Invitation to Pre-Qualification to Tender for 2010 Education Trust Fund (ETF) Special Intervention and Other Projects at Yaba College of Technology

 

Yaba College of Technology

P.M.B. 2011, Yaba, Lagos

Invitation to Pre-Qualification to Tender for 2010 Education Trust Fund (ETF) Special Intervention and Other Projects

 

Application are hereby invited from reputable and interested Suppliers / Contractors with relevant experience and good track record for pre-qualification to tender /Expression of Interest for the under listed projects.

 

1.0     Profile of Contracts:

(1)     Procurement and installation of ETF (2010, SIP) Laboratory Equipment

(2)     Renovation of the Rector’s Lodge

(3)     Re-roofing of YCT Multi-purpose Building

(4)     Re-roofing of Management and Business Studies Building

(5)     Reconstruction of NASU canteen to a storey building

(6)     Construction of farm structures at the school of Agriculture, Epe campus

(7)     Supply and installation of Equipment for Accreditation at the school of Agriculture, Epe campus

 

2.0     Pre-Qualification Criteria:

i.        Only contractors that nave proven capability, relevant experience (including management of Games and event centre), good track record and evidence of financial capability will be considered for pre-qualification to tender.

ii.       Company profile and organizational structure, including names, resumes, and telephone numbers of key personnel.

iii.      Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion.

iv.      Evidence of Incorporation of company by the Corporate Affairs Commission (C AC)

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

vi.      Equipment and Technology capacity

vii.     VAT Registration and evidence of past VAT remittances

viii.    Experience/Technical qualification of key personnel with copies of certificates

ix.      Audited Annual financial report of the company for the last three (3) years

x.       Evidence of financial strength, credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required

xi.      Evidence of community and social responsibility (if any)

xii.     A sworn affidavit indicating that all documents submitted are genuine and verifiable

xiii.    A sworn affidavit that none of the directors has been convicted in any  country for any criminal offence, including fraud or financial impropriety

xiv.    Bidders should accordingly include in their bid, a sworn affidavit indicating whether any officer of Yaba College of Technology is a former or present director, shareholder or has any pecuniary interest in the company

3.0     Submission of Pre-Qualification Documents:

Bound pre-qualification documents in wax-sealed envelope with “Pre-qualification, as Contractor / Supplier for the (name of project)” as the case may be written at the top left hand corner should be hand-delivered on or before  Tuesday, 27th September 2011 by 12noon to the address below:

 

The Registrar

Yaba College of Technology

Yaba, Lagos,

4.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened at 1:00 pm. On Tuesday, September 27, 2011, 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 naira (N25,000.00) for one project and fifty thousand naira only (N50,000.00) for two or more projects.

 

Tender documents for suppliers and renovation projects will be collected at the Physical Planning Unit, at the presentation of evidence of payment of the processing fee.

 

Please Note:

a.       That by the submission of EOI documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or agent.

b.       That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of College, nor shall entitle any contractor/supplier to make any claims whatsoever and/or seek any indemnity from Yaba College of Technology.

 

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:

Biekoroma Charity Amapakabo

Registrar.

 

 

 

 

 

 

Yaba College of Technology

P.M.B. 2011, Yaba, Lagos

Invitation to Pre-Qualification to Tender for 2010 Education Trust Fund (ETF) Special Intervention and Other Projects

 

Application are hereby invited from reputable and interested Suppliers / Contractors with relevant experience and good track record for pre-qualification to tender /Expression of Interest for the under listed projects.

 

1.0     Profile of Contracts:

(1)     Procurement and installation of ETF (2010, SIP) Laboratory Equipment

(2)     Renovation of the Rector’s Lodge

(3)     Re-roofing of YCT Multi-purpose Building

(4)     Re-roofing of Management and Business Studies Building

(5)     Reconstruction of NASU canteen to a storey building

(6)     Construction of farm structures at the school of Agriculture, Epe campus

(7)     Supply and installation of Equipment for Accreditation at the school of Agriculture, Epe campus

 

2.0     Pre-Qualification Criteria:

i.        Only contractors that nave proven capability, relevant experience (including management of Games and event centre), good track record and evidence of financial capability will be considered for pre-qualification to tender.

ii.       Company profile and organizational structure, including names, resumes, and telephone numbers of key personnel.

iii.      Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion.

iv.      Evidence of Incorporation of company by the Corporate Affairs Commission (C AC)

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

vi.      Equipment and Technology capacity

vii.     VAT Registration and evidence of past VAT remittances

viii.    Experience/Technical qualification of key personnel with copies of certificates

ix.      Audited Annual financial report of the company for the last three (3) years

x.       Evidence of financial strength, credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required

xi.      Evidence of community and social responsibility (if any)

xii.     A sworn affidavit indicating that all documents submitted are genuine and verifiable

xiii.    A sworn affidavit that none of the directors has been convicted in any  country for any criminal offence, including fraud or financial impropriety

xiv.    Bidders should accordingly include in their bid, a sworn affidavit indicating whether any officer of Yaba College of Technology is a former or present director, shareholder or has any pecuniary interest in the company

3.0     Submission of Pre-Qualification Documents:

Bound pre-qualification documents in wax-sealed envelope with “Pre-qualification, as Contractor / Supplier for the (name of project)” as the case may be written at the top left hand corner should be hand-delivered on or before  Tuesday, 27th September 2011 by 12noon to the address below:

 

The Registrar

Yaba College of Technology

Yaba, Lagos,

4.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened at 1:00 pm. On Tuesday, September 27, 2011, 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 naira (N25,000.00) for one project and fifty thousand naira only (N50,000.00) for two or more projects.

 

Tender documents for suppliers and renovation projects will be collected at the Physical Planning Unit, at the presentation of evidence of payment of the processing fee.

 

Please Note:

a.       That by the submission of EOI documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or agent.

b.       That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of College, nor shall entitle any contractor/supplier to make any claims whatsoever and/or seek any indemnity from Yaba College of Technology.

 

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:

Biekoroma Charity Amapakabo

Registrar.

 

 

 

 

 

 

 

 

Procurement of Books, Computers and Library Furniture at Lagos State Ministry of Education

 

Lagos State Government

Ministry of Education

The Secretariat Alausa – Ikeja

Year 2010 Education Trust Fund (ETF) Library Intervention

Invitation to Tender

 

In pursuance of the execution of the Year 2010 Education Trust Fund Library Intervention, the Lagos State Ministry of Education hereby invites interested and competent Contractors/Vendors to tender for the Procurement of Books, Computers and Library Furniture to schools in the 3 Senatorial Districts within the State.

 

2.       The details of the Projects are highlighted below:

 

s/n Project Description
Lot 1 Procurement of Computers and Air-conditioners
Lot 2 Procurement of Library Furniture
Lot 3 Procurement of Books

 

3. Tender Requirements

i.        Evidence of Registration of the Company with Corporate Affairs Commission

ii.       Evidence of Registration with the Lagos State Tenders Board

iii. Current Tax Clearance Certificate for the last three [3] years of the company, 5 Years Company’s Audited Accounts

iv.      3 Years Tax Clearance of two [2] Directors

v.       Evidence of similar jobs completed

vi.      Evidence of VAT Registration/Remittance

 

Bidders will collect the Tender Documents with a non-refundable fee of N20.000.00 [twenty thousand Naira only] for each lot.

 

4.       All payments must be made through Bank Draft in favour of Lagos State Ministry of Education.

 

Completed Bidding Documents must be in sealed envelope clearly marked ‘Year 2010 Education Trust Fund Library Intervention’ and addressed to:

 

The Permanent Secretary

Lagos State Ministry of Education

The Secretariat

Alausa-lkeja

Tenders should be submitted between the hours of 8.00am and 4.00pm daily into a Tender Box located in Ante Room, Permanent Secretary’s Office, Ministry of Education, 4th Floor, Block 5, The Secretariat, Alausa – Ikeja.

 

Application closes on 15th September 2011. Late bids will be rejected. Bids will be opened in the presence of Bidders who choose to attend on the same day: 12.00noon at same venue.

 

Signed:

OLADUNJOYE OLAYINKA [MRS]

Honourable Commissioner

Lagos State Ministry of Education

 

Invitation for Expression of Interest for the Provision of Services as Facilitator for Sourcing of Sponsors and Partners at Lagos International Trade Fair

Invitation for Expression of Interest for the Provision of Services as Facilitator for Sourcing of Sponsors and Partners

 

The Lagos International Trade Fair is the biggest exhibition platform for investors in the West African sub-region. The 2011 edition of the Fair holds from Friday, 4th – Sunday, 13th November 2011 at the Lagos International Trade Fair Complex, Lagos/Badagry Expressway, Lagos.

 

The Lagos Chamber of Commerce & Industry (organisers of the Fair) invites interested, Public Relations / Marketing Communication /Advertising Agencies, Companies and Practitioners who can source and secure SPONSORS & PARTNERS for the 2011 Lagos international Trade Fair,

 

Partnership & Sponsorship Opportunities exist in the following areas:

  • Banking & Finance (Banks, Insurance Companies, Finance Houses etc.)
  • Telecommunications (including service providers and hardware companies)
  • Food & Drinks Sector
  • Transportation (Aviation)
  • Information/Communication Technology (ICT)
  • Media (both print & electronics)
  • Hospitality Industry
  • Oil & Gas
  • Power & Energy
  • Agriculture & Agro-Business
  • Medical & Health

 

Fees:

Fees for consultants will be attractive and performance based.

 

Applications should reach the undersigned on or before 22nd September, 2011.

 

The Director-General

Lagos Chamber of Commerce & Industry

1st Floor, Commerce House, 1 Idowu Taylor Street, Victoria Island, Lagos

For enquiries, please call: 01-7732305, 08028114727, 08034954091

 

Tender Opportunity for Supply of Two (2) Mooring Masters and Nine (9) Mooring Gangs at Nigerian Agip Oil Company Limited

Nigerian Agip Oil Company Limited

Operator of the NNPC/NAOC/Phillips Joint Venture

RC 2974

Tender Opportunity

Reference: NAOC JV

Tender Opportunity for Supply of Two (2) Mooring Masters and Nine (9) Mooring Gangs (Nipex Ref. 3100075)

1. Introduction

Nigerian   Agip   Oil   Company   Limited,   Operator   of  NNPC/NAOC/PHILLIPS Joint Venture, is desirous of calling for bids from interested contractors who are duly registered for the subject service.

2. Scope of Work

  • Supply of (2) mooring masters and (9) mooring gangs for handling of export tankers arriving at the Brass Offshore loading terminal.
  • The mooring masters must be holders of UK Class l(Deck) (master mariner) certificate or its equivalent plus at least five (5) years experience as a pilot,

 

 

  • The mooring master will function as follows:

 

–         Lead the export tanker boarding team.

–         Manouevre the export tanker to berth and supervising mooring and unmooring of the vessel.

–         Act as liaison between the ship and the shore on issues relating to crude oil loading activities.

–         Supervise connection of loading hoses.

–         Supervise   loading   operation   and   represents   the terminal on board.

–         Record on board events in chronological orders. This is inclusive of preparation of Time sheet, Tanker ullage report, acknowledgment and issuance of protests as appropriate

–         Facilitate exchanges of load completion information between export tanker and the shore.

 

 

  • The Mooring gang shall:

–         Be responsible to the mooring master for mooring and unmooring export tanker in conjunction with the ship crew.

–         Be responsible to the mooring master for connection of loading hoses.

–         Be responsible to the marine department for fabric maintenance of certain offshore equipments.

–         Prepare offshore equipment for deployment as may be directed by the marine department.

 

  • Proposed Contract Duration: 2 years plus one year option.

 

3. Nigerian Content

Bidders are invited to express complete understanding and willingness to develop in-country capability and capacity for related items to enhance the development of Nigerian Content in compliance with the Nigerian Oil and Gas Industry Content Development Act (NOGICD Act

2010)

 

Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined m the NOGICD Act 2010 and other extant laws. Only bidders whose submissions are in compliance, shall proceed to the next stage of the tender process.

 

Among the information/documentation that will be requested to be

submitted by bidders at the ITT stag

Request for Expression of Interest (Consultant Services) at Nasarawa State Community and Social Development Agency (NSCSDA)

 

 

Nasarawa State Community and Social Development Agency (NSCSDA)

(World Bank Assisted)

Request for Expression of Interest (Consultant Services) Nigeria

Consulting Services, 4496-UNI, P090644-UNI, P070644

A.      The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) towards the Implementation of the Community and Social Development Project (CSDP) and intends to apply part of the proceeds for consultancy services. The services include carrying out a baseline survey of sample communities in the thirteen (13) LGAs in Nasarawa State expected to be concluded in Eight (8) weeks.

 

B.      Objective of the Survey

The overall objective of the survey is to collect and collate baseline information on communities in the thirteen (13) LGAs of the State. This baseline is to assist in providing opportunities for intervention by the project and also to provide a basis for impact based comparison of pre and post project situation in the CSDP communities. Nasarawa State Community and Social Development Agency wishes to recruit a consultant(s) to undertake the assignment in the sampled communities.

C.      Scope of Work

The consultant (s) is expected to visit the thirteen (13) Local Government Areas and obtain the following general information in respect of all the LGAs and communities.

 

1.       Name of LGA and Communities

2.       Distance of the community to the LGAHQ and State Capital

3.       Population of Community disaggregated by gender / adult/ children / ethnicity/ religion

4.       Natural resources features such as land, water and forests.

5.       Predominant occupation (cropping pattern, crops, yields, domestic animals such as sheep, goats, cattle and others).

6.       Available infrastructure (Schools, Health Centers and their status, Water Supply etc).

7.       Average Household size (Family) disaggregated by gender /adult/children.

8.       Average Household income distribution.

9.       Sources of household income / economic activities.

10.     Socio-cultural features that influence community economic development such as market days and frequency, local festivals and historic events.

11.     Existing village organizations such as CDAs, CBOs etc.

12.     Nature of the community/Accessibility of the community.

The following specific information is to be provided:

1.       Economic environment of the communities in the LGAs. This  should  include but not limited to the economic activities, the social and cultural factors that influence economic development and sharing of common property resources, sources of livelihood of families and their income per capita. Specific attention should be placed on gender and vulnerable group  (men, women, youth, disabled, minorities etc).

 

2.       Soil and water quality and changes in parameter within the LGA. Water and soil samples must be collected from different sources e.g. streams, wells, boreholes etc and tested both at the field and at the laboratory.

 

3.       Structure of formal and informal institutions and their current roles in community development activities.

 

4.       Agricultural production systems, cropping patterns, yields, household   income and constraints to agricultural productivity.

 

5.       Identify and assess status of resources (land, forests, water etc) within the LGAs and identify indicators that could be used to monitor changes.

 

6.       Availability and quality /condition of infrastructural facilities in all sectors such as education, health, water, environmental /natural resources, rural electrification, socio-economic and transport /roads. All project types should be covered including those executed by the Government, NGos, the community or other developmental agencies.

 

7.       Environmental problems of concern to the community and mitigation measures being adopted.

 

8.       Ranking of communities within LGAs on basis of availability and functionality of infrastructural facilities.

 

9.       Provide information on how to develop measurable indicators to be used in impact evaluation for each sector.

10.     Prepare a comprehensive report  on each  of the communities by LGAs based on the above.

 

ii.       Average no of persons / vehicles plying the existing community road per week.

 

D.      Skill Requirement

The study is expected to be conducted by a consultancy firm with personnel possessing requisite qualification and experience in conducting rural baseline surveys. Each member of the team should have at least five (5) years post qualification experience. The team should comprise of the following expertise.

 

a.       A Socio-Economist/Rural Economist / Rural Sociologist /Agricultural Economist

b.       A Natural Resources expert/ Environmentalist and

c.       A Hydrologist

 

In addition, the consultancy firm shall work with the Agency in designing the  questionnaire and reviewing the collected information to ensure quality and consistency.

 

E.      The Nasarawa State Community and Social Development Agency  (NSCSDA) hereby invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (description of similar assignment, experience in similar conditions, availability of appropriate skills among staff etc).

 

F.      A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines; Selection and Employment of Consultants by World Bank borrowers (current edition). Interested consultants may obtain further information at the address below during office hours 10 am to 4 pm.

 

G.      Expression of interest must be delivered to the address below on or before 22nd September 2011 by 12 noon, whether by post or hand delivered clearly marked “EXPRESSION OF INTEREST FOR BASELINE SURVEY”.

 

The General Manager,

Nasarawa State Community and Social Development Agency,

Nasara Housing Estate,

Makurdi Road, Lafia,

Nasarawa State

Nigeria.