Advertisement for Pre-qualification for the Execution of 2013 Capital Projects for the Nigerian National Merit Award at Nigerian National Merit Award (NNMA)

The Presidency

The Governing Board

Nigerian National Merit Award

Advertisement for Pre-qualification for the Execution of 2013 Capital Projects for the Nigerian National Merit Award

A.   Introduction

The Nigerian National Merit Award (NNMA) is desirous of undertaking a pre-qualification exercise for its 2013 Capital Projects.

B.        Invitation

Applications are hereby invited from interested, suitable and reputable companies with relevant experience, good track record and financial capability for pre-qualification to tender for the following capital projects:-

  1. Supply of two (2nos.) new panoramic 630kg lifts and Refurbishment of two (2nos.) existing 630kg at the Merit House Complex, Abuja.
  2. Supply of Library and ICT Equipment,
  3. Preliminary Architectural Design/ Consultancy services for the extension of the Merit House Complex.

C.       Pre-Qualif1cation Requirements

Prospective bidders are required to submit the following documents:-

  1. Evidence  incorporation  with  the  Corporate Affairs Commission (CAC);
  2. Evidence of TAX Clearance Certificate for the last (3) years, valid up to December, 2012;
  3. Evidence of valid VAT Registration Certificate;
  4. Evidence of Financial  Capabilities to  execute the project, credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required;
  5. Name and address of Bankers,  including letter of reference/guarantee from the bank;
  6. Evidence of registration with Industrial Training Fund;
  7. Evidence of PENCOM registration in accordance with the Pension Reform Act, 2004 including evidence of remittance of employer and employee’s contribution/documents;
  8. Company’s Profile and list of key technical personnel;
  9. List of plants and equipment owned or to be hired with verifiable proof of ownership, if owned;
  10. Lists of SIMILAR work successfully completed with names of clients, evidence of Award and completion certificate attached;
  11. Evidence of payment in certified bank draft of non-refundable tender fees of eighteen thousand naira (N18, 000.00) only in the case of Supply of two (2nos.) new panoramic 630kg lifts and Refurbishment of two (2nos.) existing 630kg lifts, five thousand naira (N5, 000.0()) only for the Supply of Library’ and ICT Equipment and five thousand naira (N5, 000.00) only for the Architectural Design/ Consultancy services for the extension of the Merit House Complex.

D.      Submission   of   Pre-Qualification Documents

All submissions should be returned on or before 3rd July, 2013 at 12noon prompt.

Pre-qualification documents should be enclosed in sealed envelopes marked “PRE-QUALIFICATTON FOR either

(i)                Supply and installation of two (2nos.) new panoramic 630kg lifts /Refurbishment of two (2nos.) existing 630kg lifts.

(ii)             Supply of Library/ICT Equipment

(iii)           Preliminary Architectural design/ consultancy services and addressed to;

The Secretary,

Nigerian National Merit Award,

3rd Floor, Merit House Complex,

No. 22, Aguiyi Ironsi Street,

Maitama, Abuja

 

NB:

  1. All submissions should be made in five sets of hard copy two sets in electronic format (Microsoft word Excel) 2003 or 2007 in flash disk with appropriate label;
  2. Late submission would be rejected;
  3. This advertisement for Pre-qualification to “Tender” shall not be considered to be a commitment on the part of the Nigerian National Merit Award nor shall it entitle the tenderer to make any claims whatsoever and /or seek any indemnity from the Nigerian National Merit Award by virtue of such tenderer having responded to this advertisement;
  4. Subsequent to this pre-qualification exercise, tender for contracts and jobs will be accepted from pre-qualified contractors and the Nigerian National Merit Award shall not enter into any correspondence with unsuccessful applicants.

E.       Opening of Pre-Qualification Tender Bids Documents

Submissions shall be opened at 10: 00 a.m. on 4th July, 2013 in the presence of all bidders at the NNMA Board Room, 3rd Floor Merit House Complex, Maitama, Abuja.

Signed:

Secretary, NNMA

Invitation for pre-qualification of Contractors to Tender for Works/Services at Federal Polytechnic, Bida

Federal Polytechnic, Bida

(Office of the Registrar)

Our Ref: FPB/R.GC/TC/003/CIX

Invitation for pre-qualification of Contractors to Tender for Works/Services

In compliance with the Public Procurement Act 2007, the Federal Polytechnic, Bida wishes to invite interested, competent, reputable and contractors for pre-qualification to tender for year 2013 capital projects.

Projects to be Executed

Lot 1.0: Renovation of Hostel (Sheraton)

The scope of work shall include but not limited to: Removal and re-structuring of the existing roof system, Remedial work on structural defects, mechanics/electrical works and parting.

Lot 1.1: Renovation of SAAS Complex Extension

The scope of work shall include but not limited to; Removal and re-structuring of the existing roof system, Remedial work on structural defects, mechanical/electrical works and painting.

Lot 1.2: Construction of Perimeter Wall Fence

The scope shall include wall fence of 225mm x 225mm x 150mm block size of 1.5km, length with concrete copping.

Lot 1.3: Construction of a Block of 15 No. Offices

The work shall involve a bungalow block of 15 No. academic staff offices, sited on a level terrain on a floor area of approximately 2244.58m2. This will include foundation work, Block work, concrete work, roof work, finishing, Mechanical/Electrical works, painting and External works

Lot 1.4: Renovation of Administrative Building

The works shall include: Removal of all debris and re-structuring of the existing roof gutter system, Remedial work on structural defects, making good/removal of bad doors and windows, Mechanical/Electrical works, floor tile works and painting

Lot 1.5: Construction of Acoustics for Mass Communication Building

This shall involve provision and fixing of acoustic materials in Mass Communication studio.

Lot 1.6: Renovation of Block of Flats (A17 & A18)

The scope of work shall include but not limited to: Removal and re-structuring of the existing roof system, Remedial work on structural defects, making good/removal of bad doors and windows, Mechanical/Electrical works and painting.

Lot 1.7: Supply of Office Furniture

This involves supply of locally fabricated and well finished office furniture.

Lot 1.8: Supply of Security Surveillance Equipment

This involves purchase and supply of motor cycles and relevant equipments for surveillance, security and safety.

Lot 1.9: Construction of 2nd Basket-Ball Court for Nigerian Polytechnic Games (NIPOGA)

The Scope of work shall consist of Excavation works, concrete work, marking and fencing.

Pre-Qualification Requirement

i)       Evidence of incorporation with Corporate Affairs Commission.

ii)     Copy of current Company Tax Clearance Certificate verifiable from Federal Inland Revenue Service.

iii)     Evidence of Value Added Tax (VAT) remittance

iv)     Copy of the Company’s Audited Account for the past three years.

v)      Copy of letter of Pension Compliance Verifiable from National Pension Commission.

vi)     Evidence of social security contribution.

vii)    Evidence of Industrial Training Fund (FTP) contributions.

viii)   Company profile including among others, names of Directors and key professional staff qualification, experience in handling these types of projects, company staff and equipment.

ix)     Copies of letters of contract award and certificate of job completion for previous similar jobs executed.

x)      Evidence of key professional registration with COREN, ARCON, QSRBN, CORBON etc by inclusion of necessary photocopies signed in blue ink

xi)     Verifiable evidence of financial capacity to handle such projects from a reputable bank.

xii)    Sworn affidavit affirming that information being provided by contractor is correct

xiii)   Any other relevant information on a comparative advantage over others.

Submission/Opening of Pre-Qualification Document

Pre-qualification Documents in wax-sealed envelope marked “Pre-qualification for Project Name” written on the right corner of the sealed envelope must be delivered by hand to reach the Registrar, Room 84, Administrative Building, Federal Polytechnic, Bida, Niger State on or before Monday 1st July 2013 at 12 noon.

The pre-qualification documents received will be opened for analysis on Monday 1st July 2013 by 12:30pm at the Polytechnic Boardroom.

Interested Companies and General Public are by this notice invited to attend the opening exercise.

Important Information

1.       All documents submitted will be subjected to verification from relevant agencies

2.       Only technically qualified companies will be allowed to participate in the financial tender opening.

3.       Pre-qualification documents can only be submitted within working hours.

4.       The client will not be responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to the invitation and/or preparation or submission in response to an enquiry.

5.       That by the submission of the pre-qualification documents, the client is neither committed to any Company.

6.       That due diligence would be followed as the entire documents submitted would be verified, and the past executed works and contractors offices shall be visited.

Any discrepancies found would disqualify the contractor.

Late submission will be rejected.

Signed

Chief Bisi Adeyemi

Registrar

Invitation for Expression of Interest as External Solicitor at Industrial Training Fund (ITF)

Industrial Training Fund

Invitation for Expression of Interest as External Solicitor

1.0     Introduction

The Industrial Training Fund (ITF), a foremost Human Resource Development Agency, with a wide network of Offices in the Country, seeks to engage Legal Firms as External Solicitors.

2.0     Scope of work

The Amendment Act, 2011, of the Industrial Training Fund, has expanded the scope of its operation in both Training and Revenue Generation. In this regard, Employers of Labour with five or more Employees and or a Turnover of N50 Million and above are mandated by the Act to contribute to the Fund, 1% of their Annual Payroll as Training Contribution. Accordingly, the Fund requires interested reputable Legal Firms to apply for engagement as External Solicitors for the provision of Legal Services to the Fund at its Headquarters and thirty-two (32) Area Offices (List of Fund’s Area Offices can be obtained from the Website: www.itf-nigeria.com).

3.0     Requirements for Submission of Expression of Interest

All interested Legal Firms, who wish to submit Expression of Interest (EOI) must include, but not limited to the following:

  1. Evidence of Registration with Corporate Affairs Commission (CAC).
  2. Evidence of Firm’s registration for Value Added Tax (VAT).
  3. Certificate of Tax Clearance for the past three years in respect of the Principal Partner (2010-2012).
  4. Evidence of payment of current practicing fees for the Principal Partner and other lawyers in the Firm.
  5. Brief profile of the Firm, including the type of services being rendered by the Law Firm to Clients, number of lawyers and location of Offices. The Profile should also include copies of qualifying Certificates and call to bar Certificate of the Principal Partners and other lawyers In the Firm. The Principal Partners should not be less than 10 years post call.
  6. Evidence of Compliance with Pension Reform Act, 2004.
  7. Certificate of Compliance with Section 6 (1-3) of the Industrial Training Fund Amendment Act, 2011.

4.0     Submission of Expression of Interest Documents

The Expression of Interest Documents shall be submitted, in sealed envelope, addressed and submitted to the Director General/Chief Executive, Industrial Training Fund, Miango Road, Jos and marked boldly at the right hand corner “EXPRESSION OF INTEREST AS EXTERNAL SOLICITOR” on or before 12:00 noon of Thursday, 4th July, 2013.

Note

  1. Late submission of application will be rejected.
  2. Due diligence could be carried out on the Firms to verify claims mentioned in submissions.
  3. Successful Firms will be invited for Interview at the I.T.F Headquarters, Jos, Plateau State.
  4. This invitation for Expression of Interest is not a commitment on the part of the Fund for engagement nor would it entitle the Firm to make any claims whatsoever and seek indemnity from the Fund by virtue of having responded to this advertisement.

Signed:

Director-General/Chief Executive              

Invitation for Pre-Qualification for Approval Projects at Jaba Local Government Council

Jaba Local Government Council

Kaduna State

Invitation for Pre-Qualification for Approval Projects

This is to invite suitable qualified contractor/Supplier to tender for construction and supply on various places in Jaba Local Government Area Kaduna State.

Project To Be Executed / Supply:

1.    Supply of Medical equipments

2.    Supply of Electrical Materials

3.    Supply of Wood and Iron

4.    Electrification work at Rarnindop

Pre-Qualification:

The prospective contractors are mandatory / required to submit their company’s corporate profile containing the following information / documents.

1.    Evidence of incorporation with Corporate Affairs Commission (CAC)

2.    Evidence of registration with Jaba Local Government

3.    Evidence of payment of tender receipt fee.

4.    Evidence of financial capability / Banking support.

5.    List of experience and technical qualification of key personnel.

6.    Evidence of experience in similar jobs executed.

Submission of Completed Pre-Qualification Documents:

The completed tender documents are to be signed and sealed enveloped in clearly marked “Pre-qualification to tender” for each category of project as advertised. It should be delivered not later than 12:00 noon 14th June, 2013.

Important Notice:

This advertisement should not be considered as a contract award or any commitment on the part of Jaba Local Government nor shall it entitle any contractor and or company to make any claim whatsoever from Jaba local

Government virtue or having responded to the advertisement

Contractors Are Advised That Subsequent Adverts Will Be Posted On The Jaba LGC Notice Board.

Note:

Anybody that calls the Chairman or any Officer of the Local Government in disobedience to the above qualification stand disqualified. For further enquiries, please call:

HON. YUSUF GANDU

PROCUREMENT COMMITTTEE CHAIRMAN

FOR: COUNCIL CHAIRMAN

JABA LOCAL GOVERNMENT

TEL. NO.:- 07085359577, 07057641188, 08094038804

 

Invitation to Tender for NN 2013 Capital Projects at Nigerian Navy (NN)

Nigerian Navy (NN)

Invitation to Tender for NN 2013 Capital Projects

Introduction

  1. The Nigerian Navy (NN) hereby invites tenders from interested, reputable and competent contractors for the under listed 2013 projects:

Goods

Lot 1.   Supply of Fast Moving Spares for Cat class and Auxiliary Ships.

Lot 2.  Supply of Fast Moving Spares for Frigate. Offshore Patrol Vessels and Fast Patrol boats.

Lot 3.  Supply of Fast Moving Spares for River  Town Class Boats and Inshore Patrol Craft

Lot 4.  Supply of Depot Spares for NN Helicopters at technical Store Depot Apapa

Lot 5.  Supply of Depot Spares for NN Helicopters at Lagos Logistics Depot.

Lot 6.  Supply of Uniform Items for Officers at Naval Headquarters Store

Lot 7.  Supply of Uniform Items for Officers at Lagos Logistics Depot.

Lot 8.  Supply of Uniform Items for Ratings at Port Harcourt Logistics Depot

Lot 9.  Supply of Uniform hems for SBS Personnel at Lagos Logistics Depot

Lot 10.Supply of Uniform Items for Ratings at Lagos Logistics Depot.

WORKS

Lot 11. Construction of 10 Units of 3 Bedroom Bungalow at Navy town Barracks Ojo Lagos.

Lot 12. Construction of 17 Units of 2 Bedroom Bungalow at Navy Town Barracks Ojo Lagos

Lot 13. Construction of 5 Units of 3 Bedroom Bungalow and 3 Unit of 2 Bedroom Bungalow at Navy Town Barracks Ojo Lagos

Lot 14. Shoreline Rehabilitation at NNS BEECROFT Jetty

Lot 15. Rehabilitation of Collapsed Jetty at NNS BEECROFT, \ FINGER. Jetty

Lot 16. Reconstruction of Breasting Dolphins at NNS BEECROFT.

Lot 17. Reconstruction of Concrete Walkway at NNS BEECROFT Jetty,

Lot 18. Rehabilitation of NNS BEECROFT Finger Jetty 2

Lot 19. Construction of Main Shore Wall at NNC Onne Jetty,

Lot 20. Reconstruction of Breasting Dolphins at Onne Jetty.

Lot 21. Reconstruction of Damaged Main Shore Wall at NNS PATHFINDER Jetty,

Lot 22. Rehabilitation of Concrete Quays al NNS PATHFINDER Jetty.

Eligibility Criteria

2        Bidders are to provide the following documents as minimum requirements:

A.      For Works

1)                Evidence of Registration with the Corporate Affairs Commission (CAC) by inclusion of certificate of Incorporation and Article of Association.

2)                Last 3 years (2010, 2011 & 2012) Tax Clearance Certificates with TIN.

3)                Certificate of compliance with Pension Reform Act 2004 as provided in Section 16 Subsection 6 (d) of the Public Procurement Act 2007 and evidence of remittances of employee pension.

4)                Evidence of VAT Registration and remittances.

5)                Detailed company profile and organizational structure including Names and Telephone numbers of Key Personnel (Technical Managerial).

6)                Possession of experience as a Prime Contractor in at least live (5) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last Ten (10) years (to comply with this requirement, works quoted should be at least 70% physically completed).

7)                Evidence of Financial Capabilities/Reference Letter from a reputable Bank and Statement of Accounts.

8)                For joint venture include Memorandum of Understanding

9)                Evidence of Registration with relevant Professional bodies such as ARCON NSE and COREN.

10)           Annual Auditors report for at least 3 years (2010, 2011 At 2012) and turnover must correspond with tax clearance and indicate minimum turnover/Statement of affairs for Pioneer company.

11)           Bidders are to provide evidence of ownership/lease of relevant construction equipment.

12)           Possession of satisfactory Quality Assurance Quality Control Manual

13)           Evidence of Contribution to ITF,

14)           Registration and Clearance with PENCOM.

15)           Remittance to Pension Fund Administrator,

Non-compliance will lead to disqualification.

1)    Evidence of Registration with the Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation and Articles of Association

2)    Last 3 years (2010, 2011 & 2012) Tax Clearance Certificates with TIN.

3)    Certificate of compliance with Pension Reform Act 2004 as provided in section 16 Subsection 6 (d) of the Public Procurement Act 2007 and evidence of remittances of employee pension

4)    Evidence of Vat Registration and remittance

5)    Detailed company profile and organizational Structure including Names and Telephone numbers of Key Personnel (Technical/Managerial)

6)    Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last Ten (10) years with verifiable letters of contract award and certificate of completion

7)    Evidence of Financial Capabilities Reference Letter from a reputable Bank and Statement of Accounts.

8)    For joint venture include Memorandum of Understanding

9)    Annual Auditors report for at least 3 years (2010. 2011 & 2012) and turnover must correspond with tax clearance and indicate minimum turnover Statement of affairs tor Pioneer Company.

10)                       Possession of Manufacturer’s Authorisation Certificate.

11)                       Evidence of Contribution lo ITF.

12)                       Registration and Clearance with PENCOM

13)                       Remittance to Pension Fund Administrator.

Non-compliance will lead to disqualification

Collection and Submission of Tender Documents

3.       Interested companies are to collect tender Documents from the Indent Office at the Naval Headquarters Area 7. Garki Abuja on submission of bank draft (payable to; Nigerian Navy Internally Generated Revenue Account) of a non refundable Tender fee of N20.000.00 and N40.000.00 per Lot for goods and works respectively.

4.       Completed Technical and Financial Bids shall be submitted in Two hard copies and One Electronic copy (non-rewritable compact disk/DVD) in two different sealed envelopes and labeled “Technical and “Financial Bid” respectively with “project category and Lot Number” at the top right corner and enclosed in a Third envelope on which is also indicated the Project category’ and Lot Number at the right corner and addressed to:

The Chief of the Naval Staff

Naval Headquarters

Ministry of Defence

Area 7, Carki. Abuja

Attention: Chief of Logistics

5.       All bids must be signed by an authorized signatory of the bidder(s). Any unsigned bids will be disqualified. The signature on the summary page of the financial bid must be directly below the quoted tender sum.

Closing and Opening of Tenders

6.       The deadline for the submission of Bid documents is 12 noon on Monday 17th June, 2013. Public opening of the bids shall take place on the same day by 12:30pm at the Directors Car Park.

Naval Headquarters Area 7, Garki Abuja.

Disclaimer

7.       This announcement is published for information purposes only and does not constitute an offer by the Nigerian Navy to transact with any party for the project, nor does it constitute commitment or obligation on the part of the Nigerian Navy to procure services.

8.       The Nigerian Navy will not be responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation.

9.       The Nigerian Navy is not bound to shortlist any bidder and reserves the right to annul the selection process at anytime without incurring any liabilities and assigning any reason thereof.

 

Important Information

10.     The Nigerian Navy reserves the right to:

a.       Verily the authenticity of any claims on the documents submitted by companies,

b.       Verify the company address/location indicated in the expression of interest.

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

12.     Original documents under para 2 above must be produced for sighting.

13.     Tender documents submitted after the closing date shall be rejected.

Signed:

Chief of Logistics

For Chief of the Naval Staff