Invitation to Tender at The Investments and Securities Tribunal (IST)

Investments & Securities Tribunal

Plot 823, Ralph Shodeinde Street, Central Business District, Abuja

 

Invitation to Tender

The Investments and Securities Tribunal (IST) hereby invites tenders from qualified contractors for the supply and installation of the following items:

 

1.0.          Scope of Work:

 

S/N ITEMS LOT NUMBER
1

 

Supply of Nigeria Weekly Law Report 2011       – 2013 & Indexes 2010 -2012, Laws of the Federation of Nigeria, Legal Books & Library Shelves. 001/13

 

2

 

Research and Development: E – Law containing Statute s. Rules of Courts and up to date Law Reports. 002/13

 

3

 

Purchase of Court Automation Equipment/Transcribing Machines 003/13

 

4 Purchase of Office Furniture and Finings 004/13
5

 

Purchase of Photocopying Machines and Accessories 005/13

 

6 Purchase of Computer Printers and Accessories 006/13
7 Purchase of Generating set and Allied items 007/13
8 Purchase of Digital Cameras 008/13

 

2.0.    Qualification Requirements

  1. Evidence of registration with Corporate Affairs Commission, including memorandum and Article of Association, Form CO2 and CO7.
  2. Company profile indicating details of key staff with their CVs.
  3. Evidence of financial capability/ Bank reference
  4. Copy of company’s Audited Accounts/Annual Reports for three (3) consecutive years (2010,2011 &2012)
  5. Current tax clearance certificate (2010, 2011 and 2012)
  6. VAT Registration certificate
  7. Evidence of having executed similar jobs/supplies
  8. Evidence of contribution to Staff Pension Scheme
  9. Evidence of contribution to Industrial Training Fund
  10. Information on litigation the bidder may have been involved in the past five years or is currently involved (if any)
  11. Evidence of payment of non-refundable tender fees
  12. Evidence /link with manufacturers will be an added advantage
  13. A sworn affidavit that none of the directors has been convicted in any court for any criminal offence
  14. A sworn affidavit that all information presented and attached are true and correct of the bidder and that no officer of the Investments and Securities Tribunal is a former or present Director, or has any pecuniary interest in the bidder.

 

3.0.    Collection and Submission of tender Documents

  1. Prospective bidders are expected to collect bid documents upon payment of a non-refundable fee of N5,000.00 (Five Thousand Naira) only per lot in Bank Draft in favour of “INVESTMENTS AND  SECURITIES TRIBUNAL” from  the Administration and Procurement Dept.
  2. All bids should be sealed and dropped in the tender box at the Administration & Procurement Dept., (1st Floor), Plot 823 Ralph Shodeinde Street, Central Business District, Abuja not later than 7th October, 2013.
  3. Bidders are expected to respond to this advert, simultaneously with the TECHNICAL and FINANCIAL bids in separate envelopes clearly marked. However, only bids from Companies which meet the qualification criteria will have their financial bids considered.
  4. All prices shall be quoted in Naira.
  5. All bidders shall bear the costs associated with the preparation and submission of their tenders; the Tribunal shall not be responsible for or be liable for the costs regardless of the conduct or outcome of the tendering process.
  6. False claims and failure to comply with the instructions above or to provide the listed documents may automatically lead to disqualification.
  7. The deadline for submission is October 10th 2013 by 12.00 and the Tender will be opened immediately at the Courtroom (ground floor) of the Tribunal in the presence of all Bidders or their representatives, NGOs and interested Members of the general public.
  8. The tender as well as all correspondences and documents relating to the Tender shall be written in English Language
  9. The sealed envelope containing the documents should be marked with the appropriate LOT NO. at the top right hand corner and addressed to:

The Secretary

Tenders Board

Investments and Securities Tribunal

Plot 823 Ralph Shodeinde Street

Central Business District, Abuja

 

J.       Any bid submitted after the close of submission will be rejected

k.       This invitation to tender shall not be construed as a commitment on the part of the Tribunal to award any contract, nor shall it entitle the bidder or bidders to make any claims whatsoever and/or seek any indemnity from IST by virtue of such firm having responded to this advert.

 

Signed:

Secretary, Tenders Board

Invitation to Tender at Accident Investigation Bureau (AIB)

Accident Investigation Bureau (AIB)

P.M.B. 016, Murtala Mohammed International Airport, Ikeja, Lagos

 

Invitation to Tender

 A.   Introduction.

The Accident Investigation Bureau (AIB) hereby express its intention to use part of its 2013 Internally Generated Revenue (IGR)/FGN appropriated budget to fund the procurement of the under listed jobs. In line with the above and the Public Procurement Act 2007, the Bureau wishes to invite qualified and experienced Contractors to Tender for the jobs.

Lot 1.          Supply and Installation of Security Fencing Barbed Wire in

AIB office in Abuja.

Lot 2.          Landscaping of AIB Abuja office complex.

Lot 3.          Supply and Installation of Electronic Surveillance (CCTV) equipment in AIB Office.

Lot 4.          Supply of mobile  Family Assistance/Crisis Centers  in Abuja, Kano, Enugu and Lagos.

Lot 5.          Production of Accident Reports.

B.      Scope of Work.

The broad scope of work for the various jobs is as follows:

LOT 1.        The Supply and installation of high quality American barbed wire on the entire fence of the Bureau’s office in Abuja.

LOT 2.        Design of the outer space of the office and laying of interlocking stones/kebs on the entire space.

LOT 3.        Supply and installation of CCTV camera /surveillance

device in Abuja office.

LOT 4.        Supply of customized mobile crisis centres in the locations indicated        above.

LOT 5.        Production of reports of accidents whose investigations have been concluded.

 

Details of the scope and specific requirements for each of the jobs will be spelt out in the Tender Documents.

The tender documents can be collected from the office of the Secretary of the Tenders Board on payment of Tenders fee of Ten thousand naira (N10,000.00) only.

C.      Eligibility/Requirements.

Interested Contractors must be duly registered with the Corporate Affairs Commission and should submit the following documents:

i.       Evidence of registration and updated status with the Corporate Affairs Commission (CAC).
ii.      Certified true copy of memorandum and articles of association with C02&CO7.
iii.     Evidence of remittance of Withholding Tax for the last three (3) years /current Tax clearance certificates where applicable.
iv.     Value added Tax Registration Certificates with PIN/Past three (3) years remittances.
v.      Company profile including the full address, E-mail and telephone numbers of the company and professional experience of key staff including their CV’s where applicable,
vi.     Name and address of banker(s) including a letter of reference from the bank.
vii.    Evidence of involvement/experience in similar jobs stating contract sum, copies of award letters, completion certificates, must be enclosed.
viii.   Audited financial statements of the firm for the past three (3) years.
ix.     An affidavit confirming the authenticity and genuineness of the documents submitted,
x.      Interested firms must show evidence of compliance with the Pensions Act 2004 and
xi.     Financial Reporting Council of Nigeria Registration Certificate.
D. Submission of tender Documents.

Interested contractors shall submit their Technical and Financial bids on or before 28th of September, 2013 and the tenders/bids documents shall be opened by 12.00 noon on the same day.

 

The submission shall be made in one soft copy (flash drive) and two hard copies sealed in an envelope with the lot number and the name of the job the firm is intending to undertake clearly written on the envelope and submitted to:

The Secretary, Tenders Board, Accident Investigation Bureau,

P.MB. 016, Murtala Mohammed Int ‘l Airport,

Ikeja, Lagos.

OR at

Accident Investigation Bureau (AIB),

Nnamdi Azikiwe International Airport,

Abuja.

 

E.      Important Information.

  1. Accident Investigation Bureau (AIB) reserves the right to:
  2. verify the authenticity of any claims made on the documents submitted by the companies,
  3. Verify the company’s address/location.

2.  Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the company.

3.  Original documents listed in item c above must be produced for sighting.

4.  Tender documents submitted after the closing date and time shall be rejected.

5.  Interested firms are to note that the Accident Investigation Bureau shall not be held liable for the expenses incurred by them on their submission and that the Bureau shall short list only firms whose submissions are considered to be responsive to the requirements of the Bureau.

 

NOTE:

Interested contractors should note that the closing date on this advert is the new date for the submission/opening of tender documents. The date on this advert therefore super cedes the adverts earlier placed in the Leadership and Guardian Newspapers of Monday, 5th August, 2013.

 

Signed

Management

Request for Proposals (RFP) at TSHIP (Targeted States High Impact Projects)

Request for Proposals (RFP)

 

TSHIP (Targeted States High Impact Projects) is a five-year program focused on the improvement of Health Systems and the Management of Health Systems for higher quality Maternal, Neonatal and Child Health, Family Planning, and Reproductive Health service delivery in Nigeria. TSHIP is funded by the United States Agency for International Development (USAID) and implemented by a group of foreign and local non-governmental organizations consisting of John Snow Research & Training Institute, Inc. (JSI), Center for Development & Population Activities (CEDPA), Futures Group International LLC, JHPIEGO, and Management Strategies for Africa (MSA).

 

The Targeted States High Impact Project (TSHIP) Nigeria announces the following Request for Proposal.

 

Title:

1.       Health Insurance for TSHIP Staff

2.       Supply/Provision of Monthly Tea Items

3.       Supply/Provision of catering services for Field office and 3 zonal offices

 

Location: Bauchi

 

Contract Type: Contract

 

Please submit quotations between 8:00am to 5:30 pm on or before September 12th 2013.

All vendors are to drop the quotation in the Tender Box, Marked TSHIP, placed in the security post area of TSHIP Bauchi office, No.3 Emir Sulaiman Adamu Street, off Airport road, GRA, Bauchi State. Nigeria.

 

Consider your submission unsuccessful if you do not hear from us after two weeks from the closing date. For more details please log on to TSHIP Official website at: http://www.tshipnigeria.org/index.php/current-vacancies.

 

JSI is an equal opportunity employer. Please visit our web site www.tshipnigeria.org for more details on the organization.

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

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification/Tender for the Rehabilitation and UPGRADING of Chiefs Palace, Gwagwalada

 

The Federal Capital Development Authority (FCDA) through the Department of Public Building is desirous of carrying out The Rehabilitation and Upgrading of the Chiefs Palace at Gwagwalada.

 

2.       Scope of Works:

The works are of simple nature and involve the renovation of some facilities which includes but not limited to painting, removal and replacement of dilapidated building fabrics. Additional facilities comprising the construction

Of new work with reinforced concrete and blocks bedded and jointed in cement mortar (1:6) on strip foundation and plastered both sides and painted in emulsion.

 

3.       Preparation of Proposals

Tendering Companies are to collect tender documents from the Office of the Director Department of Procurement, FCDA Area 11 Garki Abuja upon the evidence of payment of non – refundable fee of N50,000.00 (Fifty Thousand Naira only) in favour of Federal Capital Development Authority for each Lot in Aso Savings and Loans Plc.

 

3.1     Technical Proposals

 

Interested Companies are invited to express their interest in not more than one lot by submitting the following 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 C02 & C07.

(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 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)    A chart indicating the number of Nigerians that should be employed by the company at various levels for the execution of this project (to be confirmed with each variation).

(e)      Audited Accounts of the Company for the last three (3) years Duly endorsed by a firm of Chartered Accountants.

(f)     List and verifiable documentary evidences of similar and other jobs successfully executed (or being executed) within the last three years including their letters of award, contract agreements and relevant completion certificates or certificates of valuation where the jobs are on – going.

(g)     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, hired or leased.

(h)               List of key technical personnel stating their roles, designation, qualifications and years of experience with the guarantee that a minimum of three (3) relevant Registered Professionals shall be deployed to the project. Copies of endorsed educational and professional certificates of key staff are to be attached.

(i)     Company’s policy on Community Social responsibility with verifiable evidence.

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

(k)               Bank statement of the company for the last one (1) year.

 

NB: Originals of documents (4. 1(a)) – (4.Hd)) above must be produced for sighting during the opening session.

please note that submission of fake documents is a fraudulent practice which is punishable under the relevant laws. All companies will be assessed strictly on proofs of documents submitted to back up their claims.

 

4.2.    Financial Proposals

The following documents shall be issued to interested Companies as the basis for the Financial Proposals.

(a)     A set of drawings for the works giving the specifications required for the construction.

 

(b)     A blank copy of the Bills of Quantities for the Works to be priced by the interested Company strictly in compliance to the Instruction therein in addition to the pricing of the Bills of Quantities a responsive Bid must be inclusive of the following:

 

(c)      Completion Period for the Construction of the Works

(d)    Validity -Period of the Proposals from the date of submission.

(e)     Two copies of the Receipt of payment of Tender Fees.

 

5.                Submission of Documents

The completed Tender shall be submitted as follows:

A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals shall be placed in a sealed envelope clearly marked “Technical Proposal”. However, Two copies of the Financial Proposal shall be signed and sealed separately and placed them in a bigger envelope clearly marked “Financial Proposal” and with a warning ‘Do not open at the same time with the Technical Proposal”. Only companies whose technical proposals are adjudged successful shall have their financial proposals opened for assessment.

 

The envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked “Proposals for the Rehabilitation and upgrading of Chief’s palace, Gwagwalada”

 

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 Monday 23rd September, 2013. All bid documents will be opened on the same day and venue by 2.00 pm in the presence of all Bidders or their representatives.

 

Further Notes:

i.        Items 3a – 3d 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 verity 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) Must be arranged as listed.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

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

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Pre-Qualification to Tender for the Completion of Prototype Office Complex for Federal Ministries (PHASE II) at Plot 08, Central Business District, Abuja

 

The Federal Capital Development Authority (FCDA) through the Department of Public Building is desirous of completing the Prototype Office Complex for Federal Ministries (Phase II), at Plot 08, Central Business District, Abuja.

 

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

 

2. Scope of Works

2.1     The Scope of Works is as follows:

The work comprise the construction of Phase II of the Office complex Development together with associated External Works on Plot 08 of the Central Business Area, Abuja.

 

The Complex comprise sub basement and ground floor and the super structure which include 2Nr.4-Storey Podium Blocks and 2Nr 12 Storey Office Blocks arranged in a rectangular manner and divided by a 4-Storey Conference Block to form two Courtyards. 2Nr 7-Storey Link Block providing access to the Phase I of the development.

 

The Sub-Basement concrete structure is almost completed.  The highest point of the Complex is about 56.4m above existing ground level.

 

3.       Specification

 

The general construction is of reinforced concrete work and framework in walls, columns, beams and suspended slabs. Roofs are generally structural steel covered with aluminium roof sheeting. External walls are in sandcrete block with aluminium return air louvre panels as screens. Internal walls are rendered and painted in sandtex textured paint. Walls in toilets areas are finished with glazed ceramic wall ties. External concrete/block wall surfaces are finished in “Keim Farben” Royalan weather resistant mineral fibre paint. Floors are finished in granite tiles, ceramin tiles and marble tiles.

 

Suspended ceilings are provided to all floors of the Podium Blocks as well as the Conference Block. The fairface concrete soffit for the 12 storey Block is painted in sandtex textured and serve as ceiling. Internal Partitions are in aluminium frames filled with gypsum panels. Mechanical and Electrical Services include Plumbing Fire Fighting Air Conditioning and Ventilations, Electrical and Lift Installations, etc.

External works include access roads.

 

4.       Pre-qualification Requirements:

(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 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)    A chart indicating the number of Nigerians that are to be employed by the company, at various levels for the execution of this project (to be confirmed with each valuation).

(e)     Evidence of a well equipped plant and machinery functional yard in Abuja.

(f)     Companies should have a minimum of N5.0 Billion (Five Billion) Naira turnover in the last 3 years.

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

(h)               Bank statement of the company for the last one (1) year.

(i)     Letter authorizing FCDA or her representative(s) to cross-check the submitted company’s Bank account with the issuing Authority.

(j)                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 be in a built neighbourhood. 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.

(k)               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 that would be deployed on the project.

(l)     List of key technical personnel stating their roles, designation, qualifications and years of experience with the guarantee that a minimum of three (3) relevant Registered Professionals shall he deployed to the project. Copies of endorsed educational and professional certificates of key staff duly scaled, signed and currently dated are to be attached.

(m)              Evidence of current employment of the professional shall with at least 3 years of post qualification experience and their last pay slips.

(n)               Company’s policy on Community Social responsibility with verifiable evidence.

 

5.      Submission of Documents

The pre-qualification documents should be submitted in duplicate, all in sealed envelopes clearly nun ked “Original.” and “Duplicate Copy” with the Following Inscription: “Pre-Qualification to Tender for the Completion of Prototype Office Complex For Federal Ministries (Phase II), at Plot 08, Central Business 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 4a – 4f 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 firm’s 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 4(a-h) Must be arranged as listed.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

Page 11 of 910« First...«91011121314»203040...Last »