2013 Invitation for Pre-Qualification Exercise at National Judicial Institution, Abuja

National Judicial Institution, Abuja

2013 Invitation for Pre-Qualification Exercise

The NJI, Abuja wishes to pre -qualify competent Contractors and Service Providers who may wish to  apply for the above subject matter for the under listed jobs and services, in its 2013 fiscal year budget.

These goods and services are required by the National Judicial Institute in its office, Abuja.

Lot 1    Furnishing

(i)              Office Furniture And Fitting

(ii)             Consultancy Services

Lot 2    Supply of Electricity Transformer

Lot 3     Production of NJI Publication

Lot 4    Materials and Supplies

(I)               Office Materials and Supplies

(II)           Computer Materials and Supplies

(III)        Drugs and Medical Supplies

Lot 5    Maintenance Services

(I)      Maintenance of Motor Vehicle

Lot 6    Insurance Services

B.      Pre-Qualification Requirements

Prospective Contractors shall be required to possess the following pre-qualification Documents:

(a)     Valid Certificate of Registration/Incorporation

(b)     Current Tax Clearance Certificate for the last (3) years, Valid up to December 31st 2012.

(c)      Value Added Tax   (VAT) Registration Certificate and Tax Identification Number (TIN).

(d)     Evidence of registration as a contractor with the National Judicial Institute, Abuja or renewal thereof.

  • Company’s resume including details of key staff strength to be deployed for execution of the contract and their professional certificates should be attached.

(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 and showing evidence of award and timely completion.

(h)     Evidence of compliance with the provision of Section 16(6) (a-d) of the Public Procurement Art 2007.

(i)      Evidence of compliance with I.T.F. Amendment Act 2011 as applicable.

B1     Submission of Pre-Qualification

Pre-qualification documents should be enclosed in a sealed envelope marked at the top centre “LOT No.” and at the bottom left “PRE-QUALIFICATION

2013” to the National Judicial Institute, Airport Road, Abuja, not later than 20th May, 2013 and addressed to:

The Institute Secretary,

National Judicial Institute,

Mohammed Bello Centre,

Adjacent Jabi Junction Fly-Over,

Umaru Musa Yaradua Express Way,

P.M.B 5020, Abuja.

Please Note:

(a)     All Submission s would be verified from the relevant agencies like the Federal Inland Revenue Services, Corporate Affair Commission, etc.

(b)     This advertisement for “Pre-qualification exercise” shall not be construed to be a commitment on the part of the National Judicial Institute, Abuja nor shall it entitle the submitting Tenderer to make any claims whatsoever and or seek any indemnity from the National Judicial Institute by virtue of such Tenderer having responded to this advert.

(c)      Pre-qualification bid should   be very clear about the bidders areas and proven competence and interest.

(d)     Proposal for different Procurement/Lot should be submitted in different envelopes.

(e)      Subsequent to this pre-qualification exercise tender for contracts and jobs will be accepted only from pre -qualified contractors, and the National Judicial Institute, Abuja shall not enter into any correspondence with unsuccessful applicants.

(f)      Only regular stackers of goods are advised to apply as minimum period would be allowed between the date of award and final delivery.

(g)     All submissions will be verified as the case may be.

(h)     Late submissions will be rejected.

Opening of the pre-qualification will take place at the National Judicial Institute, Umaru Musa Express way, Abuja on 22nd May 2013 by 12noon.

SIGNED:

The Institute Secretary,

National Judicial Institute,

Abuja.

Invitation for Submission of Technical and Financial Documents at Lagos University Teaching Hospital

Lagos University Teaching Hospital

Private Mail Bag 12003, Lagos, Nigeria

Invitation for Submission of Technical and Financial Documents

The Lagos University Teaching Hospital desires to expand its Radio-diagnostic Building with a view to improving Health Manpower Development and Patient Care Services in the Hospital.

In consideration of the above, the Hospital invites:

Submission of Technical and Financial Documents from interested reputable companies who wish to tender for the Vertical expansion.

Submission of Bid Documents:

Interested companies on the above are to submit “Bid Documents” which must include:

1.       Evidence of Incorporation/Registration with the Corporate Affairs Commission (CAC).

2.       Tax Clearance Certificate for the last 3 years.

3.       VAT Certificate.

4.       Audited Company Accounts for the past 3 years.

5.       List of key Professionals/Partners in Company and evidence of registration with relevant professorial bodies.

6.       Company Profile and office address.

7.       Evidence of similar jobs/assignments conducted by the company in the past

8.       Evidence from company’s Bankers as to is financial strength, craft- worthiness and solvency.

9.       Evidence of Registration with Pension Administrator.

10.     Evidence of Registration with Industrial Training Fund.

Other Relevant Information:

(a)     Interested companies are to pay a non-refundable tender fee of N10, 000.00.

(b)     The two bids must be submitted in a separate envelope marked –“TECHNICAL BID OR FINANCIAL BID”

(c)      All documents must be addressed to The Chief Medical Director, LUTH, P.M.B. 12003 Lagos and dropped in a tender box provided in the Office of the Chief Medical Director on or before May 30th 2013.

(d)     Interested contractors are to obtain the Bill of Quantity from the Assistant Director (Engineering Services) LUTH to aid their financial bids.

(e)      Contractors are invited to witness the opening of the bid documents on 30th May, 2013 at 12:30pm in the NEW BOARD ROOM.

Signed

PROF. AKIN OSIBOGUN

Chief Medical Director

Pre-Qualification at Energy Commission of Nigeria (ECN)

Energy Commission of Nigeria

Pre-Qualification

1.     Introduction

The Energy Commission of Nigeria (ECN) invites interested and credible Companies to apply for pre-qualification for the various Projects of the Commission for the 2013 Fiscal Year.

 

The scope of work includes:

Lot 1:         Solar PV as Alternative Electricity Source Pilot Projects (Mini Grid, ICT and SHS).

Lot 2:         Maintenance of Solar PV Power Streetlights and Boreholes across the Federation

Lot 3:         e-Based Solar Infrastructure Maintenance.

Lot 4:         Complete Renovation of ECN Podium Building.

Lot 5:         Upgrading and Overhauling of ECN Facilities and Equipments.

Lot 6:         Sustainable Energy Development:

a. Manpower Development

b. Energy Modelling and

c. Awareness Creation.

Lot 7:         Solar Powered Street Lights in various locations in the country.

Lot 8:         Solar Powered Borehole in various locations in the country.

Lot 9:         National Energy Master-Plan

a. Development

b. Popularisation and

c. Legal Instruments

Lot 10:       Establishment of Platform for would be investors in energy (One-Stop-Shop).

Lot 11:       Development of Energy Balance for Nigeria.

Lot 12:       ECN/NYSC Renewable Energy Training Programme.

Lot 13:       Sustainable Energy Development:

a. Energy Modelling

b. Survey of Sectoral Energy Utilization

c. System Design & Implementation

Lot 14:       Stakeholders Review of NEP and NEMP:

a. Energy Summit

b. National Energy Policy Review Workshops                                     :

c. National REMP Review Workshop

Lot 15:       Study/Survey on Determination of Energy Consumption Pattern of Some Electrical Appliance in Residential/Service Sector.

Lot 16:       National Energy Manpower Projection Study.

Lot 17:       Production of off-shore Wind Information System for Nigeria Phase II.

Lot 18:       Promotion of Energy Efficiency Conservation (Pilot Projects and Awareness Creation).

Lot 19:       Awareness Creation for Energy R&D Outputs for Commercialization.

Lot 20:       Monitoring the Implementation of Government Policies on Energy,

a. Conduct of Surveys and Seminars

b. Production of Reports (periodically)

Lot 21:       Development of Pilot Energy Farm for Biodiesel Production.

Lot 22:       Small Scale Solar PV Module Plant for Research and Training in Sokoto

Lot 23:       Small Hydro Power (SHP) Pilots in Ogun State.

Lot 24:       Pilot Biomass Power Plant in each Geopolitical Zone

Lot 25:       National Energy Data Bank Development (Hardware and Specialized Software etc)

Lot 26:       Establishment of e-Library for the Energy Commission of Nigeria Headquarters.

Pre-Qualification Criteria

The following requirement for pro-qualification must be submitted”

a)       Evidence of Company Incorporation in Nigeria

b)      Evidence of Valid Tax Clearance and VAT Certificate

c)       Evidence of pension compliance from National Pension Commission (ONLY Certificate of Compliance issued by the Pension Commission is accepted as evidence).

d)      Evidence of Compliance with the provision of the Industrial Training Fund (ITF) Amendment Act 2011 on Training contribution.

e)       Company Profile with list of Technical/Managerial Staff with evidence of previous work experience, detailed clients, nature of work/contract, contract sum etc.

f)       Articulated Work Plan and Methodology

g)       Evidence of Financial Capability

h)      Experience in handling similar job is an added advantage.

Submission

Pre-qualification documents must be addressed in a sealed envelope marked “CONFIDENTIAL PRE-QUALIFICATION FOR ECN 2013 FISCAL YEAR CAPITAL PROJECTS” and the LOT of interest clearly printed at the top left corner of the envelope and be dropped in the Pre-qualification Box from 6th May, 2013 – 3rd June 2013 to:

The Ag. Director General/CEO  

Energy Commission of Nigeria

Plot 701C, Central Business Area

P.M.B.358, Garki, Abuja.

Note:

  • Submission of the Pre-qualification documents is not a guarantee for the award of contract and MUST, be arranged in accordance to their sequential order as stated in (a-h) above.
  • Pre-qualification documents shall be closed at 10.00 am and be opened immediately thereafter on 3rd June 2013 at the premises of the Energy Commission of Nigeria
  • Only pro-qualified companies whose names will be pasted on the Commission’s Notice Board will be invited to tender for the above listed projects.
  • Late submission will not be accepted.

Ag. Director-General/CEO

Energy Commission of Nigeria, Abuja

Invitation for Pre-Qualification Exercise (for Management of University Property) at University of Lagos

University of Lagos, Nigeria

Invitation for Pre-Qualification Exercise for Management of University Property

Preamble

Interested competent and reputable Estate Agents are invited to apply for Pre-qualification Exercise as a condition to be considered for participation in the Renovation and Management of the University Property located at No. 26 Bamgbopa Street, Abule-ijesha, Lagos State. The property is purpose built consisting of two blocks with three (3) floors each suitable for hostel or any other approved use.

Requirements

  1. Evidence or registration with the Corporate Affairs Commission (CAC).
  2. Evidence of Company Audited Account for the last three (3) years.
  3. Evidence of Tax Clearance Certificate for the last three (3) years.
  4. Evidence of compliance with the provisions of the Pension Reform Act, 2004 and Industrial Training Fund (ITF) Amendment Act, 2011 as applicable.
  5. Evidence of VAT Payment.
  6. A sworn affidavit indicating that all documents submitted are genuine and verifiable.
  7. A sworn affidavit that none of the Directors has been convicted in any country for criminal offence, including fraud or financial impropriety.
  8. A sworn affidavit indicating that no current staff of the University of Lagos is a former or present Director, shareholder or has any pecuniary interest in the company submitting bid.

It should be noted that failure to provide any of the above listed documents and complexity on the conditions stated will automatically disqualify the Estate Agent.

2.       Other Criteria:

i.        List and Source of Equipment

ii.       Indication of Technical and Administrative staff strength, with academic professional qualifications and years of experience of key personnel available for the project,

iii.      Bank reference from a reputable Bank,

iv.      Evidence of relevant verifiable experience on similar works in Nigeria over the last five (5) years stating, cost, duration of execution, letters of awards and completion certificates etc.

v.       Evidence of Social Responsibility in terms of Endowment, Sports or ETF contribution.

vii.     Evidence of payment of non-refundable pre-qualification documentation fee of Thirty Thousand Naira (N30.000.00) in bank draft payable to the University of Lagos.

Conclusion:

Submission of Documents:

All the documents should be sealed in envelope. The envelope should be marked “Confidential-Notice of intention to participate in the renovation and management of the University Property located at No. 26,, Bamgbopa Street, Abule-ljesha, Lagos State” and delivered either by hand or courier service to reach the address stated below not later than 12 Noon, 17th June, 2013.

The Registrar

Fifth Floor, Senate House

University of Lagos

Akoka-Yaba

Lagos.

Other Details

1.       Each Developer shall be required to appear before the Pre-Qualification Committee and will be expected to bring the original copies of all the documents submitted for pre-qualification for examination.

2.       That by the submission of Pre-qualification documents, University of Lagos is neither committed nor obliged to award the project to any bidder.

3.       That the participation in the pre-qualification exercise shall not be considered as a commitment on the part of the University, nor shall it entitle any interested bidder to any claim whatsoever and/or seek indemnity from the University of Lagos.

4.       Only Interested bidder that have been Pre-qualified and found suitable will be invited to competitively tender for the project.

Oluwarotimi O.A. Shodimu, Esq., FNIM

Registrar and Secretary to Council

Invitation for Pre-qualification FMENVT/2013/PREQ-I) at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Pre-qualification FMENVT/2013/PREQ-I)

Introduction:

1. The Federal Ministry of Environment as part of the Implementation of its 2013 Capital Budget intends to carry out the procurement of this project.

2. SCOPE: The .scope of the contract is as follows;

 

CIVIL WORKS

S/NO LOT NUMBER PROJECT DESCRIPTION
1 PREQ-I-EC-I Erosion Control and Flood channelization Works at NRI Agukwu (Adama Banjo) Anaocha LGA Anambra State

Tender Requirements:

Interested companies are required to posses and submit the following as part of the tender documents. Tenders without any of I-XIV need not apply.

 

(i)                Certificate of Registration with Corporate Affairs Commission including FORM CO7 (Limited liability only)

(ii)             Evidence of VAT Registration and Remittance.

(iii)           Company’s current Tax Clearance Certificate for the last three (3) years, (i.e. 2010, 2011 and 2012)

(iv)           Evidence of Compliance (Registration and Remittance); with the provision of the Industrial Training Fund (ITF) Amendment Act 2011

(v)             Evidence of Compliance (Registration and Remittance) with the provision of the PENCOM Act 2004.

(vi)           Provide details of Company’s profile including the Curriculum Vitae of 5 most important professional staff and other resources

(vii)        Verifiable evidence of previous experience in the jobs of similar magnitude/nature in the last five years. (Attach letters of Award, Payment Certificates and Certificates of Completion)

(viii)      List of Equipment Owned or Leased with identification numbers, with evidence of ownership or lease or hire.

(ix)           Company Audited Account for the last 3 Years prepared by & professional registered with Financial Reporting Council of Nigeria (attach evidence of registration),

(x)             Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.

(xi)           Name. Address, Phone number and K-mail of contact person.

(xii)        A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.

(xiii)      Photocopy of the Hid Purchase Receipt

(xiv)      Affidavit of disclosure that non of the persons connected with the bid process in the procuring entity has any pecuniary interest and that the company is not in receivership, or any form of insolvency/bankruptcy.

Please provide ONLY coloured photocopy of the documents listed as items i, ii and iii and arrange all documents in the order listed above.

Additional Information

  1. Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.
  2. The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
  3. All Federal Ministry of Environment reserves the right to make available the Tender documents to shortlisted firms only.
  4. The bid must be accompanies with a 2% Bid Security from a Nigerian Commercial Bank

Non Refundable Requalification Fee

Prequalification documents are to be submitted to the Secretariat of MTB Federal Ministry of Environment, Room B301 , Mabushi with evidence of the payment of a non-refundable fee of Nl0,000.00 in bank draft issued in favour of the Federal Ministry of Environment

Submission and Deadline:

The Submission is to consist of one original and two duplicate copies in the envelope marked “CONFIDENTIAL” on the

Top left corner and written PREQUALIFICATION and  be MUST be accompanied with evidence of payment of non-refundable prequalification fee as specified above.

The submission is to be addressed to:

The Secretary,

Ministerial Tenders Board Federal Ministry of Environment,

Abuja.

Telephone: 08094912628 and Submitted at:

E-mail: mtbfmenvt_abuja@yahoo.com and Submitted at:

Room 019 Ground Floors, Green Building.

Federal Ministry of Environment

Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja.

Deadline for submission is 12.00noon 20th MAY, 2013 (Late submissions will be rejected) while the Submissions received will be opened by 12.00

Auditorium, Ground Floor. Green Building,

Federal Ministry of Environment Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja

 

Note: Only prequalified firms will be notified. complete set of tender documents shall be issued to prequalified firm at a later date firm the Secretariat of MTB Federal Ministry of Environment. Room B301, Mabushi upon the payment of a non-refundable fee of 40,000 in bank draft issued in favour of federal Ministry of Environment.

(Signed)

Permanente Secretary

 

Help to save and preserve the forest use less paper!