Expression of interest for the appointment of consultants for the valuation of Nigerian Ports Authority Assets – Aids to Navigation at Nigerian Ports Authority

Nigerian Ports Authority

 

Expression of interest for the appointment of consultants for the valuation of Nigerian Ports Authority Assets – Aids to Navigation

 

1.0 Introduction

Sequel to the non-responsiveness of bids earlier received in connection with the procurement of the above, the Nigerian Ports Authority hereby invites reputable and competent contractors to submit tenders for this project.

 

2.0     Scope of Projects

The scope of the project is as detailed in the standard bidding document to be issued to bidders.

 

3.0     Tender Requirements

To tender, interested companies should submit the following documents as outlined:

  1. Evidence of company registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association.
  2. Verifiable proofs of company’s technical ability to undertake the execution of the project.
  3. Evidence of similar projects executed in the past, including letters of awards, completion certificates etc.
  4. Company’s financial details & audited accounts for the last three (3) years (2010, 2011& 2012).
  5. Evidence of VAT Registration.
  6. Evidence of TAX Clearance Certificate for the 2010,2011& 2012.
  7. Evidence of compliance with Pension Reform Act 2004. (Where applicable)
  8. Evidence of contributions to Industrial Training Fund (ITF) (Where applicable)
  9. Company’s profile to include names, qualifications, experiences of key Personnel.
  10. Company’s and personnel’s registration with appropriate professional bodies.
  11. All relevant information concerning contacts, telephone, fax and e-mail address of the company’s representative.
  12. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.
  13. Bid must in English language and be signed by an official authorized to bind the bidder to a contract.

 

4.0     Submission of Tender Proposal

Three (3)copies, one original and two duplicates, of Technical proposals should be submitted in an envelope, which should be marked “EXPRESSION OF INTEREST FOR THE (TITLE DESCRIPTION AS APPROPRIATE TO SPECIFIC PROJECT BEING ADVERTISED)” specifying the PUBLIC NOTICE No 3837, addressed to The Secretary, Tenders Board, Nigerian Ports Authority and dropped in the designated Tender Box located on the 2nd floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos not later than 11.00 am on the 9th September 2013. All bids will be opened at 12.00 noon on the 9th September, 2013 in the Conference Room, No 1 Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

Bidders are advised to register their bids in the office of the General Manager, Procurement, Room 133, Nigerian Ports Authority Headquarters at 26/28 Marina Lagos.

 

Please Note:

  • Late submission will not be entertained
  • Only shortlisted bidders will be contacted
  • Management is not bound to accept any tender
  • All cost incurred as a result of this pre-qualification tender invitation shall be borne by the bidder

 

For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianports.org.

 

Sign

Management

Nigerian Ports Authority

Invitation for Pre-Qualification to Tender at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure THE PROVISION OF ENGINEERING INFRASTRUCTURE TO PLOT 1298 AND ADJOINING PLOTS IN JABI DISTRICT

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 invokes

i)                   Site Clearance Earthworks:

ii)                Storm water drainage

iii)              Road Works

iv)              River Training

v)                Street lighting

vi)              Foul Sewer Network

vii)           Electrical Power Supply

viii)         Telecommunication

ix)              Water Supply Network

 

3.       Pre-Qualification Requirements

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

  1. 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 C02 & C07.
  2. 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 Directors 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 (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 that 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 last 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:-

  1.       Three (3) Bulldozers
  2.      Three (3) Scrapers
  3.    Three (3) Graders
  4.   Two (2) Excavators
  5.     Two (2) Pay Loaders
  6.     Two (2) Water tankers
  7. One(l)Asphalt Pavers
  8. One (1) Diesel Tankers
  9.   Two (2) Mobile Concrete Mixers
  10.  Two (2) Various compactors
  11. One (I) Concrete Pumping Machines
  12. Two (2) various types of cranes
  13. Five (5) 20-30 ton tippers
  14. One (1) Dumpers
  15. Two (2) Cable Drum Jack
  16. Two (2) Crane Mounted Bucket Lifts
  17. One (1) Cable Crimping Machine
  18. Electrical Testing Equipment such as 80KV HypotronicsMegger, 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 roles, designation, qualification and years of experience with the guarantee that a minimum of three (3) 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 PROVISION OF ENGINEERING INFRASTRUCTURE TO PLOT 1298 AND ADJOINING PLOTS IN JABI DISTRICT”.

 

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 Thursday 12th 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 – 3f 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. 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
Documents provided in response to item 3(a-k) should be arranged as LISTED.

 

Signed:

Director, Procurement

For: Executive Secretary

Invitation to Tender at Federal University Oye-Ekiti Ekiti State

Federal University Oye-Ekiti Ekiti State

www.fuoye.edu.ng

 

Invitation to Tender

 

The Federal University, the-Ekiti has received capital grants from the Federal Government of Nigeria and wishes to utilize part thereof for the procurement of Engineering machine shop equipment, drawing studio equipment, Basic Electrical/Electronic Engineering Laboratory equipment and Agricultural and Science Laboratory Equipment and materials.

 

This is therefore to invite bids from reputable companies for the supply of the following:

 

1a

Lot 1 Engineering Machine shop Equipment

Lot 2 Engineering Drawing studio equipment

Lot 3 Basic Electrical/Electronic Engineering Laboratory equipment

Lot 4 Agricultural and Science Laboratory equipment and materials

 

1b      Information on the bid specifications can be obtained from the University’s website www.fuoye.edu.ng/component/docman or Notice Board.

 

2.       Interested bidders are to submit the following:

(i)      Evidence of registration with the Corporate Affairs Commission

(ii)     Evidence of VAT Registration and remittances (if any)

(iii)    Tax Clearance Certificates

(iv)    Evidence of financial capability to execute contracts and bank guarantees

(v)     Business Profile

(vi)    Evidence of contributions to ITF (if applicable)

(vii)   Evidence of contribution to Pension Fund (if applicable)

(vii)   Evidence of payment of tender fee of N10, 000.00 (per lot)

 

3.       Tender documents can be obtained from Procurement Unit, Office of the Vice-Chancellor, Federal University, Oye-Ekiti, upon payment of non-refundable tender fee of N 10, 000.00 (Ten Thousand Naira) only per lot. Tender fee payment to be made to Federal University, Oye-Ekiti at Zenith Bank Plc, account number 1012782577

 

4.       Submitted bids should be written in English language and pricing also should be stated in naira and kobo.

 

5.       Bidders may bid for one or more lots as award will be conducted on lot by lot basis. Bidding for incomplete lot will be considered non-responsive and will therefore be rejected. Fully completed tender documents should be enclosed in sealed envelopes, indicating the LOT number at the top right corner of the envelop and addressed to Director, Procurement Unit, Federal University, Oye-Ekiti, Ekiti State to reach him not later than 15th October, 2013 at 12noon.

 

6.       Bids will be opened in the presence of the bidders or their representatives at 12noon on 15th October, 201 3. Bidders may wish to submit their bids on the same day but not later than 12noon.

 

7.       General Information             

(i)      This advertisement shall not quality any tenderer to make any claim whatsoever and/or seek any indemnity from Federal University, Oye-Ekiti or any of its officers by virtue of their participation in this tender.

 

(ii)     Any further clarification on this “invitation to Tender” should be directed to the Director Procurement, Federal University, Oye-Ekiti or through

procurement@fuoye.edu.ng and should reach him at least 10 days beforethe closing date for the submission of bids.

 

Signed:

I. F. AREH

Director, Procurement

Federal University, Oye-Ekiti

Ekiti State, Nigeria.

Invitation for Expression or Interest at Asset Management Corporation of Nigeria (AMCON)

AMCON

Asset Management Corporation of Nigeria

3rd Floor Murjanjatu House 1, Zambezi Crescent, Off Aguiyi Ironsi Street, Maitama, Abuja, Nigeria

 

Invitation for Expression or Interest for the Acquisition of AMCON’s Shareholdings in Enterprise Bank Limited

 

1.       The Asset Management Corporation of Nigeria (“AMCON”) owns 100% of the share capital in Enterprise Bank Limited (“Enterprise Bank” or the “Group”)

2.       In furtherance of its strategic objectives, AMCON has decided to divest its shareholding in Enterprise Bank and has appointed Citigroup Global Markets Limited (“Citi”) and Vetiva Capital Management Limited (“Vetiva”) as Financial Advisers and G. Elias & Co as Legal Advisers on the divestment (the “Transaction”).

3.       Enterprise Bank, as at 31 December 2012, had seven (7) subsidiaries and two (2) associated companies; 1,441 employees; and a distribution network comprised of 150 branches and 154 Automated Teller Machines.

4.       Based on the audited financial statement of the Group as at 31 December 2012, the Group’s Total Assets stood at N263.5 billion, Customer Deposits at N208.4 billion and Total Equity at N31.9 billion.

5.       AMCON hereby invites interested buyers to express interest in acquiring AMCON’s entire shareholding in the Group

6.       Method of Application. Interested buyers (eligible entities or consortia) should indicate their interest by submitting an Expression of Interest (“EOI”) with the following documentation and information, as applicable, under the subject headings specified below (in the case of a consortium, please provide the relevant information for each consortium member):

  • Description of acquiring entity or vehicle with evidence of registration or incorporation;
  • Ownership of the acquiring entity or vehicle, identifying all shareholders with a 5% or more stake;
  • Strategic rationale for the acquisition of Enterprise Bank;
  • Relevant financial services industry experience and/or demonstrable evidence of ability to manage a bank of this nature;
  • Evidence of financing capacity;
  • Adviser’s Letter of Appointment (if EOI is being submitted on behalf of an interested buyer);
  • In the case of a consortium, kindly provide evidence of alliance/partnership/joint venture between members in the consortium, clearly indicating the lead member authorized to submit the EOI;
  • Full name(s) of contact person(s), email addresses and telephone numbers; and
  • Any relevant information that demonstrates credibility and eligibility for the Transaction.

 

7.       Submission of Expression of Interest.

Prospective buyers are required to submit their Expressions of Interest in English and titled “Expression of Interest for the Acquisition of

Enterprise Bank Limited”. The EOI should be sent not later than 5.00pm (Nigerian time) on Friday, 20th September 2013:

 

Amar Rizvi

Citigroup Global Markets Limited

33 Canada Square, Canary Wharf

London, E145LB

United Kingdom

Email: amar.rizvi@citi.com

Tel no +44 20 7986 7329

 

YlNKA ODELEYE

Citibank Nigeria Limited

27 Kofo Abayomi Street

Vtctoria Island, Lagos State

Nigeria

Email: yinka.odeleye@citi.com

Tel no: +234 (1) 463 8449

 

YEMISI DEJI-BEJIDE

Vetiva Capital Management Limited

Plot 268b, Kofo Abayomi Street

Victoria Island, Lagos State

Nigeria

Email: y.deji-bejide@vetiva.com

Tel no: +234 (1) 2700657

 

8.       Upon receipt and evaluation of the Expressions of Interest, a shortlist of buyers, who in AMCON’s view are deemed to be fit and suitable from a regulatory perspective (amongst other things), will be prepared and will proceed to the first phase of the Transaction. Shortlisted buyers will be contacted and advised on next steps.

 

9.       For further clarification or enquiries, prospective buyers can contact any of the contact persons stated above.

 

10.     Please note that this is not an Invitation to tender. Interested buyers should make their independent enquiry regarding any of the matters contained herein. AMCON and its Financial Advisers shall not be responsible for the cost of any submission of EOI or any loss suffered by such submission. All submissions shall be at the cost of the prospective buyers. AMCON reserves the right to accept or reject any submission, and to amend or discontinue the Transaction at any time, without any obligation to provide reasons for Its decision. The Financial Advisers are only acting for AMCON in respect of the Transaction with the matters set out herein and will not be responsible to anyone other than AMCON.

 

11.     The distribution of this notice In certain jurisdictions may be restricted by law and recipients should Inform themselves about, and observe any applicable legal or regulatory requirements In relation to, the distribution or possession of this notice. Neither AMCON, nor its Financial Advisers, nor their or their affiliates’ respective directors, officers or agents, accept any liability to any person in relation to the distribution or possession of this notice in any jurisdiction. This notice does not constitute an offer to sell or a solicitation of an offer to subscribe for or purchase any securities by any person in any jurisdiction where it is unlawful to make such an offer or solicitation. This notice may not be used for, or in connection with, and does not constitute, any offer to, or solicitation by, anyone in any jurisdiction or under any circumstance in which such offer or solicitation is not authorized or is unlawful. There will be no public offer of securities referred to in this notice in any jurisdiction in which such an offer or solicitation would be unlawful.

Tender Notice at IWAJOWA Local Government

IWAJOWA Local Government

Iwere-lie, Oyo State

 

Tender Notice

 

Tenders are hereby invited from reputable and experienced contractors for the execution of the following projects in the local government area:

  • Construction of Vocational Training Centre at Iwere-Ile
  • Construction of Vocational Training Centre at Iganna
  • Construction of Olorunda Baptist Church/Ilerp/Iganna road, Oke- Afin, Iganna
  • Construction of a block of three classrooms with Headmaster’s office, store and toilet at:

(a) Community Primary School, Ayetoro-Ile

(b) Nomadic Basic Primary School, Oobo, Iganna

 

Tender requirements:

All tenders must be accompanied by the following:

(i)                Payment of a non-refundable fee (Photocopy of receipt attached) to the local government treasury as listed below:

  • Construction of Vocational Training Centre at Iwere-Ile-N50,000
  • Construction of Vocational Training Centre at Iganna -N50,000
  • Construction of Olorunda Baptist Church/Ilero/Iganna road, Oke-Afin, Iganna N50,000
  • Construction of a block of three classrooms with Headmasters’ office, store and toilet at Community Primary School Ayetoro-Ile N25,000
  • Construction of a block of three classrooms with Headmasters’ office, store and toilet at Nomadic Basic Primary School Oobo, Iganna N25, 000

(ii)             Evidence of registration as a contractor with Iwajowa Local Government,  Iwere-Ile.

(iii)           Evidence of previous performance in similar job having successfully executed same with their locations, (copies of letter of award, certificate of completion, etc to be attached)

(iv)           Evidence of three years tax clearance

(v)             Evidence of registration with the Corporate Affairs Commission (CAC)

 

Submission of tender documents;

All completed tender documents should be neatly packed in a sealed envelope with BID indicated and clearly marked at the top left hand corner of the envelope and should be addressed to:

 

The Secretary,

Tenders Board Committee,

Iwajowa Local Government,

Iwere-Ile

Not later than 13th September, 2013.

The contact person’s name, GSM number and contact address should be indicated at the back of the sealed envelope.

 

Please, note that:

(a)  Contract details and job specifications of the above listed projects are available for inspection on Monday-Friday between 8:00am- 4:00pm at the office of Director of Works, Lands, Housing and Survey,  Iwajowa Local Government, Iwere-Ile

(b) Tendering contractors are to note that local government Tenders’ Board reserves the right to accept or reject any tender.

 

Signed:

The Secretary,

Tenders Board Committee

Iwajowa Local Government

Iwere-Ile