Provision of Catering and Laundry Services at Lagos University Teaching Hospital

Lagos University Teaching Hospital

P. M. B. 12003, Lagos, Nigeria.

External Advertisement

Provision of Catering and Laundry Services- Invitation to Submit Pre-Qualification Document

The Management Board of the Lagos University Teaching Hospital is interested in outsourcing its Catering Services and Laundry Services to interested and qualified companies.

SCOPE

  • Provision of meals for patients and others on a regular basis.
  • Laundering of Patients’ linen on a regular basis.

LOCATION

Main Hospital Complex, Idi-Araba

CONDITIONS

Interested contractors should pay a non-refundable pre-qualification Tender Fee of N20,000,00 (Twenty Thousand Naira) only to the Cash Office, Finance Department, Lagos University Teaching Hospital.

Each applicant is expected to include Certificate of Registration/Incorporation by Corporate Affairs Commission and other

Relevant bodies company profile Professional experience bank credit worthiness, tax clearance and other relevant information.

Documents should be submitted in a sealed envelope accompanied by a photocopy of the official receipt of payment addressed to the:

Chief Medical Director

Lagos University Teaching Hospital

Idi-Araba.

On or before 17th February 2011.

Please note that only pre-qualified companies will be qualified for the next stage of the exercise.

Signed:

PROF. AKIN OSIBOGUN

CHIEF MEDICAL DIRECTOR

Invitation for Pre-Qualification of Bidders for the Supply and Installation of Street Light at Kaduna Refining and Petrochemical Company Limited

Kaduna Refining and Petrochemical Company Limited

(A SUBSIDIARY OF NNPC)

Invitation for Pre-Qualification of Bidders for the Supply  and Installation of Street Light Along Kaduna Refining Petrochemical Company  Limited (KRPC) Access Road

The Kaduna Refining and Petrochemical Company Limited (KRPC), a Subsidiary of the Nigerian National Petroleum Corporation (NNPC) wishes to invite reputable Companies to submit relevant documents to pre-qualify for the supply and installation of streetlights along Kaduna Refining and Petrochemical Company limited (KRPC) Access Road. The project seeks to enhance traffic safety and comfort of users, increase traffic circulation, improve night-movement, promote industrial activities and increase illumination to the population.

2.0. SCOPE OF WORK

The scope of work for the supply and installation of streetlights along Access Road to Kaduna Refining and Petrochemical through 2.5KM dual carriage way road (off Kachia road) and two segments 1.5km to Refining in-Gates.

ELECTRICAL WORKS

2.1.1. Engineering Design

2.1.2. Procurement and Installation, 100KVA/41SV/2403-phase transformer.

2.1.3. Procurement, Installation of lighting poles, Lamps fittings and accessories.

2.1.4. Excavation/Laying of underground cables,

2.1.5 Wiring and Inter-connection of transformer.

2.1.6 Provide grounding and connect to control panel transformer.

2.1.7 Supply of spare parts.

2.1.8 On-site training of staff,

2.1.9 Testing and commissioning.

2.2 CIVIL WORKS

2.2.1 Engineering Design

2.2.2 Provide and Install concrete foundation for Transformer.

2.2.3 Provide and Installs shelter for Transformer.

2.2.4 Provide concrete foundation for lighting poles.

2.2.5 Excavation of 750mm (D) x 500mm (W) cable trench.

3.0 PREQUALIFICATION

Only companies qualified from this pre-qualification exercise shall be invited to the competitive tender for the said project, interested companies are required to submit documents that address the pre- qualification requirements, Failure to submit the required documents will automatically disqualify the applicant. Pre-qualification documents will as a minimum address the following; requirements in chapter separated by dividers:

1. Full details Company Profile

2. Certificate of incorporation, income Tax Clearance (for 3years. If applicable)Tax (including VAT) Registration Number, Evidence of Registration with DPR

3. Contractor can process and submit the following document if be is successfully prequalified: Evidence of Registration with relevant Government Agency and Evidence of Registration with NNPC/KRPC in relevant category

4. Company Organizational chart, Project Organizational chart, industry experience, Similar Project Experience, CVs of Key Personnel to Project, Available Equipment/Tools, Execution Strategy

5. Company Financial statement and Audited accounts for the last Three (3) years, Principal Bankers, Credit facility (if any) and Bankers support

6. HSE Policy and Plan (Policy must, be signed), HSE Practice and (Previous Records with evidence)

7. QA/QC Policy and Plan (Policy must be signed), QA/QC  Practice and Records (Previous records with evidence)

8. Community Relation Policy and Practice

9. Nigerian Content Vehicle (mandatory when applicable), Nigerian Content Policy- and Practice (Policy must be signed), Plan to utilize Manpower, Goods and Services Plan for Capacity Building, Training and Skill acquisition for Nigerians.

10. Nigerian Content Requirement

i.            Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work.  Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence of plans of physical operational presence and set-up in Nigeria.

ii.            Furnish details of company’s incorporation, ownership and share holding structure, Also submit clear photocopies of your CAC forms CO2 and CO7 including company memorandum and article of   association.

iii.            Provide evidence of what percentage of work force are Nigerians, Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

iv.            Provide a Nigerian Content plat providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that: would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.

v.            State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addressed including evidences of well-equipped offices and workshop; attached past experience of such patronage.

vi.            Specific to this project, provide detailed plan for staff training, an development on engineering, project management and procurement (including ail software to be used, number of personnel name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

vii.            Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O.Box)

viii.            Location of in-country facilities (Equipment, storage, workshops, repair and maintenance facilities) and testing facilities.

ix.            Contractor must be willing and able to provide evidence of maximization of made in Nigerian goods and services.

x.            Demonstrate  commitment  to give first consideration to Nigerian manufactured products by providing memorandum of Agreement (MAO) executed with local manufacturers for procurement of required items such as LV and HV cables, Lighting poles, Accessories, etc. The MAOs shall clearly, detailed scope of supply and the validity period shall cover the duration of the contract

11. All documents to be provided as evidence of technical capability and relevant experience are of advantage as referenced to the defined in the work scope

4.0 SUBMISSION OF PRE-QUALIFICATION DOCUMENTS

Pre-qualification documents, which should be bounded and in duplicate, must be packaged in sealed envelopes, clearly marked as “Pre-Qualification Of Bidders For The Supply And Installation Of Street Lights Along Kaduna Refining And Petrochemical Company Limited (KRPC) ACCESS ROAD” Contractor

Addressed to:

The Secretary,

Management Tenders Committee,

Kaduna Refining and Petrochemical Company Limited,

KM 16 Kachia Road P.M.B 2252

5.0 CLOSING DATE

The closing date for the submission for prequalification document is on or before 12:00noon of 14th February, 2011

The submissions will be opened immediately at the closing time at Kaduna refining and Petrochemical Company Limited (KRPC)

Only Firms whose submissions fulfill the minimum requirements will be considered for the next stage of the bidding exercise

6.0. DISCLAIMER

This “Invitation for pre-qualification” shall not be construe on the part of KRPC or NNPC, nor shall it entitle any company to make any claim whatsoever, and/or seek any indemnity from KRPC or NNPC and/or any of its subsidiaries, by virtue of such companies having advertisement.

All expenses incurred in preparing pre-qualification response and all expenses otherwise associated with its pre-qualification response shall be borne solely by the prospective suppliers.

Signed

KRPC MANAGEMENT

Execution of Projects at Anambra State University

Anambra State University

P.M.B 02, Uli

Office Of The Registrar

Invitation to Pre-Qualification Tender

Anambra State University invites bids for pre-qualification and consideration for tender from interested, reputable and competent Contractors to execute the under-mentioned Projects in the University.

A.      Education Trust fund(ETF Intervention Projects)

All interested and suitably qualified Contractors are expected to tender for supply of books and equipment under ETF Intervention in Library  development (merged) for years 2008/2009.

B.      Nigerian Deposit Insurance Corporation (NDIC) sponsored Project.

Interested and competent Contractors shall on successful pre-qualification be invited to tender for the construction of 1 No. 300 Seating Capacity Lecture Theatre for Uli Campus under the sponsorship  of the Nigerian Deposit Insurance Corporation.

Pre-Qualification Requirement:

Prospective tenderers are required to submit their pre-qualification bids containing the under-listed documents/information in clearly marked envelopes, to the office of the Registrar, Anambra State University, Uli on or before 16th February, 2011.

a.       Evidence of payment of non-refundable deposit of N25,000 on only

b.       Certificate of Incorporation/Registration of the Company

c.       Tax Clearance Certificates for the past three (3) years (2008, 2009 and 2010) respectively

d.       VAT Registration Certificate with FIRS

e.       Evidence of registration with the University as a Contractor

f.       Evidence of registration with the Anambra State Ministry of Works and/or Federal Ministry of Works

g.       List of plants and equipment owned by the company and their verifiable  addresses of location (where applicable in A & B above)

h.       Details of experience on similar projects and evidence of successful execution of such projects by the company

i.        Resume of key professional staff of the Company to be involved in the project(s) and evidence of their projects with relevant professional bodies (where applicable in A and B above)

j.        Bank Statement of Accounts of the company.

Method of Application:

This list of books/equipment for the library and the Architectural Structural and Services drawings in respect of the building project are available at the office of the Registrar.

Intending bidders must be registered with Anambra State University, Uli.  Those who are yet to register with the University are expected to complete their registration before submitting their bids.

Tenderers are required to pay non-refundable deposit, indicated above, in Bank draft issued in favour of Anambra State University and to obtain a receipted evidence of payment from the Revenue Unit of Bursary Department of the University. Certified true copies of the receipts of all payments must be attached to the tender documents before submission.

Submission of Tender

Fully completed application with requirements (a) to (j) enclosed must be forwarded in a sealed envelope clearly marked “Prequalification Tender”

A.      E.T.F, INTERVENTION PROJECT 2008/2009 (Merged) or

B.      NDIC SPONSORED PROJECT

Note that only pre-qualified Contractors will be invited to tender for the] projects and submitted to the undersigned.

Closing Date:

The closing date for the submission of the pre-qualification tenders shall be fourteen (14) days from the date of advertisement.

S.E. Ofoegbu

Invitation to Pre-Qualify for the Provision of Contact Center Service at National Identity Management (NIMC)

The Presidency

National Identity Management Commission

1, Sokode Crescent, Off Dalaba Street, Zone 5 Wuse, Abuja

Invitation to Pre-Qualify for the Provision of Contact Center Service

Preamble

The National Identity Management (NIMC) plans to establish a customer interaction centre to be known as the NIMC Contact Centre which will be a central point for the Commission where all customer contacts are managed. Through this centre, valuable information about the Commission and its publics will be routed to appropriate people, contacts tracked and data gathered. The Contact Centre will generally be at the core of the Commission’s customer relationship Management (CRM) strategy.

The primary purpose of the project is to improve organizational effectiveness,  enhance A transparency and accountably in the delivery of services especially by NIMC’s partners, enable NIMC share information more quickly and efficiently and ensure real time accessibility of data/information

NIMC is desirous of engaging qualified, competent and reputable ICT firms with a very strong multilingual services offering in more than four (4) different major Nigerian ethnic languages, with flexibility of country-wide (and international) service delivery most appropriate to NIMC’s requirements

  • System Architecture with industry-leading technology solutions offering a flexible and robust client services:
  • Network architecture based on thin client/terminal services in order to give greater control over the desktop, reduced system support and improved security
  • Customer Relationship Management solution  voice, email, and SMS :
  • Training Administration and Contact Management:
  • Interconnectivity with major Network Operators to enable voice and SMS integration:
  • Predictive Dialing and Compliance:
  • Call Recording:
  • Support for Escalation, Event Correlation and Reporting

The Commission now invites eligible ICT firms with proven track record of successful performance in similar capacity for pre-qualification for the provision of Contact Centre Services. The selected firms will be required to execute a contractual agreement acceptable to the NIMC

SCOPE OF WORK

The selected firm will be required to provide the following services to the Commission:

  • Deployment of industry-leading technology solutions to offer a flexible and  robust service to NIMC’s clients;
  • Customer Lifecycle Management
  • Contact centre services covering both B2C” and B2C”applications;
  • Inbound and outbound customer acquisition and enrolment/registration enquiries and service management;
  • Customer care and after-registration/enrolment support and verification services support;
  • Technical support for the range of customer service;
  • Deployment, customization and implementation of an appropriate and ISO 9001:2000 certified Contact Centre solution;
  • High level appointment setting;
  • Multilingual Contact Centre Services;
  • High security biometry-assisted communications and network systems.

PRE-QUALIFICATION

To be pre-qualified, interested firms must supply verifiable evidence including but not limited to the following:

  • Company Profile including ownership structure, management team, technical/other staff, registered address/other contact details;
  • Evidence of Certificate of Incorporation, Memorandum and Articles of Association including Form CO.7/CO.2;
  • Three (3) years Audited Account of the firm and or consortium and Three (3) years Tax Clearance Certificate;
  • Evidence of Registration with relevant authorities (VAT, Pension, NHIS, income Tax etc);
  • Names and Curriculum Vitae of professional/technical staff proposed for the assignment, including qualifications and individual experience in handling similar assignments;
  • Evidence of technical competence in Contact/Call Centre solution deployment and implementation, ICT change & project management: and hardware & software deployment, human resources capacity deployment and support;
  • Experience/track record of firm/consortium and details of any previous experience in implementing, managing, or supporting contact centre management system;
  • Proof of Alliances/ Partnership (if applicable) including details of existing relationships (MOU or JV Agreement) if a consortium, outlining core competencies of each partner/member firm;
  • Understanding of the service objectives, challenges and expectations;
  • Verifiable reference list of clients for whom similar services were/are being provided/executed by the firm or members of the consortium: giving scope, location, value, date commenced, address, telephone numbers, and contact persons
  • What differentiates your firm from other service providers

The assignment period will be initially for three weeks with option for renewal. Selection will be in accordance with NIMC selection procedure

The Commission will normally verify the authenticity of statutory documents submitted or claims made. The Commission reserves the right to disqualify incomplete documentation

SUBMISSION

Pre-qualification documents must be delivered in 6 hard copies with an electronic copy (CD) in a separate sealed envelope clearly marked “Confidential; Pre-Qualification for the Provision of Contact Centre Services” and delivered to the address below on or before 3.00pm Thursday February 17th, 2011

Research & Strategy Unit

Office of the Director General/CEO

National Identity Management Commission

11, Sokode Crescent, Off Dalaba Street

Zone 5 Wuse, Abuja- Nigeria

Tel; +234 9 6726456

www.nimc.gov.ng

Only Shortlisted Firms will be contacted

Pre-Qualification as Corporate Debt Collectors and Facility Managers at Railway Property Management Co. Ltd.

Railway Property Management Co. Ltd.

No. 7, Race Course Road. P.M.B, 2418 Kaduna, Kaduna State, Nigeria Tel: 062-242405 Fax: 062-242406

Invitation for Pre-QualificationTender

1.0     The Railway Property Management Co. ltd. (subsidiary of the Nigerian Railway Corporation) wishes to Invite experienced

  1. Debt Collectors
  2. Facility Managers

For prequalification as Corporate Debt Collectors and Facility Managers

Responsibilities:

A.      Debt Collectors: The services which the debt collectors are expected to   provide for the Company include amongst others:-

  • Assist the Company in negotiating with some public agencies and other categories of rental debtors with a view of establishing the actual rental debt owed the Company by such debtors.
  • Assist the Company in collecting the negotiated debt from the affected debtors.
  • Assist the Company in establishing and agreeing a framework with such debtors for the collection of future rent as and when due.
  • Pay to the Company the entire amount recovered as debt from such debtors without any deductions.
  • Offer advice to the company to assist it in its future dealings with the affected debtors.

B.      Facility Managers: The services which the Facility Managers are expected to provide for the Company at the Site and Services scheme situated within the Railway Compound Kano include amongst is

  • Maintenance of Estate Roads
  • Maintenance of Street Light In the Estate
  • Collection and disposal of refuse in the Estate
  • General Cleaning of the environment
  • Maintenance of water supply lines within the Estate
  • Collection and Management of service charge
  • Maintenance of security within the Estate
  • Any other duty which may be assigned by the appointee.
  • Current Tax Clearance Certificate for the past three (3) years
  • Evidence of Registration with relevant professional bodies (where applicable)
  • Evidence of previous experience for similar job including letter of award
  • Reference from commercial Bank
  • Any other information that would further confirm the qualification of the Company

2.1 Tender Fees

Interested contractors/consultants are required to pay a non-refundable tender fee of N10,000.00

3.0   Collection of Tender Documents

Tender documents are available for the collection from Monday 24th January 2011 at the General Manager’s office upon presentation of certified Bank Draft of prescribed tender fee in favour of Railway Property Management Company limited being a non-refundable fee for each lot.

3.1   Submission of Pre-Qualification/ Tender Documents

Pre-qualification and Tender documents should be submitted in two separate sealed envelope marked “PRE-QUALIFICATION DOCUMENTS FOR FACILITY MANAGER” OR “DEBT COLLECTOR” and TENDER DOCUMENTS FOR FACILITY MANAGER” OR “DEBT COLLECTOR at the upper right hand side of the envelope which must be dropped in the tender box situated at the Company’s Board room on or before 14th March 2011 by 12 :00 noon and addressed to:

The General Manager

Railway Property Management Co.

Ltd, No. 7, Race Course Road

P.B.M. 2418

Kaduna

4.0     Opening of Pre-Qualification Documents

On or before 15th March 2011 by 12:00 noon 2011 11:00am at the Company’s Board Room.   Prospective applicants or their accredited representatives are invited to be present at the opening.