Invitation for Pre-Qualification to Tender for 2013 New Capital Projects at Federal College of Education, Yola

Federal College of Education, Yola

2012 New Capital Projects

Invitation for Pre-Qualification to Tender for 2013 New Capital Projects

1.0   Background

The Federal College of Education Yola is desirous of undertaking projects I approved for execution in the institution through the 2013 Capital Projects Allocation and is interested in engaging the services of any reputable) contractor.

2.0        Scope of Work

The Proposed Projects are as follows;

Lot 1:    Rehabilitation of Hostel Blocks

Lot 2:   Road Maintenance, Construction of Drainages & Tree Planting

Lot 3:   Rehabilitation of College Boundary Fence& Entrance Gates

3.0     Pre-Qualification   Requirements   for   the Technical Bidding

i.        Valid Certificate of Registration of Incorporation;

ii.       Tax/VAT Clearance Certificate for the last three years

iii.      Company Resume profile including details of key officers, details of equipment owned,

iv.      Evidence of Registration   with   relevant   professional   bodies and| organizations for both the firm and its personnel,

v.       Evidence of execution of similar projects, stating clearly the location of the) projects, including copies of letters of awards and completion certificates

vi.      Company audited accounts for the last three years with Annual Turnover

vii.     Evidence of financial capability and banking support.

viii.    Evidence of company’s commitment to staff on NHIS and Pension contributions

4.0    Financial Bidding

Bidding document containing detailed specification for each project should be collected from the Works & Services Department of the Federal College of Education, Yola on payment of a non-refundable fee of N30,000.00 only to the Bursary Department through FCE Yola Unity Bank Account No 0913 1060010002.

5.0     Tender Opening and Evaluation

Both technical and financial documents will be submitted at the same time but  on   separate   marked  and  sealed   envelopes   to   read  e.g Lot   I; Rehabilitation of Hostel Blocks (Financial Bid) or Construction of Block B; Construction of School of Science Complex (Phase I) Rehabilitation of Hostel Blocks (Technical Bid).

All bid documents shall be sealed in envelops and marked at the top with title of the project and the name of the firm and addressed to:

The Chairman,

College Tenders Board

Federal College of Education

PMB 2042

Yola, Adamawa State

Documents should be received not later than 12.00 noon of Monday 22nd July 2013. Bids will be opened publicly by 2.00pm of the same day at the Jibril Aminu Hall in the College main campus. Contractors and the general public are hereby invited to witness the occasion.

Financial bids will only be considered for those contractors that meet the minimum requirements of the technical bid.

Fa’iza A Ahmad

Registrar

Invitation for Expression of Interest (EOI)/ Pre-Qualification for the Provision of Information Technology (IT) Solutions at Management of the National Youth Service Corps (NYSC)

Notional Youth Service

Directorate Headquarters, Abuja

Invitation for Expression of Interest (EOI)/ Pre-Qualification for the Provision of Information Technology (IT) Solutions

 

1.0     Introduction

The Management of the National Youth Service Corps (NYSC) hereby invites qualified and reputable IT solution providers with good track records for expression of interest for pre-qualification for the provision of information and Communication Technology (ICT) infrastructure and software solutions to enhance its operations on a public Private Partnership.

2.0     Scope of Works

The functionalities of the proposed solutions should achieve the following objectives amongst others:

  1. Handling online mobilization activities including registration of local   and   foreign  trained  Nigerian   graduates,   Corps Verification, Relocation, Remobilization, State Posting and Certification,
  2. Provide the infrastructure to host the ICT system including seamless inter-connectivity amongst the NYSC DHQ, the State Secretariats   and   other   Stakeholders:   Corps   Producing Institutions, JAMB, NBTE, NUC, etc.
  3. Maintenance and support of the IT Infrastructure and Software Solutions.
  4. Entrench integrity/security in NYSC Operations.
  5. Provide ICT solution for monitoring corps members on regular basis, payment of corps members and linking of Corps database with the Distress Call Centre.

3.0      Pre-Qualification +Requirements

Letters of intent should be accompanied by photocopies of:

  1. Evidence   of  Company   Registration/Certificate   of Incorporation;
  2. Coloured Photocopies of current Company Tax Clearance Certificate for the last (3) three years (2010-2012);
  3. Coloured Photocopy of Vat registration Certificate and evidence of Vat Remittances;
  4. Evidence of Verifiable similar jobs successfully executed;
  5. Evidence of Financial capability from a reputable Bank;
  6. Company’s Audited accounts for the last (3) years (2010-2012);
  7. Evidence of registration with the Contributory Pension Scheme;
  8. Evidence of payment of ITF Employer’s Contribution;
  9. Comprehensive Company Profile with convincing proof of competence to undertake the jobs;
  10. Evidence of similar projects handled in the past in relevant areas, including status of the projects;
  11. Registration  with  computer  Professionals   (Registration Council of Nigeria) and other relevant professional bodies;
  12. Evidence  of technical,   operational   and   managerial capabilities; and
  13. Any other relevant document(s) that will place the company on a competitive advantage over others.

4.0     Submissions

Pre-qualification documents must be spirally bound and enclosed in an envelope clearly marked at the top left hand corner: “Pre-qualification for the provision of Information Technology (IT) solutions and infrastructure.

The Director General, National Youth Service Corps, Yakubu Gowon House, 416 Tigris Crescent, Off Aguiyi Ironsi Street Maitama-Abuja and dropped in the Tenders Box at the NYSC Tenders Board Secretariat, Procurement Department, 3   Floor’ Wing ‘B’ Room 317, NYSC Directorate Headquarters, Yakubu Gowon House, Maitama-Abuja.

5.0     Closing Date

The closing date for the submission of the pre-qualification’ documents shall be on Monday 1st July, 2013 at 11:00 am, while opening  of the  pre-qualification   documents   will   follow immediately on the same day, Monday, 1st July, 2013 by 11:00am at the Conference Hall, 6th floor, NYSC NDHQ, Abuja. All Contractors, Observers and Members of the General Public are invited to witness the Pre-qualification Exercises.

6.0     Tenders Opening

Tendering will be applied to only pre-qualified Contractors who will be issued bidding documents to prepare their bids. The closing date for the submission of all financial bids is Monday, 29th July, 2013 at 11:00 am while opening of the financial bids will follow immediately on same day, Monday, 29th July, 2013 by 12:00 noon at the Conference Hall, 6th floor, NYSC NDHQ, Maitama-Abuja. All Bidders, Observers and the General Public are equally invited.

Please note that:

  • Pre-qualified Contractors will be required to pay a non refundable tender fee of Twenty Thousand Naira (20,000.00) only in certified Bank Draft payable at the NYSC Accounts Department.
  • Failure to fulfill any of the conditions in 3.0 (i-xiii) above shall render an application invalid for further consideration.
  • The National Youth Service Corps shall reserve the absolute right of rejecting any document it considers doubtful.
  • All CAC, VAT, PENCOM, ITF and Tax Clearance Certificates may be referred to the Security Agencies, Corporate Affairs Commission,   Federal   In-land   Revenue   Service   (FIRS), National  Pension  Commission,  Industrial  Training  Fund Headquarters and other relevant bodies for verification.

 

The advertisement shall not be construed as a commitment on the part of the National Service Corps, nor shall it entitle responding contractors to seek any indemnity from NYSC by virtue of such contractors having responded to this advertisement/invitation for pre-qualification.

 

Signed

Management

Request for Priced Bill of Quantities for the Renovation of Staff Quarters at Badagry General Hospital, Badagry at Lagos State Ministry of Health (LSMH)

Lagos State Government

Ministry of Health

Request for Priced Bill of Quantities for the Renovation of Staff Quarters at Badagry General Hospital, Badagry

1.0     Background

Lagos, with a population of over 21.2 million people and projected to be the 3rd largest megacity in the world within the next decade hitting the 25 million mark, is Nigeria’s economic and commercial nerve-centre.

The Lagos State Ministry of Health (LSMH) in 2002 embarked on a comprehensive Health Sector Reform Programme (HSRP). A key initiative under the reform is to increase the overall capacity of the healthcare system in Lagos State.

As an integral part of her commitment to the welfare of members of staff and their families, the Lagos State Government is desirous of renovating three (3) nos. residential accommodations for health workers in Badagry General Hospital.

The residential units to be renovated are:

  • Block of 6 flats of 2/3 Bedroom.
  • 5 Bedroom Duplex (A)
  • 5 Bedroom Duplex (B)

2.0   Project Scope

The Scope of Renovation works includes:

  • Demolition works
  • Roof and roof covering
  • Windows
  • Doors and ironmongery
  • Walls
  • Metal works
  • Mechanical and plumbing installation
  • Electrical installation
  • Painting and Decoration
  • Fittings and Fixtures
  • Floor, wall and ceiling finishes
  • External works as detailed in the bill of Quantities.

3.0   Requirements from Interested Parties

Interested companies are required to submit comprehensive technical and financial information as follows:

3.1   Legal Status Sand Profile

  • Full name of company and contact person, postal address, telephone/fax numbers and e-mail address.
  • Ownership structure including names(s) of stakeholders and percentage shareholdings.
  • Company registration including Certificate of Incorporation, Certified true copies of Memorandum and Articles o f Association and CAC Form C07.
  • Evidence of registration with the Lagos State Tenders Board.

3.2     Relevant Experience

Provide evidence of previous experience in carrying out similar projects including the following details:

Name of Project

Brief description

Clients

Scope of Work

Contract Value

Nature of Contract (PPP. lump sum e.t.c.)

3-3. Safety, Health and Environment (SHE) Statement

Provide SHE Policy and evidence of Management’s commitment to the policy.

Provide Quality Assurance and Quality Control policy and Plan along with ISO Certification (if available (if any)

3.4     Financial Capacity

Provide the following information

  • Most recent 3-year Audited Financial Statements and latest Management Accounts
  • Evidence of available financing and /or access to credit line for the project.

 

4.0   Unpriced Bill of Quantities

A copy of the unpriced Bill of Quantities is available in room 617, Block 4, Ministry of Health at a non refundable sum of N10.000.00.

 

5.0 Submission of Priced Bill of Quantities and Other Documentation

Three copies of the Technical and Financial Bids in separate Tamper Evident Envelopes clearly marked “Technical/Financial Bid for the Renovation of Badagry General Hospital” shall be delivered to the address below not later than 5.00pm 18th July, 2013

Office of the Honorable Commissioner

Lagos State Ministry of Health

Room 505, Block 4 the Secretariat 1

Alausa, Ikeja Lagos, Nigeria

6.0   General

It should be noted that this invitation does not constitute a commitment on the part of Lagos State Government and /or the Lagos State Ministry of Health to award the project to any consortia submitting bids. Furthermore the submission of documents shall not entitle any of the interested parties to any claims against LSG and /or LSMH by virtue of such consortia having responded to the invitation to bid.

All costs incurred by respondents as a result of this invitation to bid and any subsequent requests for information shall be for respondent’s account only

Signed

Dr. Jide Idris

Honourable Commissioner for Health

Invitation to Tender at Judiciary Court of Appeal, Abuja

Judiciary Court of Appeal, Abuja

The Court of Appeal of Nigeria wishes to pre-qualify interested competent, experienced and reputable contractors/suppliers and other service providers who wish to tender for the jobs specified below. These services are required in our office in Three Arms Zone Abuja and 17 other Divisions across the country.

1.     Supply of Motor Vehicles (Different Brand/ Models)

2.     Supply of Office/ Residential Furniture and Equipments

3.     Rehabilitation of Offices/Justices Quarters

(a)    Renovation/Improvement of Offices; and Hon. Justice’s Quarters

(b)    Drilling of Water Borehole/Rehabilitation of Existing Boreholes.

4.      Supply Of Power Generating Plants (Various Models/Capacities)

5.      Printing   Of   Security And   Non   Security Documents

6.      ICT/Computerization (E-Court)

7.      General contract and services/Supplies

8.      Supply   of   Library   Books,   Shelves   and Equipment

9.      Supply   of   Security and   Firefighting Equipment

10.    Supply of Drugs and Medical Equipments

11.              Consultancy:

Consultancy in such professional fields as staff training, Information Technology, Financial Consulting, Insurance, Legal Services, Engineering Services etc.

 

Pre-Qualification Requirements:

Prospective Contractors shall be required to possess the following pre-qualification documents.

(a)     Valid Certificate of Registration/Incorporation of the Company with Corporate Affairs Commission (CAC) including Articles and Memorandum of Association of the company and up to date Annual return with the CAC (mention forms C02 & 07 to be included).

(b)               Current Tax Clearance Certificate for the last (3) Years;

(c)      Value Added Tax Registration Certificate; with TIN and evidence of Past remittances.

(d)     Company’s Profile including details of key staff/and their competencies.

(e)      Details of Equipment and Plants, including Machineries.

(f)     Name and Address of Banker(s) including a Letter of Reference/Guarantee from the Bank:

(g)     Evidence of involvement and experience in similar contracts; stating contract sums, copies of award letters, completion certificate and interim certificate of valuation (where applicable) must be enclosed.

(h)    Audited Financial Statements for the past Three (3) years.

(I)      Evidence of issuances of compliance certificates to all organization by Pencom in line with pension reform act, 2004 (as amended)

(j)      Evidence of compliance with the provision of the Industrial Training Fund amendment act. 2011 as they relate to Training contributions by liable Organizations

(k)     Any other evidence/documents that will  confirm  the skill/competence of the interested contractors/company(s).

(I)                Evidence of Registration with the Court of Appeal.

(m)    Sworn Affidavit stating   that  all   information   provided   are True/valid.

 

Submission of Pre-Qualification Documents:

Pre-qualification document should be enclosed in a sealed envelope marked “2013 Pre-Qualif1cation” and must be returned to: Chief Registrar, Court of Appeal, Abuja, not later than 4th July, 2013 and addressed to:

The Secretary,

Departmental Tenders Board,

Court of Appeal Complex,

Three (3) Arms Zone, Abuja

 

All pre-qualification envelopes will be opened 4th July, 2013 at 11.00am at the Chief Registrar’s Conference Hall, Court of Appeal, Abuja.

 

This advert serves as an invitation to any interested NGO and members of the general public who may wish to witness the opening exercise.

 

Please Note:

(a)     Late submission will be rejected.

(b)               All existing contractors/consultants must renew their registration and pre-qualification for the 2013 projects.

(c)      The Advertisement for “Pre-Qualification to tender” shall not be construed to be a commitment on the part of the Court of Appeal, nor shall it entitle any person to make any claim whatsoever and nor seek any indemnity from Court of Appeal by virtue of such person having responded to this advert.

(d)     Applicants should be very clear about their area of proven competence and interest.

(e)     After the Pre-qualification exercise, tenders for contracts and jobs will be accepted only from pre-qualified contractors, and the Court of Appeal shall not enter into any correspondence with unsuccessful applicants.

 

Signed:

Chief Registrar,

Court Of Appeal,

Three Arms Zone,

Abuja.

Invitation to Tender at Federal Housing Authority

Federal Housing Authority

(Established Under CAP 136 Laws of Nigeria 1990)

26, Julius Nyerere Crescent, Asokoro, P.M.B 101, Garki, Abuja

Tel: 0709 880 8518

E-mail: info@fha.gov.ng

www.fha.eov.ng

Invitation to Tender

 

Introduction

The Federal Housing Authority hereby invites tenders from suitably qualified building and engineering companies for the following works in Kwankwasiya City, Kano, Kano State as shown hereunder;

 

Kwankwasiya City, Kano, Kano State

 

Lot l:          Construction of 10 units of 5-bedroom detached duplex Type Al (l unit per award).

 

Lot 2:        Construction of 6 units of 5-bedroom detached duplex Type A2 (2 units per award).

 

Lot 3:        Construction of 9 units of 5-bedroom detached duplex Type A3 (3 units per award).

 

Lot 4:       Construction of 11 units of 5-bedroom detached duplex Type B1 (1 unit per award).

 

Lot 5:      Construction of 6 units of 5-bedroom detached duplex Type B2 (2 units per award).

 

Lot 6:       Construction of 9 units of 5-bedroom detached duplex Type B3 (3 units per award).

 

Qualification Requirements

(a)     Evidence of registration & incorporation by the Corporate Affairs Commission;

(b)     Valid tax clearance certificate for the last three (3) years; (2010,2011 and 2012)

(c)      Evidence of VAT Registration/VAT remittances; with TIN No.

(d)     Evidence   of National Pension Commission registration/remittances in compliance with the provisions of the Pension Reform Act, 2004; (Letter of Compliance from Pension Commission).

(e)      Company Profile including curriculum vitae and details of professional registration of personnel;

(f)      Verifiable evidence of previous experience in handling similar projects including list of projects, name of client, contract value, letters of award/certificate of completion;

(g)     Evidence of availability of plant & equipment to be used with details of ownership, make, age etc;

(h)     Reference/guarantee from a reputable bank;

(i)      Company audited   accounts for   the last three (3) years; (2010, 2011 and 2012)

(j)      A sworn affidavit certifying that;

 

All the required documents submitted are both GENUINE and UP-TO-DATE

  • None of the directors of the company has ever been convicted by any court of law.
  • None of the directors of the company is a staff of the Authority.
  • The company is not bankrupt or a party to liquidation proceedings in any court of law.

 

(k)     Original documents should be available for sighting on demand during or after the opening of the pre-qualification documents.

 

 

Tender Instructions

Interested companies should collect bid documents from the Secretary, Tenders Board, Office of the Chief Executive, Federal Housing Authority after payment of a non-refundable tender fee of N25, 000.00 (Twenty-five Thousand Naira) only each for Lot 1 and Lot 4, N35, 000.00 (Thirty-five Thousand Naira) only for Lot 2 and Lot 5, N45, 000.00 (Forty-five Thousand Naira) only for Lot 3 and Lot 6.

 

Submission of Bid Documents

The completed tender documents with a copy of the receipt of tender fee shall be submitted in a sealed envelope with the Lot No. & description of project to be tendered for clearly indicated at the top left corner of the envelope and addressed to;

Managing Director/Chief Executive,

Federal Housing Authority,

26, Julius Nyerere Crescent,

Asokoro,

PMB 101, Garki, Abuja.

 

The deadline for the submission of bid documents is 12 noon, on Thursday, August 1, 2013.

All submissions will be opened at 12:30pm on the same date at the FHA Head Office, Asokoro, Abuja.

 

Please note that any tender that does not comply with the above provisions shall be disqualified. In addition, the Authority is not bound to accept the lowest of any tender.

 

Signed

Management