Invitation for Pre-Qualification/ Bid Tendering at Federal College of Land Resources Technology, Kuru, Plateau State

Federal College of Land Resources Technology, Kuru

P.M.B. 2035, Jos -Plateau State, Nigeria. Tel: 08033681057

Email: fecolartkuru2@yahoo.com ; fecolartkuru2@gmail.com

Website: fecolartkuru.com 

Federal Ministry of Agriculture & Rural Development

Provost: Mr. A. O. Akinwa B.Sc, M.Sc

Registrar:   Mr.  Nanjwan J.O. B.Sc, MSc

Ref No.:     FCLRT/W.P 2013/5

Invitation for Pre-Qualification/ Bid Tendering

1.       Introduction

The Federal College of Land Resources Technology, Kuru-Jos Plateau State, a Parastatal under the Federal Ministry of Agriculture and Rural Development hereby invites applications for Pre-qualification/Bid tendering of the approved projects under its year 2013 capital budget.

2.       Projects

(a)     Procurement of textbooks and journals for the college library

(b)     The extension of Irrigation channels and maintenance of college farm

(c)      Provision of land use advisory services and production of extension bulletin on land management.

3.       Pre-Qualification/Tenders

To qualify for consideration interested contractors / companies are required to submit the following:

i.        Evidence of incorporation with the Corporate Affairs Commission.

ii.       Current Tax clearance certificate for the last three years valid up to December 31st 2012.

iii.      Company VAT registration certificate for the last 3 years valid up to December 31st 2012.

iv.      Evidence of similar jobs successfully executed with Federal and/or State. Government establishment in the fast three years including names of clients, letters of award and certificate of job completion.

v.       Evidence of company registration with the college

vi.      Company audited accounts for 3 years (2010-2012)

vii.     Evidence of financial capability

viii.    List of major plants/equipment

ix.      Evidence of payment of non-refundable fee of N10,000.00k for collection of Bid documents

x.       Any other relevant information that may enhance the chance(s) of the company.

The tender documents are obtained from the office of the Provost within the hours of 10.00am to 4:00pm daily.

4.       Submission of Pre-Qualification/Bid Tendering Document

All pre-qualification/Bid tendering documents should reach the undersigned on or before 28th June, 2013 latest 12:00 noon prompt. The bids will be opened at 12:00 noon same day.

Please Note

Late submission of documents will not be accepted

Signed:

Mr. A.O. Akinwa

Provost

Federal College of Land Resources Technology

Kuru-Jos

Plateau State

 

 

Invitation to tender at National Assembly

National Assembly

Invitation to tender

The National Assembly in accordance with the Public Procurement Act, 2007 hereby invites competent and reputable companies to Tender for the Erection of a Perimeter Fence around a Plot of Land Measuring 3,952.12sqm (N0.683 Gaduwa District Cadastral Zone B13) for NASS Clinic being contemplated under the 2013 Capital Project.

2.       Scope of Work

LOT 1M

  1. Preliminary Site Clearance
  2. Excavation and General Earth Work
  3. Concrete Work
  4. Reinforcement
  5. Block Work
  6. Finishing and
  7. Electrical Fittings

3.     Tender Requirement

Interested Companies/Contractors should indicate interest in writing, attaching the following documents:

  1. Evidence of Company Registration (Certificate of Incorporation);
  2. Evidence of tax Clearance for the last 3years (2010, 2011 & 2012);
  3. Evidence of VAT Registration and Remittance;
  4. Copies of Auditors Report and Financial for the last 3years (2010, 2011 & 2012);
  5. Evidence of Equipment and Technological Capacity;
  6. Evidence of Financial Capability and Bank Support;
  7. Evidence of registration of Key staff with relevant Professional Valuation Bodies;
  8. Verifiable Evidence of at least (3) Similar Projects successfully executed;
  9. Evidence of compliance with Industrial Training Fund (ITF) Act;
  10. Evidence of PENCOM Registration and Remittance; and
  11. Sworn Affidavit in line with the Provision of Part IV, Section 16, Subsection 6 (e-f) of the Public Procurement Act, 2007.

Tender Instructions

  1. Interested Companies are to collect Bid Documents(both Soft & Hard Copies)/Full Specifications from the  National  Assembly Tenders Board Secretariat (Room 1.279, Annex I, NASS Complex), upon the evidence of payment of a non-refundable fee of N50,000.00 (in Bank Draft in favour of the National Assembly);
  2. Contract will attract 2% Bid Security (Bank Guaranty) of Bid Sum;
  3. Tendering will be conducted through the National Competitive Bidding (NCB) Procedures as specified in the Public Procurement Act, 2007;
  4. All Bid Shall clearly indicate Bid Validity Period;
  5. Existing NASS Tender Fee Rates will apply;
  6. All Bids shall be assessed in full compliance with the Instructions in the Tender   Documents, which shall form the basis for Eligibility of Companies for final consideration; and
  7. Tender Document submitted late shall be rejected.

5.       Submission of Bids

  1. 15 copies of both Financial and technical Bids shall be submitted (In addition to the Original Hard and Soft Copies). The documents must be paginated, initialed on each page and sealed in separate 15×9.5 envelopes, marked appropriately at the left hand corner “Technical Bid” and “Financial Bid”. Both Bids (Envelopes) will be enclosed in a bigger envelope (properly sealed) and addressed to The Secretary, National Assembly Tenders Board, Three Arms Zone, Abuja.
  2. To be dropped in the Tender Box in the office of the Secretary Tenders Board not later than 1pm on Monday 1st July, 2013.

 

6.       Bid Opening

i.        Bid will be opened at 1:30pm on Monday, 1st July, 2013 at the Department of Procurement and Supplies Conference Room (Room 1.271) Annex I, NASS Complex;

ii.       All prospective Bidders or their accredited representatives should endeavor to be present, please.

Note:

  1. National Assembly reserve the right to reject any bid documents;
  2. National Assembly is not bound to accept the lowest Bid or any type of Tender; and.
  3. Technical Bids submitted will be assessed and only Tenders of those found responsive will be subjected for detailed evaluation.

 

Signed:

Management

 

Invitation for Bids at Ministry of Works and Transport, Oyo State

Oyo State Government of Nigeria

Ministry of Works and Transport

Invitation for Bids

1.0     The Oyo State Government of the Federal Republic of Nigeria herein-after called “The Employer” intends to carry out:

(a)     The Dualization of Idi Ape – Basorun – Akobo – Odogbo Barrack Road in Ibadan (7.0km).

(b)     The Expansion of Agodi Gate-Iwo Road Interchange Road in Ibadan (3.3km).

2.0

(i)      The works in (1.a) involve the upgrading of the existing road to dual carriageway standard with raised median of 1.2m width, reinforced concrete lined drain and walkways on both sides and the provision of hydraulic structures including an overhead bridge and street lighting. The pavement consists of lateritic sub-base, 150mm thick crushed stone base and two layers of 50mm and 40mm thick asphaltic concrete binder course and wearing course respectively.

 

(ii)     The works in (1.b) involve the expansion of the existing Agodi Gate – Iwo

Road Interchange road reinforced concrete drains and walkways on both sides and the provision of hydraulic structures including street lighting. The pavement consists of lateritic sub-base, 150mm thick crushed stone base and two layers of 50mm and 40mm thick asphaltic concrete binder course and wearing course respectively.

 

3.0     The Employer hereby invites sealed bids from, contractors for the above works.   Bidding is open to all reputable Civil Engineering construction companies registered with the Oyo State Ministry of Works and Transport in Category ‘F’ (Civil Engineering) or the Oyo State Bureau of Public Procurement Category ‘E’.

 

4.0      Bid Requirements

Interested contractors are to submit the following documents:

(I)               Evidence of registration with Oyo State Bureau of Public Procurement OR Ministry of Works and Transport in relevant category.

(II)            Evidence of the company registration with the Corporate Affairs Commission.

(III)         Evidence of payment of personal Income Tax by at least two (2) Directors of the Company.

(IV)        Evidence of payment of pre-qualification or bidding fees.

(V)           Evidence of successful completion of similar projects in the past (letters of award of contracts and certificates of completion)

(VI)        Company’s profile with relevant Information.

(VII)     Registration of Business Premises from the Ministry of Trade, Investment and Cooperatives, Secretariat, Ibadan.

 

5.0     Bidding documents may be obtained by hand at the office of the Director of Highways, Oyo State Ministry of Works and Transport, Secretariat, Agodi, Ibadan on the production of treasury receipt for the payment of non-refundable fee of Two Hundred and Fifty Thousand Naira Only (N250, 000.00) into the Oyo State Government account with any commercial bank in the State, quoting the Revenue Code 4040024 between the hours of 08.00a.m.-04.00p.m. on any working day starting from Monday 17th June, 2013.

 

6.0     Bids shall be valid for a period of ninety (90) days after bid opening and must be accompanied by a Bid security of Ten Million Naira (N10, 000,000.00) and Shall be delivered at the Office of the Secretary, State Tenders Board, Cabinet Department, Office of the Executive Governor, Oyo State Secretariat, Ibadan, Nigeria on or before 12.00noon on Monday 1st July, 2013 at which time they will be opened In the presence of bidders who wish to attend.

Engr. Kayode Adepoju,

Special Adviser (Infrastructure)

 

Invitation to Tender at Somolu Local Government

Somolu Local Government

Durosimi/Oguntolu Street, Somolu

Invitation to Tender

Tenders are hereby invited from reputable and qualified building/Civil Contractors for the execution of the under listed projects.

Lot 1:          Provision of Street Light/Electrification

 

Lot 2:         Construction/Rehabilitation of Roads

 

Lot 3:         Construction/Rehabilitation of Drainages

 

Lot 4:         Construction /Rehabilitation of Boreholes

 

Lot 5:         Construction/Rehabilitation of Culverts

 

Lot 6:         Market Rehabilitation

 

Lot 7:         Regeneration of Parks and Roundabouts

 

Lot 8:         Provision of Computer/Equipment for Schools

 

Lot 9:         Rehabilitation of Primary Schools

 

Lot 10:       Provision of Furniture for the Headquarter/Area Office, Magistrate/Customary Court and Schools

 

Lot 11:       Rehabilitation of Health Clinics

 

Lot 12:       Provision of Health Equipment/Furniture

 

Lot 13:       Rehabilitation of Headquarters and Area Office and Courts (i.e. magistrate/customary)

Vital Information

Tender documents including Bill of quantities and specifications are available at the office of the council Engineer, Works and Housing Department in the Council Secretariat, Durosinmi/Oguntolu Street, Somolu on payment of non-refundable fees of fifty/twenty five thousand naira (N50, 00/25, 000.00) only depending on the Tender Documents should be wax selected/and marked in capital at the left hand corner “Tender” and should be addressed to:

The Council Manager

Somolu Local Government

Somolu

The completed tender documents should be deposited in the tender box at the Council Manager’s office between 8.00a.m-4.00 pm Monday through Friday not later than 28th June, 2013.

Requirements:

Interested contractors are expected to attach the under listed requirement alongside their tender documents:

viii.    Certificate of incorporation and resignation

ix.      Company’s profile

x.       Evidence of registration with the Lagos State Government and Somolu Local Government

xi.      Evidence of 3 years Tax Clearance

 

xii.     Evidence of payment of tender fee

xiii.    Evidence of previous jobs (capital projects done for government or any other reputable organizations

xiv.    Evidence of performance with reputable financial institutions

 

Somolu Local Government is not bound to accept the lowest or the highest tender nor give reason for rejecting any tender.

 

Please note that non-adherence to any of the instruction contained in this notice may render the tender invalid.

 

Signed:

M.K. Babatunde (Mrs.)

Council Manager

Invitation to Tender for 2013 Capital Projects at National Productivity Centre (NPC)

National Productivity Centre

Plot 2173 Capetown Street. Wuse Zone 4, Abuja

Invitation to Tender for 2013 Capital Projects

The National Productivity Centre (NPC) is a Federal Government Parastatal under the Ministry of Labour and Productivity. In line with the Centre’s mandate of enhancing individual and organizational productivity, the Centre seeks to engage the services of competent Contractors/Consultants for the execution of its capital projects as follows:

LOT 1; Purchase of Power Generating

Set Scope: 1 No. 6 -Cylinder in-line Heavy Duty-Diesel Engine-Sound   proof-135   KVA-Automated   control   Panel-Interchangeable-Manual or auto start. 1  No. 4-cylinder, Diesel Engine. Automated 40/50 KVA

LOT 2: Purchase of Office Furniture and Fittings

Scope: 85Nos. OFFICERS CHAIRS, Low back, swivel with hydraulic, 60Nos. OFFICERS TABLES, MDF, with 3 drawers; 20 Nos REFRIDGERATOR (Medium size); 50 Nos STANDING FANS (Medium size); 48 Nos. AIR CONDITIONERS- 1.5Hp-Split-plus installation kits; 40 Nos. FILING CABINETS-4DRAWERS (Foreign); 8Nos. WATER DISPENSER-Without fridge-Hot and cold nozzles; 5Nos.BOOKSHELVES-3-doors-1200W”380D’1880H; VENETIAN BUNDS-ALL OFFICES- 371m- sq-Npc Logo; 2Nos.VISITORS CHAIR-3 -in-one, padded seats.

LOT3: Research and Development

Scope: Design, Install and Report on Productivity and Quality Improvement Programmes in 15MDAS; Productivity and Quality Improvement Programmes in 20 Private Sector. Productivity Measurement Index of Agricultural Sector

LOT4: Purchase of Photocopying Machines

Scope: (A) 5Nos Digital Copier/Printer (Mack and white); 20 Copies/Prints per minute: A3 Size Copier/Printer; True 600 x 600 dpi resolution, A3 Size printing (Standard); 25% – 400% with zoom; 1 x 250 sheets cassettes; Pedestal Stand; AVS 13 Automatic Power Voltage, Upgradable (B) 1No Digital Copier/Printer/Colour Scanner with in-built Auto Duplex Unit;30 Copies/Prints per minute; A3 Size Copier/Printer: True 600 x 600 dpi resolution; A3 Size Network Printing (Standard). A3 Colour scanning (Standard); Duplex copying & printing (Standard), 25% -400% with zoom;2 x 550 sheets cassettes: Automatic Voltage surge power protector; Duplex Automatic Document Feeder (DAOF-AB1); Upgradable

LOT   6:   Anniversaries   and   Celebrations (National Productivity Day- NPD & National Productivity Order of Merit Award-NPOMA)

Scope:   To Organise. Symposium, Exhibition, Culture display, Meetings, Transport & protocols, Publicity etc

LOT 6: Purchase of Teaching/Learning Aid Equipment

Scope:   11 Nos   Show master portable public address system plus wireless microphones; 11 Nos. Conference master flipchart board with extension, 500Nos Academic Quiz Games and Accessories;

LOT 7: Purchase of Library Books and Equipment

SCOPE: 1No. Libplus Library Manager, 15Nos. Guinness book of records 2013/2014; 3Nos. Shelves-Wooden. 4 levels. 7ft length, 4ft width, and 1ft depth; 1 No. World Book Encyclopedia – 22 Vol. 2013:13 Nos. Project Management and Control; 13Nos.Operation Research, etc,

LOT8: Computer (Productivity) Software Acquisition

SCOPE: Design Business Excellence Model and Web enabled feedback scorecard.

LOT9: Monitoring and Evaluation

SCOPE: Design, Implement and Report on Monitoring and Evaluation of Capita!   Projects of the Centre in 11 State Offices.

Requirements

Interested firms should include the following in their document:

a)       Certificate of incorporation with Corporate Affairs Commission (CAC)

b)      Comprehensive Company Profile

c)       Copy of the Company’s three years consecutive Tax clearance

d)      Copy of the Company’s VAT certificate

e)       Evidence of execution of similar jobs by the contractor

f)       Evidence of compliance with PENCOM Act, ITF Act, Employees Compensation Act, etc.

g)       Sworn affidavit that none of the directors of the company is an ex-convict or bankrupt

h)      Evidence of Payment of non-refundable sum of Five Thousand Naira (N6,000).

I)       Evidence of Financial capacity and banking support.

j)       Original documents mentioned above must be produced for citing at any time requested before the completion of the procurement exercise.

Deadline For Submission Of Documents:

The bid documents (Technical and Financial) should be collected and submitted each in separate envelopes and jointly in one envelope into the Tender Box located at the Office of the Secretary, Procurement Planning Committee in the Director-General’s Office National Productivity Centre, Plot 2173 Capetown Street Wuse Zone 4, Abuja not later than 28th June, 2013 Please state the lot nos. title, and company name clearly on the back of the envelope.

Technical documents would be publicly opened by 12.00 noon on the 28th June, 2013

Signed:

Director – General