Background Image

WEST AFRICAN EXPLORATION AND PRODUCTION COMPANY LIMITED (WAEP)-

TENDER OPPORTUNITY: PROVISION OF ENVIRONMENTAL & SOCIAL IMPACT ASSESSMENT (ESIA) STUDIES FOR KALAEKULE TO AMENAM-KPONO GAS PIPELINE PROJECT (OML 72)

WEST AFRICAN EXPLORATION AND PRODUCTION COMPANY LIMITED (WAEP)
TENDER OPPORTUNITY: PROVISION OF ENVIRONMENTAL & SOCIAL IMPACT ASSESSMENT (ESIA) STUDIES FOR KALAEKULE TO AMENAM-KPONO GAS PIPELINE PROJECT (OML 72)
TENDER REF: WAEP-PCM-TDR-0005-R0I
NIPEX TENDER NO.: WAEP00000026

INTRODUCTION
WAEP hereby announces to interested and prequalified companies an upcoming tendering opportunity for the Provision of Environmental & Social Impact Assessment (ESIA) Studies For Kalaekule To Amenam-Kpono Gas Pipeline Project in Kalaekule Field. The proposed contract will commence in 02, 2021 and remain active for one (1) year duration, with no option for extension.

Please visit the Nigerian Petroleum Exchange Portal www.nipex-ng.com for further details.

SCOPE OF WORK
The Scope of Work shall include but not limited to the provision of an extensive review of existing Environmental Studies or Management Plans for the Fields and Blocks around the areas and other environmental monitoring reports. Subsequently, a systematic two (2) season field and right of ways data gathering exercise of the Kalaekule to Amenam-Kpono pipeline project right of ways to effectively characterize the project environment. Specifically, the work scope shall entail:

You need to login to view the rest of the content. Please . Not a Member? Join Us

NATIONAL ASSEMBLY SERVICE COMMISSION-

EXPRESSION OF INTEREST FOR APPOINTMENT AS EXTERNAL AUDITORS OF THE COMMISSION

NATIONAL ASSEMBLY SERVICE COMMISSION
EXPRESSION OF INTEREST FOR APPOINTMENT AS EXTERNAL AUDITORS OF THE COMMISSION

INTRODUCTION
The National Assembly Service Commission is charged with the mandate Appointment, exercise of Discipline, Training and Promotion of Staff of the National Assembly Service. The Commission hereby invites experienced, competent and credible firms of Chartered Accountants to submit Expression of Interest (EoI) for Appointment as External Auditors of the Commission for the statutory audit of its 2020 Financial Statements.

SCOPE OF SERVICE
Statutory audit of the Commission’s 2020 Financial Statements.

You need to login to view the rest of the content. Please . Not a Member? Join Us

FEDERAL AIRPORTS AUTHORITY OF NIGERIA (FAAN)-

INVITATION FOR PRE-QUALIFICATION FOR PROCUREMENT UNDER FAAN 2021 IGR BUDGET (SUPPLIES)

FEDERAL AIRPORTS AUTHORITY OF NIGERIA
INVITATION FOR PRE-QUALIFICATION FOR PROCUREMENT UNDER FAAN 2021 IGR BUDGET (SUPPLIES)

A. INTRODUCTION
The Federal Airports Authority of Nigeria (FAAN) has the statutory functions of developing and managing all necessary airport facilities and services for safe, secured and efficient carnage of passengers and goods Consequently, the Authority intends to undertake the procurement of the under-listed projects under its 2021 financial year/internally Generated Revenue (IGR) Budget In compliance with the National Open Competitive Bidding (NOCB) procedures stipulated in the Public Procurement Act 2007 and its extant guidelines, the Authority hereby invite competent and reliable companies to submit their technical documents for execution of the projects.

B. LIST OF PROJECTS

LOT NO DESCRIPTION OF PROJECT
S1 Supply of Fuel/ Lubricants to FAAN Headquarters and Other Airports In Nigeria.
S2 Supply of Fire Equipment, Accessories and Consumables (e.g. Breathing Apparatus, Fire Delivery Hose, foam compounds. Fire extinguishers, etc.).
S3 Supply of Electrical spare parts/Instruments and other Accessories (e.g., Distribution Transformers; Low Voltage (LV), Medium Voltage (MV) and High Tension (HT) armoured Cables; SF6 Ring Main Unit (RMU); etc.).
S4 Supply of Uniforms, Operational Outfits and accessories.
S5 Supply of Operational Vehicles and Ambulances.
S6 Supply of Stationeries.
S7 Supply of Furniture/Office Equipment (e.g. Chairs, tables, Copiers, etc.).
S8 Supply of Computer Systems, peripherals and Accessories, (e.g. Desktops and Laptops, printers, Rack Mountable HP Servers, weighing scales, etc.).
S9 Supply of Water Survey Equipment, Spares, Consumables and Accessories
S10 Supply of Heavy Duty Generator Spare Parts
S11 Supply of Aviation Security Equipment, Spares and Accessories
S12 Supply of Communication Equipment, Spares and Accessories.
S13 Supply of Civil and Building Engineering Consumables.
S14 Supply of Mechanical Engineering Equipment, Spares and Consumables/Accessories
S15 Supply of Operational Equipment Spares and Accessories (e.g. marshaling tools, windsocks, etc.)
S16 Supply of Safety Equipment, Accessories and Consumables (e.g. tachometer, breathalyser, ear muffs, gloves, speed gun, barrier tape, etc.).
S17 Supply of Tractors and Slashers.
S18 Supply of Birds / Wildlife hazard controls consumables.
S19 Supply of Corporate Items
S20 Haulage services for the movement of goods and heavy duty equipment.

You need to login to view the rest of the content. Please . Not a Member? Join Us

FEDERAL AIRPORTS AUTHORITY OF NIGERIA (FAAN)-

EXPRESSION OF INTEREST (EOI) FOR TAX CONSULTANCY SERVICES UNDER 2021 IGR BUDGET

FAAN
FEDERAL AIRPORTS AUTHORITY OF NIGERIA
EXPRESSION OF INTEREST (EOI) FOR TAX CONSULTANCY SERVICES UNDER 2021 IGR BUDGET

A. INTRODUCTION
The Federal Airports Authority of Nigeria (FAAN) has the statutory functions of developing and managing all necessary airport facilities and services for safe, secured and efficient carriage of passengers and goods. Therefore, the Authority now seeks the service of qualified/competent Tax Consultants to submit Expression of Interest (EOI), in compliance with the National Open Competitive Bidding (NOCB) procedures stipulated in the Public Procurement Act 2007 and its extant guidelines. The Authority intends to undertake the procurement of this project under its 2021 financial year/Internally Generated Revenue (IGR) Budget.

B. SCOPE OF TAX CONSULTANCY
The scope of Consultancy services for 2021 Tax Year shall include, but not limited to the following:
(i) Compute and confirm the assessment raised by the Tax bodies.
(ii) Reconcile Tax figures with the Tax Authority.
(iii) Discuss the variance with the Tax bodies.
(iv) Obtain new agreed Tax Liabilities.
(v) Assist to negotiate the terms of payment.
(vi) Obtain various Tax Clearance Certificates.
(vii) Collect the outstanding Tax Revenue Receipts and Credit Notes for the Authority.
(viii) Filing of Annual Returns

C. AVAILABLE LOTS

Lot T1 Federal Inland Revenue Service (FIRS).
Lot T2 Headquarters, Local and International Wings of Murtala Muhammed Airport, Lagos.
Lot T3 Ibadan Airport, Ilorin International Airport, Akure Airport and Benin Airport.
Lot T4 Sultan Abubakar International Airport, Sokoto; Mallam Aminu Kano International Airport, Kano; Umar Musa Yar’adua International Airport, Katsina. Maiduguri Airport and Yola Airport.
Lot T5 Nnamdi Azikiwe International Airport, Abuja; Kaduna Airport, Minna Airport; Jos Airport and Makurdi Airport.
Lot T6 Port Harcourt International Airport; Akanu Ibiam International Airport, Enugu; Margret Ekpo International Airport, Calabar and Sam Mbakwe International Cargo Airport, Owerri.

D. ELIGIBILITY REQUIREMENTS
(a) Evidence of Company’s Certificate of Incorporation (or Business registration) with the Corporate Affairs Commission (CAC), including certified true copy of Memorandum and Articles of Association, forms CAC2 & CAC7 (where applicable).
(b) Evidence of Company’s Income Tax Clearance Certificate (or Personal Income Tax Clearance Certificates of all the Partners in case of Business Name) for the last three years (i.e. 2018,2019 and 2020), valid till 31st December 2021.
(c) Evidence of current Pension Clearance Certificate, valid till 31st December 2021 (where applicable).
(d) Evidence of current Industrial Training Fund (ITF) Certificate of Compliance, valid till 31st December 2021 (where applicable).
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate, valid till 31st December 2021.
(f) Evidence of current registration with Financial Reporting Council of Nigeria
(g) Evidence of registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) valid till 31st December 2021 or valid certificate issued by the Bureau of Public Procurement (BPP).
(h) Sworn Affidavit from Court of competent jurisdiction in Nigeria (Federal or State), including stamped passport photograph and signature of deponent/declarant, disclosing as follows:-
• Whether or not any officer of the relevant committees of the Federal Airports of Nigeria (FAAN) or Bureau of Public Procurement (BPP) is a former or present Director, Shareholder of has any pecuniary interested in the bidder.
• To confirm that all information presented in its bids are true and correct in all particulars
• That the Director(s) has/have never been convicted by any court of law.
• That the firm’s Director or the company is not bankrupt.
(i) Company’s Audited Accounts for the last three (3) years (i.e. 2018, 2019 and 2020).
(j) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable Commercial Bank in Nigeria, indicating willingness to provide credit facility for the execution of project when needed.
(k) Company’s Profile, with Curriculum Vitae of Key Staff to be deployed for the project, including copies of their academic and professional certificates.
(l) Verifiable documentary evidence of similar works successfully completed/ongoing project in the last five (5) years, including Letters of Award, Contract Agreements, Job Completion Certificates, Photographs, etc.
(m) Evidence of Firm’s current Practice Licence issued by ICAN, ANAN or other related professional body(ies).
(n) All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), E-mail address, names and nationalities of the Directors of the Company at the bottom of the page and duly signed by the authorized officer of the firm.

E. SUBMISSION OF DOCUMENTS
• The documents are to be submitted in soft copy (flash drive) and two (2) hard copies (One original and one copy) in A4 paper size and neatly bound. The document should be arranged in the order listed above and clearly separated by dividers.
• The documents must be sealed in an envelope and the Project Name and Lot number clearly written at the top left corner of the envelope.
• All documents must be submitted to the office of “The General Manager (Procurement)”, FAAN Headquarters Annex, Ikeja Lagos.
• Contacts: Phone No. 08033011334 or 08034706549. Email Address: procurement@faannigeria.org
Submission of EOI shall close at exactly 11:30 am on Monday, 10 May, 2021.

F. OPENING OF EOI
All submissions will be opened on the same day immediately after closing at 11:30 am on Monday, 10 May, 2021 the Procurement Department, Maintenance Yard, FAAN Headquarters Annex, Ikeja, Lagos.

You need to login to view the rest of the content. Please . Not a Member? Join Us

FEDERAL SCIENCE AND TECHNICAL COLLEGE, AHOADA, RIVERS STATE-

INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS

FEDERAL REPUBLIC OF NIGERIA
FEDERAL MINISTRY OF EDUCATION
FEDERAL SCIENCE AND TECHNICAL COLLEGE, AHOADA, RIVERS STATE
INVITATION TO TENDER FOR 2021 CAPITAL PROJECTS

1. INTRODUCTION
The Federal Government of Nigeria has allocated funds to the Federal Science and Technical College Ahoada, Rivers State, in the 2021 Appropriation Act for the Procurement of Works towards achieving the mandate of the College.
In compliance with the provisions of the Public Procurement Act, 2007, the College invites interested and eligible Contractors with relevant proven competence and experience to participate in the bidding process of the following Projects:

2. CATEGORY (WORKS)

L/N         PROJECT TITLE
Lot W1 Conversion of Present Chemistry Lab Block to a Storey Building
Lot W2 Construction of a Storey Multipurpose Assembly Hall in the College
Lot W3 Renovation and Upgrading of College Admin. Block

3. ELIGIBILITY REQUIREMENTS
(a) Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC) including form CAC1.1 or CAC2 and CAC7
(b) Evidence of Company’s Incomes Tax Clearance Certificate for the last three (3) years (2018, 2019 & 2020) valid till 31 December, 2021; with minimum average annual turnover of N20 million;
(c) Evidence of current Pension Clearance Certificate valid till 31 December, 2021;
(d) Evidence of current Industrial Training Fund (ITF) Compliance Certificate valid till 31 December, 2021;
(e) Evidence of current Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31 December, 2021;
(f) Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring 31/12/2021 or valid Certificate issued by BPP;
(g) Sworn Affidavit:
– that the company is not in receivership, insolvent or bankrupt; that the company does not have any Director who has ever been convicted in any court in Nigeria or any other country for criminal offense in relation to fraud or financial impropriety;
– disclosing whether or not any officer of the relevant committees of Federal Science and Technical College, Ahoada or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars;
(h) Audited Financial Statement of the company for the past three years (2018, 2019 and 2020) duly signed and sealed by relevant firm and the turnover as reflected in financial statements must correspond with those on the Tax Clearance certificate;
(I) Evidence of financial capability to execute the project by submission of Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project if awarded;
(j) Company’s Profile with the Curriculum vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications such as COREN, QSRBN, ARCON, CORBON etc,
(k) Verifiable documentary evidence of at least three (3) similar jobs executed in the last five (5) years including letters of Awards, Valuation Certificates, Job Completion Certificates and photographs of the projects;
(l) List of Equipment with proof of Ownership/Lease;
(m) For Joint Venture/Partnership, Memorandum of Understanding (MoU) should be provided (CAC, Tax Clearance Certificate, Pension Compliance Certificate, ITF Compliance Certificate, NSITF Compliance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner): and
(n) All documents for submission must be transmitted with a covering/forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address and Telephone Number (preferably GSM No., and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorized officer of the firm.

4. COLLECTION OF TENDER DOCUMENTS
The tender documents are to be collected from the Office of the Vice Principal Special Duties, FSTC, Ahoada between the working hours of 08:00am and 04:00pm daily upon the payment of non-refundable tender fee of N10,000.00 per Lot to Federal Science Technical College, Ahoada, Rivers State through REMITA platform in any Commercial Bank, and present the teller for the College receipt.

5. SUBMISSION OF TENDER DOCUMENTS
Prospective bidders are to submit bid for each of the lot desired, two Hard copies (Marked “Original & Copy”) each for both Technical & Financial Bids with soft copy of Financial bid only in MS excel format, packaged in two separated wax sealed envelopes clearly marked at the top right corner of each envelope stating the title of the project i.e. “TECHNICAL BIDS FOR project Title and LOT No.” & “FINANCIAL BIDS FOR Project Title and LOT No.” and at the reverse side the name of the company should be boldly written. Both envelopes shall then be put in a larger envelope clearly marked at the top right corner stating the title of the project and be left in the appropriate Tender Box at the Vice Principal Special Duties office to be addressed to:
The Principal,
Federal Science and Technical College,
Ahoada, Rivers State.

The submission should be made not later than 11:00 am on Monday 7 June, 2021. Please make sure you sign Bid Submission Register at Vice Principal Special Duties office as the Federal Science and Technical College, Ahoada will not be held responsible for misplaced or wrongly submitted Bids.

You need to login to view the rest of the content. Please . Not a Member? Join Us