Request for Expression of Interest at Ministry of Culture and Tourism

Ministry of Culture and Tourism

CCB Secretariat Complex, Okpara Avenue, Enugu

 

Request for Expression of Interest to Provide Consultancy Services for the Design of a Zoological and Botanical Garden at Enugu

 

1.       Introduction:

The Enugu State Government through the State Ministry of Culture and Tourism plans to establish a Zoological and Botanical Garden of international  standard at Atakwu, Nkanu West Local Government Area, Enugu State and hereby requests for Expression of Interest from reputable and competent consulting firms for the provision of consultancy services for the project.

 

2.       Scope of Work:

The scope of work includes the provision of a comprehensive Architectural, Civil, Mechanical and Electrical Engineering, Quantity Surveying and Landscape Design services for the said project.

 

3.       Pre-Qualification Requirements:

Interested firms should submit their expression of Interest accompanied with the following:

(1)     Evidence of firm’s incorporation with Corporate Affairs Commission  (CAC) in Nigeria.

(2)     Tax Clearance Certificate for the last three years

(3)     Evidence of VAT registration and remittance

(4)    Evidence of firm’s registration with relevant professional bodies

(5)    Registration as a consultant with the Ministry of Culture and Tourism

(6)     Evidence of similar projects handled by the company, including names of clients, contract sum and verifiable addresses

(7)    Company profile including detailed CVs of key personnel of the firm proposed for the project

(8)    A payment of non-refundable processing fee of N50,000.00 (Fifty thousand naira) only in bank draft payable to Enugu State Ministry of  Culture and Tourism.

(9)    Letter of Authority to verify documentation

(10)  Evident of financial capability from a bank

 

4.       Submission of Pre-Qualification Documents:

Four copies of the expression of interest documents should be submitted in wax-sealed envelopes marked “Expression of Interest to provide consultancy services for Enugu Zoological and Botanical Garden, Enugu” and addressed to:

 

The Hon. Commissioner

Ministry of Culture and Tourism

C/o Board of Tourism Building

Presidential Hotel Complex

1a Rangers Avenue Independence Layout Enugu

to reach him not later than Thursday 24th September, 2013. Expression of Interest Documents will be opened by 2,00pm on Thursday 26 September, 2013 at the Conference room of the Hon. Commissioner’s Office in the presence of the accredited representatives of the applicants who may chose to attend.

 

5.       Evaluation Criteria:

Firms will be selected for the project on quality-based criteria

 

Please Note

(a)     Response to this request shall not oblige the Ministry of Culture and Tourism to consider any responding firm for qualification or any claims whatsoever

(b)    Failure to comply with any of the instructions above or to provide any of the listed documents will automatically lead to disqualification for consideration

(c)      All false claims will also automatically lead to disqualification

(d)     Pre-qualified firms will be invited for further briefing

 

Permanent Secretary

For: Hon. Commissioner

 

Public Notice at Federal Capital Development Authority, Abuja (FCDA)

Federal Capital Development Authority

Abuja, Nigeria

 

Public Notice

 

This is to inform the general public that the suspension of activities on year 2013 procurement of Works, Goods and Services as earlier advertised has been lifted.

 

Accordingly, companies with interest in participating in the procurement are advised to refer to the earlier advertisement which appeared in the Federal Tender Journal, This Day and Blue Print News Papers of 17th June 2013 and comply with all the instructions therein.

 

However, the New submission dates are now as follows:

 

S/No Project Description

 

Submission Date/Time
1 Lot I. Provision of Infrastructure to Plots 3448 -3456 Asokoro Abuja.

 

Lot II: Provision of Access Road and Engineering Infrastructure to Plot 1458 and others Around Hot 98FM in GUDU District.

 

Lot III. Provision of Engineering Infrastructure to Plots 1689 -1695 in Gwarinpa 1 District of the FCT.

 

Lot IV   Provision of Access Road and other Engineering Infrastructure to Felix Oyakhilome Close, GUDU district- Plot 2360 and others

 

Monday 9th September, 2013 on/or before 12noon

 

2 Slope Protection of Phases 3 & 4 Lower Usuma Dam Water Treatment Plants and Construction of Overflow Outfall Structures

 

Monday 9th September, 2013 on/or before 12noon

 

3 Construction of Sewage Facilities to Connect Guzape Districts to the city Trunk Mains

 

Monday 9th September, 2013 on/or before 12noon

 

4 Construction of one Service Carriage Way of Inner Northern Expressway (INEX) from Ring Road III (RR III) to Ring Road IV (RR IV)

 

Monday 9th September, 2013 on/or before 12noon
5 Provision of Temporary Access on the Permanent Alignment of the Road to Gosa Landfill Site

 

Monday 9th September, 2013 on/or before 12noon
6 Provision of 2×15 MVA, 33/11KV Injection Substation at Life Camp

 

Monday 10th September, 2013 on/or before 12noon
7 Renovation/Rehabilitation of FCTA/FCDA Secretariat (Block D Excluding the Central Wing) at Area 11, Garki, Abuja.

 

Monday 23rd September, 2013 on/or before 12noon

 

Consultancy

 

S/No Description

 

Tender Period
Lot I Detailed study & auditing of Mass Housing development in the FCT

 

2 Weeks- 9/9/13

 

Lot II Detailed Land Use Plan of 8 Districts of Pease V, FCC

 

2 Weeks- 9/9/13

 

Lot III Review of FCT Regional Development

 

2 Weeks- 9/9/13

 

Lot IV Financial Consulting

 

2 Weeks- 9/9/13

 

 

Goods & Services

S/No Description

 

Tender Fee Tender Period
1. Stationery: Lot 1 – Photocopy Paper A4.

 

N10,000.00 6 Weeks -4/10/13

 

Lot II- Minuting Sheet & Others

 

Lot /II- Photocopy Paper F/S& Others

 

Lot IV- Photocopy Paper A3 & Others

 

2 Lot I -Printing of File Jackets

Ewcxv z

N10,000.00 6 Weeks -4/10/13

 

Lot II- Envelops & Others

 

3 Computer Consumables: Lot 1 – LaserJet

 

N10,000.00 6 Weeks -4/10/13

 

Lot II -Desk jet & others

 

4 Procurement of Office equipment N10,000.00 6 Weeks -4/10/13

 

5 Purchase of Computers

 

N10,000.00 6 Weeks -4/10/13

 

6 Provision of equipment for the monitoring of resettlement/relocation scheme within the FCT

 

N10,000.00 6 Weeks -4/10/13

 

7 Upgrading of FCDA Printing Unit (Machine & Office Space)

 

N10,000.00 6 Weeks -4/10/13

 

8 Procurement of Professional Softwares for Engineers, Architects, Builders & Quantity Surveyors

 

N10,000.00 6 Weeks -4/10/13

 

9 Digitization of Personnel Records

 

N10,000.00 6 Weeks -4/10/13

 

10 Insurance Cover for FCDA Corporate Headquarter against fire, theft/burglary and other perils

 

N10,000.00 6 Weeks -4/10/13

 

 

Signed:

Director, Procurement

For: Executive Secretary FCDA

 

Invitation for pre-qualification to Tender for the Following Project at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for pre-qualification to Tender for the Following Project

The Federal Capital Development Authority (FCDA) through the Department of Engineering Service intends to procure the Repairs and Upgrading of Engineering Infrastructure in APO Legislative Quarters within the year 2013 budget.

 

In line with the 2007 Public Procurement Act the Authority is inviting interested, competent and reputable Engineering Construction Companies to submit pre-qualification documents:

 

2.       Scope of Works

The scope of work involves:

(i)      Provision of parking Lots including precast “U” channel side drain

(ii)    Provision of open trapezoidal channel.

(iii)   Power Sully and conduits

(iv)   Demolition and reconstruction of existing fence walls, entrance gate and security houses.

 

3.       Pre-Qualification Requirements

Interested Companies are invited to submit the following pre-qualification documents

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC),  including Memorandum and Articles of Association of the company, up to date Annual Returns to the CAC and forms CO2 & CO7.

 

(b)       The Company must in addition show evidence of the following:

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

(ii)    Registration with PENCOM and Remittance to Pension Fund Administrator.

(iii)   Payment of Training Contributions to the Industrial training Fund (ITF)

(iv)   Compliance with the Employee’s Compensation Act (i.e.) Remittance of 1% of the total emolument of your workers to the Nigerian Social Insurance Trust Fund (NSITF)

 

(c)      A sworn Affidavit to the effect that:

(i)     The Company is not in receivership, insolvency or bankruptcy

(ii)    The Company does not have any Director who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.

(iii)   No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.

(iv)    All the documents submitted for the pre-qualification bid are not only genuine but correct.

 

(d)     Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(e)      A chart indicating the number and categories of Nigerians mat are to be employed by the company as a result of this project.

(f)      Companies should have a minimum of N1 billion (One Billion Naira) annual turn-over in the last three years.

(g)     Letter authorizing FCDA and her representative to cross-check the submitted company’s Bank account.

(h)     Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work two (2) of which must have been within the least 5 years Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects, Completion Certificate and Final Maintenance Certificates where applicable are to be enclosed.

(i)      Verifiable list of major construction equipment and facilities including registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired

 

The minimum numbers of equipment/facilities are as listed below:-

(i)       Three(3) Bulldozers

(ii)      Three (3) Scrapers

(iii)     Three (3) Graders

(iv)     Two (2) Excavators

(v)      Two (2) Pay Loaders

(vi)     Two (2) Water tankers

(vii)    One(1) Asphalt Pavers

(viii)   One (1) Diesel Tankers

(ix)     Two (2) Mobile Concrete Mixers

(x)      Two (2) Various compactors

(xi)     One (1) Concrete Pumping Machines

(xii)    Two (2) various types of cranes

(xiii)   Five (5) 20-30 ton tippers

(xiv)   One (1) Dumpers

(xv)    Two (2) Cable Drum Jack

(xvi)   Two (2) Crane Mounted Bucket Lifts

(xvii)  One (1) Cable Crimping Machine

(xviii) Electrical Testing Equipment such as 80KV Hypotronics Megger, Earth-Resistant Tester etc.

 

(j)      A functional and well equipped materials testing laboratory or presentation of MoU with a reputable material testing Lab.

(k)     List of key technical personnel stating their role, designation, qualification and years of experience with the guarantee that a minimum of three relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

 

(l)      History of Company’s policy on Community Social Responsibility.

 

4.0     Submission of Documents:

The pre-qualification documents should be submitted in duplicate, all in sealed envelopes clearly marked “Original” and “Duplicate Copy” with the Following Inscription: “Pre-qualification to Tender for the Repairs and Upgrading of Engineering Infrastructure in APO Legislative Quarters”.

 

The documents should be addressed to the Executive Secretary, FCDA and submitted directly to FCDA Procurement Department, Room 0.014 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before Friday 13th September, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

 

Notes:

i.        Items 3a – 3e are the Eligibility Requirements and the Original documents must be produced by the Company for sighting during the opening session.

ii.       The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

iii.      This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.

iv.      Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.

v.       The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.

vi.      Private Sector Professional Organizations whose expertise is relevant to the project and Non Governmental organizations (NGOs) working in transparency and anti-corruption areas could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.

vii.     The Authority pledges fair and equal treatment of all bidders but it is not bound to shortlist any bidder and reserves the right to cancel the process at any time without incurring any liabilities

viii.    Documents provided in response to item 3(a-k) should be arranged as Listed.

 

Signed:

Director, Procurement

For: Executive Secretary

Invitation for Pre-Qualification/Tender for Additional 2013 Capital Projects at Federal Medical Centre

Federal Medical Centre

P.M.B 1033 Asaba

 

Invitation for Pre-Qualification/Tender for Additional 2013 Capital Projects

 

The Management of Federal Medical Centre, Asaba wishes to invite interested and reputable companies for pre-qualification and tender for the additional procurement of Medical Equipment, Construction/Rehabilitation and Consultancy Services in the 2013 capital budget

 

S/N Lot No. Description Method of Procurement Tender Fee
1 Lot 1 Purchase of Complete Endoscope System with Accessories

 

Competitive Bidding 10,000
2 Lot 2 Purchase of Neonatal Incubators

 

Competitive Bidding 10,000
3 Lot 3 Purchase of Dialysis Machine and Accessories

 

Competitive Bidding 10,000
4 Lot 4 Purchase of Intensive Care Beds with Water Mattresses

 

Competitive Bidding 10,000
5 Lot 5 Construction of specialist Outpatient  Clinic (Storey building)

 

Competitive Bidding 20,000
6 Lot 6 Tarring of access road to the Primary Health Centre, Isele mkptime, Aniocha South LGA. Delta State.

 

Competitive Bidding 10,000
7 Lot 7 Rehabilitation of existing Primary Health Centre Building, Isele mkptime, Aniocha South LGA, Delta State.

 

Competitive Bidding 10,000
8 Lot 8 Capacity Development for Residency Training & Research Programme Competitive Bidding 10,000

 

Pre-Qualification Requirement

Prospective Companies must be Original Manufacturers of the Medical Equipment or Representatives of Original Manufacturers of the Medical Equipment in line with the approved Notional Policy for Procurement of Medical /Hospital Equipment for Tertiary Hospital published by the Bureau of Public Procurement in collaboration with the Federal Ministry of Health Abuja.

 

Interested Companies are to submit the following documents in a sealed envelope.

(i)      Evidence of Registration or incorporation with the Corporate Affairs Commission including form CO2 & CO7.

(ii)     Company’s profile showing previous jobs executed with the evidence of completion certificates, and Names/addresses of clients for which jobs were executed including phone numbers and e-mail for ease of verification.

(iii)    Evidence of financial capability including the last 3 years audited financial Accounts (2010, 2011, & 2012) and Bank Statements for the last 6 months (Mar- August, 2013)

(iv)    Evidence of payment of Taxes for the past 3 years TCC (2010, 2011, & 2012) and Evidence of Registration with PENCOM Including Certificate and Contribution on behalf of employees remittance to PFAs

(v)     Evidence of compliance with Industrial Training Fund Amendment Act 2011 Section 6 (1) (3) in respect of employees training contribution.

(vi)    A Sworn Affidavit indicating that all documents submitted are genuine and verifiable.

(vii)   A Sworn Affidavit indicating none of the Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

(viii)  A Sworn Affidavit indicating whether any officer of the Federal Medical Centre, Asaba or Federal Ministry Health is former Director, shareholder or have any pecuniary interest in their Company.

(xi)    All document relevant for the consideration such as catalogue, brochures and detailed specifications of equipment must be submitted and the country of Origin of the equipment, including the Manufacture’s addresses, e-mails and phone numbers should be submitted.

(x)     Evidence of company’s membership with relevant professional body for Consultancy Services only.

 

Note:

(a)     Contractors and Suppliers can indicate interest in more than one Lot and pay the required amount in each Lot tendered for.

(b)     Invitation for pre-qualification/Tender shall not be construed as a commitment on the part of Federal Medical Centre, Asaba to award any form of contract to any company and shall not entitle any company to make claims or seek indemnity from the Centre for having responded to our advertisement. The Centre reserves the right to consider or not to consider any/all of the documents received.

(c)      Pre-qualification and Tender documents should be submitted separately in a sealed envelope stating the Lot number and company’s name on the reverse side.

(d)     Only the financial bids of companies who are successful in the pre-qualification with be opened.

(e)      Bidders for lot 5 & 6 should include list of equipment owned, leased and their locations.

(f)      Please note that this advertisement is completely distinct & different from our previous Advert of 22nd April, 2013 that appeared in Vanguard, Daily Independent Newspapers and Federal Tender Journal

 

Collection of Tender Documents/Additional Information

 

Interested companies are to collect Tender documents from the Planning/ Procurement Unit, Administration Department of the hospital with the evidence of payment of the stipulated fee.

 

Submission of Pre-qualification/Tender Documents

Pre-qualification/Tender Documents are to be neatly bound and sealed in an envelope marked Pre-qualification for…..’ and Tender document for….’ (quoting the appropriate project name boldly written on the top right hand corner of the envelope) and submitted into the Tender Box at the Administration Department, Bidders are free to attend or send their representatives for bid opening.

 

The collection of Tender documents starts on the Monday, 9th September 2013 at the Planning Unit, Administration Dept. The submission of Pre-qualification/Tender documents will close on Tuesday 15th October, 2013 by 12noon. The opening of Pre-qualification documents will be on Tuesday 15th October, 2013 by 12noon prompt at the Boardroom of the hospital, please.

 

O.A. Farombi

Deputy Director of Administration

For: Medical Director/ Chief Executive

 

 

 

 

 

 

 

Tender Opportunity: Provision of Helicopter Logistics Support Services at Esso Exploration and Production Nigeria Limited

Esso Exploration and Production Nigeria Limited

Contractor of the NNPC/EEPNL Production Sharing Contract

 

Tender Opportunity: Provision of Helicopter Logistics Support Services for EEPNL

 

1    Introduction

 

Esso Exploration and Production Nigeria Limited (EEPNL), contractor of

NNPC/EEPNL Production Sharing Contract plans to engage Helicopter Services

at all its locations within the NNPC/EEPNL Production Sharing Contract (PSC)

acreage for an anticipated contract term of five (5) years with a two (2) year

optional renewal period. Contract is expected to commence in the last quarter of

2014

 

2.       Scope of Work

 

The scope of work includes, but is not limited to the provision of Helicopter

Logistics Support services, associated tools and highly qualified specialist personnel.

 

Interested companies must be able to provide the following provision of Helicopter Logistics Support:

 

A.      Provision of three (3) newly manufactured IFR certified Sikorsky 76D for the Transportation of Company personnel 7 materials t0/from designated offshore locations

 

B.      S76C++ helicopters with less than 5,000 hour total time or ten year age may be provided in the interim

 

C.      Ensure availability and serviceability of all helicopters daily, provide emergency night standby & maintain passenger handing facilities.

 

3.       Mandatory Requirements

 

A.      To be eligible for this tender exercise, interested contractors are required to be prequalified in the 30803- Air Transport Services of Passengers & Freight category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT).

 

B.      To determine if you are prequalified 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 supplier product group.

 

C.      If you are not listed in a product/service category 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.

 

D.      To initiate the JQS prequalification process, access www.nipexng.com to download an application form, make necessary payments and contact NipeX office for further action.

 

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

 

4.       Close Date

 

Only tenderers who are registered with 30803 – Air Transport Services of Passengers & Freight product category as at 4.00 pm. on Monday, 23rd September 2013 being the advert close date shall be invited to submit technical bids.

 

5.       Nigerian Content

 

Company is committed to the development of the Nigerian Oil and Gas business in compliance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

 

As from the commencement of this Act, the minimum Nigerian Content in any project, service or product specification to be executed m the Nigerian Oil and Gas Industry shall be consistent with the level set in the Schedule to the Act and any other targets as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

 

EEPNL requires their Contractors to comply with the Act, its attached Schedule and any applicable regulation developed by the NCDMB.

 

Nigerian Content (NC) in the Nigerian oil and gas industry is defined as:

“The quantum of composite value added to or created in the Nigerian economy by

a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and serves in the Nigerian oil and gas industry.”

 

“Nigerian company” is a company registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.

 

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.

 

As part of their submissions, Tenderers shall:

i.        Provide a description of its committed infrastructure (asset, equipment, technical office, and administrative space storage, workshop, assembly area, repair, and maintenance testing, laboratory etc) in Nigeria (offices, equipment etc) to support this contract, evidence that a minimum of 50% of all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary.

 

ii.       Demonstrate that its entity is a Nigerian registered company, defined as a company registered in Nigeria in accordance with the provision of Company and Allied Matters Act Provide details of its Ownership Structure. Submit certified true copies of CAC form (C02 and C07) including Memorandum and Article of Association. For Nigerian company m alliance with a foreign company or multinational, submit evidence of binding agreement of the alliance duly signed by the CEO’s of both parties.

 

iii.      Submit a plan on how it intends to give first consideration to goods and services provided from within Nigeria to meet the requirements of the NOGICD Act for this service.

 

iv.      Demonstrate key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians

v.       Submit a plan on how it intends to provide Human Capacity Development and Personnel Training

vi.      Provide evidence of application for Nigerian Content Equipment Certificate (NCEC)

 

vii.     Issued by Nigerian Content Development and Monitoring Board (in respect of any components, spares, equipment, systems and packages to be used on the project.

 

Bidders’ failure to respond to this request for information and thus comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

 

6.       Additional  Information

 

A.      Interested suppliers must be prequalified for this product/service category in NJQS

 

B.      Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS.

 

C.      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of EEPNL to award a contract to any supplier and/or associated companies, sub-contractors or agents

 

D.      This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from EEPNL and/or its partners by virtue of such companies having been prequalified in NJQS.

 

E.      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers

 

F.      EEPNL shall communicate only with the authorized /responsible personnel of prequalified companies and not through unauthorized individuals or agents.

 

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

 

Page 7 of 910« First...«5678910»203040...Last »