelopes should be dearly marked stating the Company’s Name, Project Description and submitted on or before 2nd November 2011 at the office of the Ag Director of Procurement as stated above.

 

Submission of Bids:

All Bids should be submitted in Two (2) sets (One Original, one Copy) and Two (2) sets of CD-Rom each.

All Bids submitted shall be in English Language only.

All Bids shall be submitted before the deadline.

 

Closing Date for Submission of Bids

On November 2nd, 2011 by 12.00 noon

Venue:

Office of the AG. Director of procurement (as stated above).

Opening of Bids

All Submitted Bids will be opened on the 2nd November 2011 by 2.00pm

Venue:

Board Room, 9th Floor

Nigerian Maritime Administration and Safety Agency (NIM AS A)

4 Burma Road, Apapa.

P.M.B. 12861, G.P.O Marine, Lagos.

Enquiries:

All enquiries regarding this advertisement should be directed to the office of the Ag. Director of Procurement and or through the following telephone numbers: 07031510448, 07026290312

 

The Agency Reserves the right to Verify the Financial Capability of Companies that Participated in this Bidding Process.

Verification of Claims

The Agency reserves the right to verify the authenticity of claims made in the Bidding documents submitted.

Please Note:

(i)      This is a one stage Competitive tender process; hence both Technical and Financial Bids will be opened at the same time.

(ii)     No late submission will be entertained after the Deadline.

(iii)    This notice shall not be construed to be a commitment on the part of Nigerian Maritime Administration and Safety Agency to award any form of contract to any respondent nor shall it entitle any organization submitting documents, to claim any indemnity from the Agency.

(iv)    The Agency is not bound to accept the lowest or any tender submitted. Bidders shall be responsible for all costs incurred in preparation and submission of bids.

Signed: Management

Request for Expression of Interest to Provide Services for the Management of Nigerian Marine and Coastal Environment at Nigerian Maritime Administration Lagoand Safety Agency (NIMASA)

Nigerian Maritime Administration Lagoand Safety Agency (NIMASA)

Established Under the Nigerian Maritime Administration and Safety Agency (NIMASA Act 2007) Maritime House: 4 Burma Road, Apapa, Lagos.

P.M.B 12861, Lagos. E-mail: info@nimasa.gov.ng

Website: www.nimasa.gov.ng

 

Request for Expression of Interest to Provide Services for the Management of Nigerian

Marine and Coastal Environment

 

As the nation’s Apex Maritime Regulatory Authority, the Management of the Nigerian Maritime Administration and Safety Agency (NIMASA) has continued to develop strategy for effective implementation of all relevant international instruments relating to the management of the nation’s Marine Environment. To this end, the Agency in furtherance of its commitment to full implementation of all International Maritime Organization instruments to which Nigeria is a party wishes to invite reputable Nigeria registered companies with cognate experience and expertise in Marine Environment Management to submit proposals for the provision of services for improvement of the Nigerian Marine and Coastal Environment.

 

The proposal should articulate actions to minimize the risk of damage to the Nigerian Marine Environment in line with the requirements of the following International maritime Organization (IMO) Conventions / Agreement / Protocols:

(1)     International Convention on Prevention of Marine Pollution by Dumping of Wastes and other Matters 1972 (London Convention);

(2)     International Convention for the Prevention of Marine Polloution from Ships 1973 as amended by the Protocol of 1978 (MARPOL 73/78);

(3)     Ballast Water Management Convention 2004;

(4)     International Convention on Oil Pollution Preparedness, Response and Co-Operation (OPRC) 1990 and the Protocols there to.

(5)     International Convention on the Control of Harmful Anti-Fouling System on Ships (AFS) 2001.

 

Objective of Invitation and Scope of Service:

The main objective of the services is to achieve full compliance with Nigeria’s International obligation towards ensuring pollution-free marine environment in line with IMO’s objective of cleaner oceans and safer shipping across the globe. Accordingly, the key tasks shall include the following:

(1)     Establishment of Offshore Oil and Chemical Spill Response Capability;

(2)     Boat Monitoring and Aerial Surveillance;

(3)     Implementation of the Polluter Pays Principle for Offshore Underwater Pipelines and Cables

(4)     Provision of Offshore Reception Facilities and Collection of Offshore Wastes;

(5)     Monitoring and Enforcement of Ballast Water Discharge Procedures, and

(6)     Inspection and Enforcement of Compliance.

 

Qualification Requirements:

Interested Companies must show.

(1)     Evidence of clear understanding of the relevant IMO Conventions, Protocols and Codes

(2)     Relevant experience including evidence of previous successful assignments undertaken in similar field

(3)     Company profile stating ownership structure, registered office and functional contact address including e-mail address and telephone numbers

(4)     Evidence of Registration with Corporate Affairs Commission

(5)     Tax Clearance Certificate for the past 3 (three) years verifiable from F.I.R.S

(6)      V. AT Certificate

(7)     Current Company’s Audited Statement of Account

(8)     Evidence of Compliance with the New Pension Act

 

Verification of Claims

The Agency reserves right to verfy claims made in the submission

 

Submission of Proposal:

  • All proposals shall be submitted in two (2) sets –(one original, one copy and two sets of  CD rom each)
  • All proposals submitted shall be in English Language only
  • All proposals shall be submitted before the deadline.

 

Address for Submission:

Office of the Deputy Director, Procurement

5th Floor

Nigerian Maritime Administration and Safety Agency (NIMASA)

Maritime House, 4 Burma Road, Apapa

P.M.B. 12861, GPO Marina Lagos.

Closing Date for Submission of Proposals

Deadline for submission is on Thursday 27th October, 2011 by 2.00 pm.

 

Enquiries:

All enquiries regarding; this advertisement should be directed to the office of The Deputy Director, Procurement or call 07031519448, 08050765455.

 

Please Note:

(1)     This notice shall not be construed to be a commitment on the part of the Nigerian Maritime Administration and Safety Agency to award any form of Contract to any respondent nor shall it entitle any firm submitting documents to claim any indemnity from the Agency.

(2)     The Agency is not bound to accept any Proposal submitted.

(3)     Respondents/participants shall be responsible for all costs incurred in preparation and submission of their proposals

 

Signed:

Management.

Procurement of Office Furniture at Yobe State Health Systems Development Project II

Invitation for Bids (IFB)

Yobe State Ministry of Health

Health Systems Development Project II

Credit No: 45220 NG

Procurement of Office Furniture

IFB No. YB/HSDP II/NCB/ GDS /ADD-01/2011

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Daily Trust Newspapers of 21st September 2011 as published by Federal Ministry of Health, Nigeria.

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of Yobe State Health Systems Development Project II, and it intends to apply part of the proceeds of this credit to payments under the Contract for procurement of vehicles and as indicated above.

 

3.       The Yobe State Health Systems Development Project II now invites sealed bids from eligible and qualified bidders for the under listed contract:

 

Lot No. Contract Description Quantity

 

Bid Security Bid Validity Location Duration
1 Office Furniture Sec lists at Tech. Spec

 

At least 2.5% of Bid Price 90 Days

 

Yobe State Health Systems

Development Project II, at Njiwaji Layout Goni Baba Gana Street sabon pegi, Damaturu.

Yobe State. Nigeria

 

 

60 Days

 

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement Under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from Yobe State Health Systems Development Project II Njiwaji Layout Goni Baba Gana Street. Sabon Pegi, Damaturu. Yobe State, Nigeria. Office Hours: 9:00am 4:00pm, Mondays – Fridays. Tel: +23408065402555 or +2348065155193. E-mail: abuameer55@gmail.com

 

6.       Qualifications requirements include: Experience in Job of similar nature, audited financial report for the last 3 years, manufacturers authorization letter. A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of Ten Thousand Naira (N10, 000) Only or its equivalent in a freely convertible currency. The method of payment will be by cash or bank draft to Yobe State Health Systems Development Project II. The Bidding Documents will be sent by courier service on request or to be collected by representative of the bidder.

 

8.       Bids must be delivered to the address below on or before Wednesday 19th October, 2011 by 10:00 am. Electronic bidding will not be permitted. Late

bids will be rejected. Bids will be opened in the presence of the bidders’

representatives who choose to attend in person at Yobe State Health Systems Development Project II Office Damaturu, Yobe state at 10:00 am, Wednesday 19th October, 2011. All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. The bid security shall be in the form of a bank draft or bank guarantee as in the form provided in the bidding document from a reputable commercial bank in Nigeria.

 

9.       The address referred to above is:

 

Dr. Mari M. Abba

The Project Manager,

 

 

Request for Proposal to Conduct Recruitment Exercise at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Request for Proposal to Conduct Recruitment Exercise

1.0     Preamble

In furtherance of its objectives of undertaking a comprehensive organizational structural review and improvements in its operational capacity, as well as ensuring compliance with the provisions of 2007 Public Procurement Act, the Independent National Electoral Commission (INEC) seeks to appoint reputable firms of Management Consultants to carry out General Staff Recruitment Exercise nationwide as follows:

 

i.        LOT 1 (North central Zone)

ii.       LOT 2 (North East Zone)

iii.      LOT 3 (North West Zone)

iv.      LOT 4 (South East Zone)

v.       LOT 5 (South South Zone)

vi.      LOT 6 (South West Zone)

2.0 Terms of Reference/ Scope of Work

2.1     The management Consultants that will be appointed would be expected to:

 

i)       Provide website for the receipt of online applications from prospective candidates.

ii)      Compile, screen and shortlist applicants for the recruitment exercise.

iii)     Conduct aptitude test for the shortlisted candidates in the respective geopolitical zone of each successful firm of Management Consultants.

iv)     Conduct oral interview for the selected candidates from the result of the aptitude test.

v)      Submit final results of the recruitment exercise to the Commission.

3.0 General Technical Requirements:

Interested firms of management Consultants are required to submit the following Documents:

 

3.1     Technical Proposals (Pre-Qualification)

i)       Work Plan, technical Approach and methodology for the proposed Consultancy services indicating amongst others, the method of and criteria for short-listing and selection of candidates for recruitment.

 

ii)      Detailed profile of the Consulting Firm indicating the following:

 

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

b)      Last three (3)years Audited accounts of the firm of Consultants (2008, 2009 and 2010)

c)       Last three (3) years Tax Clearance certificates (2008, 2009 and 2010).

d)      Evidence of Financial Capability and  banking Support.

e)       Curriculum vitae of key personnel, indicating ICT competence) and their relevant experience.

f)       Evidence of similar projects executed in the past and knowledge of the industry.

g)       Evidence of VAT Registration and past remittances.

h)      Evidence of registration with PENCOM, NHIS, etc and remittance of the required contributions on behalf of the employees.

i)       Telephone (GSM) number(s) of the principal partners of the Consultancy Firm.

3.2     Financial Proposal

The Financial proposal should include the following:

 

i)       Cost estimates of the consultancy service, including management fees and expenses.

 

ii)      Validity period of completion of the project

 

iii)     Suggested mode of payment for the services if successful.

4.0     General Information

i)       The closing date for the submission of both technical and financial proposals (bids) shall be on Friday, 7th October, 2011 by 4.00p.m

 

ii)      The technical pre-qualification document submitted on or before the closing date and time shall be opened at the Commission’s Headquarters’ premises on Monday, 10th October, 2011 by 11.00a.m

 

iii)     Only firms that are successful from the technical pre-qualification exercise will be contacted and invited for the opening of the financial bids.

 

iv)     For further enquiries, please contact Director, Human Resources Management Department (HRM), INEC Headquarters, Maitama District, Abuja.

5.0      Submission of Pre-Qualification Documents

All submissions for the Technical and Financial proposals must be delivered in the five (5) bound copies each technical, and financial respectively, in sealed envelope marked “Pre-Qualification Documents for the Conduct of Recruitment Exercise” (indicating the title at the right hand corner of the envelope) and addressed to the Secretary, Independent National Electoral Commission (INEC), Plot 436, Zambezi Crescent, Maitama, Abuja.

 

U.F. Usman

Acting Secretary of the Commission