Execution of Projects at Lagos State Polytechnic

Lagos State Polytechnic

www.laspotech.net

 

Invitation to Tender

Lagos State Polytechnic hereby invites tenders from registered Contractors for the execution of the following projects at her Ikorodu, Isolo and Surulere Campuses:

  1. Construction of an 11/0.415 KV substation to take care of School of Environmental Studies and all other loads adjoining it
  2. Construction of an 11/0.415 KV, 500KVA substation to serve Mechanical Engineering Technology Department.
  3. Installation of solar street lights along the dual carriage Itoikin access road on Ikorodu Campus.
  4. Construction of internal storm water drainage (Phase I) for the Isolo Campus.
  5. Re-roofing of the Council Chamber building at Ikorodu Campus.
  6. Rehabilitation of Auditorium I, SPTS(Day), Surulere Campus.
  7. Extension of the car park at the Library Complex, Ikorodu Campus.
  8. Renovation of the “MGD” block on Isolo Campus. Registered Contractors may obtain tender documents from the Office of the Director, Works & Services, Ikorodu after paying in­appropriate tender fee for the project.

 

 

The tender fee for each of the projects is N50, 000.00 (fifty thousand naira only) Bidders are advised to inspect the sites of the projects before pricing the Bills of Quantities (BOQ) for the projects.

 

 

Completed tender documents must be submitted in wax-rated envelope for the projects, bearing no identification of the bidder externally, but marked with the title of the projects at the top left-hand comer and addressed to the

Registrar,

Lagos State Polytechnic,

Ikorodu.

www.laspotech.net

 

A period from now till 4th July, 2011 will be required for submission of the completed tender documents to be dropped by the bidders into the Tender Box in the Council Chamber, Lagos State Polytechnic, Ikorodu.

 

The following documents should accompany the tender:

 

 

  1. Copy of the Company’s Certificate of Incorporation or Registration with Corporate Affairs’ Commission.
  2. Copy of Certificate of Registration with Federal or State Ministry of Works.
  3. Copy of Evidence of Registration with Lagos State Polytechnic.
  4. Copy of the last receipt of Remittance of “Pay As You Earn” Tax Deduction of Employees.
  5. Copy of Current Tax Clearance Certificate.
  6. Copy of Payment Receipt for Current Development Levy.
  7. List of Company’s Technical Staff and their Experience with Supporting Documents.
  8. Evidence of Previous similar Jobs Executed.

 

Bidders should please note that Lagos State Polytechnic is not bound to accept the lowest or any tender received

 

Signed

Princess Adetope –Adebola Kosoko

Registrar/Secretary to Council

Invitation for Pre-qualification to Tender for ETF 2009/2010 Merged Library Development Projects at Federal College of Education, Katsina

Federal College of Education

P.M. B 2041 Katsina

Invitation for Pre-qualification to Tender for ETF 2009/2010 Merged Library Development Projects

A.        Introduction

The Federal College of Education Katsina intends to execute the under listed Projects under the year 2009/2010 merged Library Development Projects for the College:

i)          Procurement of Various Reference Materials & Desktop Computer.

ii)         Procurement of Library Books for the School of Arts and Social Sciences, Education, languages and Furniture

iii)        Procurement Library Books for School of Sciences, Vocational Education and Laptop Computers

 

B.        Technical Requirements:

Interested, experienced and reputable contractors are hereby invited to submit the

following documents for the above jobs  in order to qualify for pre-qualification:

(a)       Certificate of incorporation or Registration with Corporate Affairs Commission

(b)       Company Audited Account for the last 3 years

(c)        Tax Clearance Certificate for the last three (3) years (2007-2010)

(d)       Evidence of financial capability and Banking supports

(e)       Company profile including technical qualification and experience of key personnel.

(f)        Similar projects executed and evidence of knowledge of the industry (please attach copies of award letter for ongoing projects practical completion certificates for completed projects).

(g)       VAT registration and evidence of past VAT remittances

(h)       Any additional information that may enhance the chances of the company.

 

C   Submission of Pre-Qualification Documents:

Pre-qualification Documents in respect of EACH Project should be submitted in a sealed envelope marked with the name of the project and addressed to:

 

The Head, Procurement Department,

Federal College of Education,

P.M.B 2041, Katsina

To reach him on or before 18th July, 2011 at 12noon.

 

Opening of Submissions:

All submissions received shall be publicly opened at 12:01pm on the closing date in the College Board Room, Contractors should be able to produce original copies of the documents submitted if requested.

 

Contactors that make submissions or their representatives are advised to attend the opening exercise. Further more  the College Community,  the Press and other members of the public are invited to attend please.

 

Only successful Contractors in the technical assessment will have their financial  documents checked for consideration.

 

Signed

Alh, Abdullahi Abubakar

Registrar

Invitation for Pre-Qualification of Contractors at Brass LNG Limited

BRASS LNG LIMITED

NNPC/ CONOCOPHILLIPS / ENI /TOTAL

INVITATION FOR PRE QUALIFICATION- (ES/NCDMB/CERT BRASSLNG-ADVERT/26/05/11000-MD/DYN AMICS)

 

Introduction

Brass LNG Limited intends to award a Contract for the provision and implementation of Microsoft Dynamics AX as the Company’s principle information system for financial, procurement and human resources management. The implementation work will be

carried out in the Brass LNG Head Office on Vitoria Island, Lagos Nigeria

 

Brass LNG therefore invites only interested suitable, reputable, qualified and experienced Microsoft Dynamics AX Certified Partners, having proven experience and resources in performing complete systems installations and executing services of this nature and size within Nigeria with adequate resources in terms of manpower expertise and finance to submit proposals for the pre-qualification of Contractors to tender for the following brief and indicative Scope of Work.

 

Scope of Work

The scope of work that is hereby presented in this advertisement and that will be subsequently awarded by Brass LNG is for the provision and implementation of Microsoft Dynamics AX as the Company’s principal information system for Finance, Procurement and Human Resources. The successful contractor will provide the personnel required to perform the work at the company Head Office, respecting normal office hours; Brass LNG will make no provision for transport or accommodation of such personnel. The works to be performed are summarized below as a premise for this advertisement but shall be defined in detail in the scope of work to be presented in the invitation to ten­der document  that will be issued to qualified bidders after this prequalification  exercise. Below is a summary of the works to be performed.

 

1.         Project Planning and Quality Management ,

2.         Verification of server hardware

3.         Software installation

4.         Validation and documentation of previously identified business processes

5.         Definition of functionality to be configured in AX, -in Microsoft SharePoint and in Microsoft SQL Server Reporting Services and Analysis Services

6.         Configuration, implementation and testing ct the system

7.         User training

8.         Data cleaning and migration from existing systems

9.         Pre- and post-go-live support

10.       On-going business support,

 

Licensing, Permits and HSE

Contractor shall have the necessary permits, licences, and accreditations to perform the Work in Nigeria Contractor shall provide an appropriately qualified project manager to super­vise the work.

 

The Contractor shall be responsible for applying, obtaining maintaining all required licensing, registrations  and permits that may be required under the prevailing laws of

Nigeria for the performance of these services. Contractor shall comply with all applicable health, safety and environmental laws and will be solely responsible  for initiating, maintaining and supervising  all HSE precautions  and programs  in line  with the Company HSE Policy.

 

Pre-Qualification Requirements

To pre-qualify it is mandatory that interested Contractors, Consortia & Subsidiaries must provide the following required information and supporting documents for itself, its affiliates, partners, holding company and any sub-contractors in the manner and sequence listed below.

 

Failure to provide any of the requested information will disqualify  the applicant

 

1.         Company Profile

Ownership, Form, Structure-sole contractor/consortium/with Parent company as subsidiary/ partners, affiliates, giving name and details. Organization structure, charts, with list of key management & technical personnel, giving names, posi­tion, qualifications, experience, age, role, nationality with CVs for Contractor and each participating member, parent holding, partners, affiliates, etc. If not a sole contractor then provide structure, charts, list of key management & technical person­nel, giving names, position, experience, qualifications, age, responsibility with CVs required for the management of the consortium / JV / partnership, etc. Contact person name, posi­tion & contact details. Signed Agreement/ MOU between the members specifying management structure and work respon­sibility. Any literature, brochures, etc.

 

2.         Certificates and Registrations

Current copies of Certificate of Incorporation Registration in Nigeria Department of Petroleum Resources (DPR) Permit Pay As You Earn (PAYE) Value Added Tax (VAT)* Business Permit and Income Tax Clearance (ITC) Certificate* for last three (3) years. ISO Certification. Memorandum and Articles of Association.

 

3.         Accounts and Insurance Records

Audited accounts and balance sheets for test, three (3) years, Financial ratios to assess liquidity profitability; e.g. current, asset turnover debt/equity, turnover, etc, Fixed assets certi­fied list & values, Bankers in Nigeria and Overseas, Bank -reference letters giving limits, and Insurance Policies- list giving type, coverage,  term & premium.

 

4.         Resources

List with evidence of Contractor’s owned resources covering Manpower (permanent contract staff) list giving name, posi­tion, qualifications, age, experience, scope of work, and nationality.

 

5.         Past  Work Experience

List  with evidence of Contractors and any sub-contractors’ past similar work experience on projects and service con­tracts during the last four (4) years in Nigeria and Overseas giving brief scope of work, Client name, work site, contract award value, contract duration, final contract value, actual completion date and duration, Project Manager’s name, and client contract details.

 

In the above project list, indicate where a third party contrac­tor or sub-contractor was specifically involved and provide details of the requirements that were delivered by using their skills

 

6.         Current Workload

List with evidence of Contractor/Consortium ongoing and future projects (2011-2012) in Nigeria and Overseas giving brief scope of work, client name , work site, contract award value, contract duration, percentage completion supported by milestone completion certificates, Project Manager’s name and contact details.

 

Graphical presentation showing  availability of equipment, finance and manpower, for executing this work during 2011 and 2012.

 

Procurement

Procurement Policy & Procedures,

Plan  & Organization structure used in a major Services. Contract of a similar scope.

 

8.         Health, Safety and Environment

Standard written Policy and Program, Track record – fatali­ties, lost workdays, etc. & experience for the last. {3) years.

 

9.         QA/QC

Policies, Standards & Program used for subcontractors and Services in major Services Contract of a similar scope.

 

10.       Planning, Cost & Doc. Control

Standard Policies and Procedures for project, cost and docu­mentation control used in a major Services Contract of a similar scope.

 

11.       Community Relations

Not applicable for the current work.

 

12.       Nigerian Content

Fully compliant with the Nigerian Oil and Gas Industry Content Development Act of April 2010, Brass LNG Ltd is committed to providing maximum opportunities for Nigerian capacity utilization and development of in-country expertise.

 

Therefore, Brass LNG expects Contractors and Consortia to fully comply with the Nigerian Government Act on Nigerian Content supporting activities and periodic reporting require­ments assigned to Project promoter, Contractor shall provide a plan and strategy showing commitment to meeting the Nigerian Content targets and how the Contractor intends to perform the work consistent with the Nigerian Government Act.

 

All Microsoft Dynamics AX potential bidders must indicate their partners /affiliates and provide evidence of their readi­ness to fully comply with the Government’s directives on Nigerian Content. They must also be ready to demonstrate how they intend to perform the work with substantive Nigerian content as required by the above stated Law.

 

Contactor and consortia that are structured simply as  agencies or representatives will be excluded.

 

Responses must include the following;

List of works sub-contracted to Nigerian contractors and suppliers, in the last three (3) years for similar Services Contracts giving  name of subcontractor/supplier, LGA, work site location, client’s name, contract description, contract value, brief scope of work, duration, and per­centage of total contract value.

 

Nigerian manpower hired giving number, and value during the contract period in the similar Services Contract.

 

13.       Any additional Information that will enhance Contractor’s / ‘Consortium’s prospect for pre-qualifications.

 

In case of a Consortium, the above requirements are to be furnished for each and every member demonstrating joint and-several liabilities to perform.

 

Failure to provide any of the requested information and  documents will disqualify the applicant. Please note that contractors/consortia will be evaluated for the completeness and quality of the information presented with supporting documents, demonstrating their technical, financial and managerial capabilities in executing entire and not part of the scope of work.

 

Pre-qualification proposals should be submitted in three (3) sets of hard copy plus two (2) sets of CD-Rom. Each set must be properly indexed, separated and arranged ito the 13 sections, in the serial order as indicated above & submitted in a sealed envelop printed to show the following:

 

Confidential- Brass LNG

PPQ/UO/XXX/06Q/UO/XX/06

Pre-qualification for ERP Services Contract

 

Name of Contractor or Consortium

 

Pre-qualification documents must be submitted on or before 3.00pm of the  11th of July, 2011 at the following  address:

 

The Purchasing Manager

Brass LNG Limited

Plot 1680 Sanusi Fafunwa

Victoria Island, Lagos, Nigeria.

 

Late submission of the proposals will not  be considered under any circumstances.

 

Please Note

This advertisement is not an “Invitation to tender” but only an ‘invitation for pre-qualification’ and must not be construed as a commitment on part of Brass LNG Ltd nor shall it entitle poten­tial tenderers to make any claims whatsoever and/or seek any indemnity from Brass LNG Ltd and/or any of its shareholders by virtue of such potential tenderers having responded to this advertisement.

 

Notwithstanding submission of the pre-qualification information, Brass LNG Ltd is neither committed nor obliged to include your Company on any bid list or bear any expenses related to the preparation and submission of the pre-qualification documents or to award any form of contract to your Company and/or asso­ciated Companies, Consortium, Subcontractors or Agents.

 

Only short-listed Contractors and Consortia having similar past experience, adequate equipment and financial, manpower, tech­nical capabilities and resources will be invited to participate in further activities leading to tender stage.

 

Full tendering procedure will be provided only to the pre-qualified companies. In addition to the review of the proposals, team vis­its to facilities, and safety, technical & financial audits may be conducted.

 

Brass LNG will only deal with authorized officers (with Power of Attorney) of the pre-qualifying & tendering  companies and NOT through individuals or agents.

 

Brass LNG will not enter into correspondence with any or individual on why it was shortlisted or not shortlisted.

Construction and Renovation of Some FIRS Buildings in the 2011 Financial Year at Federal Inland Revenue Service (FIRS)

 

Corporate Development Group

Federal Inland Revenue Service Revenue House

15 Sokode Crescent, Off Michael Okpara Street Wuse, Zone 5, Abuja

Invitation to Tender

Introduction

The attention of all interested bidders is drawn to our earlier advertisement in Daily Trust of February 16 2011, Vanguard, other notional dailies, the Federal Tenders Journal of February 21 2011 –March 6 2011 and the FIRS website inviting prospective contractors to tender for the construction and renovation of some FIRS buildings in the 2011 financial year. The projects are hereby re-advertised and interested eligible bidders are invited to tender for the projects listed in paragraph 2 below.

Offices for Construction /Renovation

Lot 1 Construction of Birnin Kebbi Integrated Tax Office

Lot 2 Construction of Damaturu Integrated Tax Office

Lot 3 Construction of Dutse Integrated Tax Office

Lot 4 Construction of Katampe Integrated Tax Office

Lot 5 Construction of Oshogbo Integrated Tax Office

Lot 6 Renovation of Oshogbo Integrated Tax Office

Lot 7           Renovation and Partitioning of FIRS office at 12, Port Harcourt Crescent Area 11 Abuja

 

3.       Eligibility to Participate

Interested reputable contractors and Service providers must have necessary competences and possess the following:-

i.        Certificate of the Company’s Registration/Incorporation verifiable from Corporate Affairs Commission.

ii.       Company’s Current Tax Clearance Certificate issued by the proper authority

iii.      Submit evidence of membership of the relevant professional association or organization

iv.      Tax Identification Number;

v.       Company profile reflecting executive capacity, plant and Equipment owned and Personnel (Where applicable)

vi.      Evidence from the company’s bankers as to its financial capacity to undertake works if awarded. In addition, prospective service providers shall be required to demonstrate that they are financially capable to provide any service which they may be offered, following this general prequalification. Please note that bankers letter merely stating that the applicant is a customer within any turnover range is not condusively indicative of financial capacity and therefore not acceptable.

vii.     A sworn statement that the company is not in receivership or financially/legally encumbered.

viii.    Accompanying sworn affidavit of disclosure; to disclose dearly if any of the officers (or related person) of the federal Inland Revenue Service (RRS) or Bureau for Public Procurement is a former or present Director of the company and that the company does not have any Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.

ix.      Veritable documentary evidence of similar and other jobs successfully executed within the last three years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificates or Interim Payment Certificates where such jobs are slit in progress as well as Turnover figures as evident in the Tax Clearance Certificate.

x.       Submit evidence of having fulfilled all obligations in relation to pensions and social security contributions in accordance with the provisions of the Pensions Act 2004.

xi.      A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company.

 

Not Eligible

All Contractors who have defaulted on previous contract(s) awarded to them by FIRS.

 

Collection of Tender Documents

interested contractors ore required to collect detailed tender documents from the office of the Director Procurement Department, Corporate Development Group, Federal Inland Revenue Service Revenue House (Room 128) 15 Sokode Crescent, Off Michael Okpara Street Wuse, Zone 5, Abuja after presenting evidence of payment of a non-refundable tender fee of N20,000.00 (Twenty thousand naira only) per lot (subject to a maximum of 3 lots) to the FIRS Central Pay Office (CPO) Revenue House

 

Submission of Tender Documents

Interested and reputable companies are required to submit oil tender documents (Technical and Financial) in separately sealed envelopes, appropriately marked as indicated in the tender document and addressed to:

Director, Procurement Department

Corporate Development Group

Federal Inland Revenue Service

Revenue House (Room 128)

15 Sokode Crescent, Off Michael Okpara Street

Wuse, Zone 5, Abuja.

 

The envelopes must be registered in the office of the Director of Procurement Department and there after dropped in the tender box provided for the purpose on or before 28th July 2011 by 12noon.

Closing Date and Time for Submission of Tender Documents

All tender documents must be hand delivered on or before 28th July 2011 by 12noon.

Opening of Tender Documents

Tender documents shall be opened at 1.30pm immediately after the close of Submission.

 

NOTES

a.       The Federal Inland Revenue Service reserves the right to verify claims made by any contractor.

b.       Submission of tender does not commit FIRS to awarding contracts to a tenderer.

c.       Tendering false documents is an offence- and will lead to disqualification and prosecutions

d.       A prospect is encouraged not to tender for more than three (3) projects.

e.       Prospective contractors who had paid tender fees (with evidence of payment) in response to the earlier advertisement need not pay another Tender fee

9.       Enquiries

For all enquiries:

Please call 08074983355

 

Signed:

Peter B, Hena

Director, Procurement Department.

 

Call for Expressions of Interest at a Fast Growing Real Estate Development Company

Selection of Procurement Consultants / Suppliers for Highland Estate, Karu

Call for Expressions of Interest

 

A Fast Growing Real Estate Development Company located in Lagos and Abuja is currently developing an estate in Auta Balefi on Abuja-Keffi Road, Opposite Winners Goshen City, Karu L.GA Nassarawa. We are currently outsourcing our materials procurement for the project. We hereby invite eligible suppliers to indicate their interest in providing the services

 

Materials Suppliers Required:

Planks/Wood Suppliers. Suppliers for sharp sand, filling sand, soft sand and granite Suppliers of Iron Rod and Cement dealers

 

Objective and Scope

The objective of outsourcing the materials procurement for this project is to establish long-term. manually beneficial strategic relationships with world-class service providers and to speed up the project deliveries.

Expected Procurement Capabilities of Suppliers

Financial/Credit Extension Capability:

 

S/N Material Granite/Sand Iron ROD Planks Cement
1 Expected value

per order

2 Million 5 Million 2 Million 5 Million

 

 

Other Conditions:

Suppliers with location in Abuja and environs who are capable of providing services and works in the above categories are encouraged to submit their expression of interest to the address below

As potential suppliers, interested companies are expected to submit alongside their expressions of Interest letter

a)   Brief description of their company including availability of appropriate capacities and skills

b)     Reference for demonstrating experience with similar assignments and conditions geographical area

c)      Proof of financial capability

d)     Registration of N10,000

 

Suppliers will be selected in accordance with the procedures set out above

 

Expressions of interest must be delivered to the address below

Project Procurement Manager

Suite F20. 2nd Floor,

Melita Plaza Beside EFAB Mall

Area 2, Garki Abuja. 07032250106

Not later than 29th June, 2011