Invitation to Tender for the Implementation at Nigerian Nuclear Regulatory Authority (NNRA)

Nigerian Nuclear Regulatory Authority

Invitation to Tender for the Implementation

2013 Capital Projects

A.      Introduction

The Nigerian Nuclear Regulatory Authority (NNRA) is desirous of implementing her 2013 Capital Projects, In line with the Federal Government Public Procurement Act, 2007, interested and reputable contractors and suppliers with relevant experience and evidence of performance are invited to tender for the various works and goods as listed below:

Lot 1:         Procurement of Scientific Equipment

Lot 2:         Office Partitioning

Lot 3:         Office Renovation

Lot 4:         Purchase and Installation of Fire Fighting Equipment

Lot 5:         Purchase of Utility Vehicles

Lot 6:         Office Furniture & Office Fittings

Lot 7:         Purchase of Generators

Lot 8:         Upgrade of ICT Infrastructure

Lot 9:         Supply Of office Equipment

B. Tender Fees

Contractors/Suppliers are free to tender for one or more lots on payment of a non-refundable fee of N20, 000 (Twenty Thousand Naira Only) Bank Draft per Lot in favour of Nigerian Nuclear Regulatory Authority Abuja.

C.      Tender Requirements

The Tender requirements are;

1.       Evidence of Registration with Corporate Affairs Commission (CAC);

2.       Current Tax Clearance Certificate;

3.        Value Added Tax (VAT) registration Certificate;

4.       Evidence of Registration with Nigerian Nuclear Regulatory Authority (NNRA);

5.       Company’s audited financial account and funding information over the past Three (3) years endorsed by a firm of chartered accountants;

6.       Evidence of financial capability from reputable Bank(s);

7.       Evidence of compliance with ITF regulations;

8.                Evidence of compliance with the Pension Reform Act 2004 (as amended);

9.       Evidence of registration with Financial Reporting Council of Nigeria (where applicable)

10.     Verifiable evidence of similar projects previously executed including letters of awards and completion Certificates within the past Three (3) years;

11.     Affidavit disclosing whether or not any officer of NNRA or BPP is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particular;

12.     Any additional information that will enhance the potential of the contractor/supplier;

13.     List of on-going projects, (If any);

14.     Photocopy of Tenders receipt.

D.      Not Eligible

All Contractors who have defaulted on previous contracts) awarded to them by NNRA

E.      Submission of Completed Tender Documents

All tender documents are to be submitted in sealed envelope and clearly marked “TENDER FOR 2013 CAPITAL (LOT NUMBER) and addressed to:

The Acting Director-General/CEO,

Nigerian Nuclear Regulatory Authority,

Plot 564/565 Airport Road,

P.M.B 559 Garki,

Abuja.

 The sealed envelope should be deposited into the Tender Box provided for this purpose at the Ground Floor, NNRA, Abuja not later than 20th May, 2013. No late submission will be entertained after 12:00 noon on the expiration of the date stated.

F.      Opening of Bids

The Nigerian Nuclear Regulatory Authority will invite all those who submitted their bids or their representatives and any interested members of the public to witness the opening of the bids on Monday, 20th May 2013 at the NNRA Headquarters, Abuja.

Please Note

1.       NNRA reserves the right to reject any or all “Financial Bids”. This notice of “Invitation to Tender” shall not be construed a commitment on the part of the NNRA nor shall it entitle any Company to make claims whatsoever or seek any indemnity from the NNRA;

2.       The Authority reserves the right to verify any claim by the bidders.

Signed:

Management

 

Invitation for Pre-Qualification for Provision of Insurance Cover for Institute’s Assets at Nigerian Institute of Transport Technology (NITT), Zaria

Nigerian Institute of Transport Technology (NITT), Zaria

Invitation for Pre-Qualification for Provision of Insurance Cover for Institute’s Assets

 1.     Introduction

Nigerian Institute of Transport Technology (NITT), Zaria has provision in its year 2013 budget to provide INSURANCE COVER for the Institute’s assets. The   Institute wishes to procure the services of Insurance Brokers and Underwriters with specific expertise and proven track records.

 2.     Pre-Qualification Requirement

The Institute hereby invites eligible Insurance companies to express their interest in providing the service, by submitting pre-qualification documents consisting of the following:

  1. Evidence of Registration with Corporate Affairs Commission
  2. Evidence of Registration with NAICOM
  3. Profile   of Insurance/Brokerage  and  Management  staff strength  and experience
  4. Evidence of payment of claims in the preceding three (3) years
  5. Tax Clearance Certificate for the preceding three (3) years; including TIN Number
  6. Audited Account of the Company for the preceding three (3) years
  7. Evidence of similar Insurance Cover provided in the preceding three (3) years
  8. Evidence of Registration with Nigerian Council of Registered Insurance Brokers (for Brokerage firms)
  9. Evidence of Re-Insurance Treaty arrangement both local and international (Underwriters only)
  10. Evidence of Pension contribution for employees
  11. Evidence of compliance with Industrial Training Fund Act 2011
  12. A sworn affidavit indicating that all documents submitted are genuine and verifiable.

Duration

The Insurance Cover is for one (1) calendar year.

4.     Submission Requirement

The pre-qualification documents duly signed by the Managing Directors of the Companies are to be submitted in sealed envelopes marked “Expression Of Interest For Provision Of Insurance Cover For Institute’s Assets” at the top left hand corner of the envelope and addressed to:

The Director-General/Chief Executive

Nigerian Institute of Transport Technology

P.M.B. 1148,

Pre-qualification documents must be hand delivered into the Tender Box in the DG CE’s office or by Registered mail to the above address; to reach him on or before 12 noon on Monday 6th May, 2013. Pre-qualification documents/submission shall be opened at 2pm same day (6th May, 2013) in the DG/CE’s Conference Room.

Note

  1. Interested companies should specify the nature of service they intend to render (whether as Brokers or Underwrites)
  2. This advertisement is not a commitment on the part of the Institute. Hence the companies applying cannot make claim(s) whatsoever nor seek any indemnity from the Institute by virtue of such application in response to this advertisement
  3. The Nigerian Institute of Transport Technology shall not enter into correspondences with any unsuccessful company.

Signed

Management

Invitation for Pre-Qualification for Execution of Year 2013 Projects at The Nigerian Institute of Transport Technology (NITT), Zaria

Nigerian Institute of Transport Technology (NITT), Zaria

Invitation for Pre-Qualification for Execution of Year 2013 Projects

Introduction

The Nigerian Institute of Transport Technology (NITT), Zaria intends to undertake the procurement of the under listed projects under the 2013 budget appropriation.

Interested contractors with proven competences and experience are hereby invited to apply for pre-qualification for execution of any aspect of works listed below

  1. Purchase or security equipment
  2. Upgrading of Water supply
  3. Rehabilitation of Residential buildings
  4. Provision and Equipping of Sustainable Research Facilities.
  5. Provision/Refurbishing of ICT offices – (Remodeling & Furnishing/Equipping of ICT offices)
  6. Furnishing of Guest Houses

Eligibility Criteria

Interested contractors are expected to possess the following requirements:

  1. Evidence of Registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of Incorporation and Article of Association;
  2. Evidence of valid Tax Clearance certificate for the past three (3) years including TIN Number;
  3. Company profile detailing experience/technical qualification of key staff and list of relevant equipment that are verifiable;
  4. Evidence of compliance with Pension Act;
  5. Evidence of payment of Training contributions to Industrial Training Fund (ITF);
  6. Evidence of having executed similar projects/supplies in the past;
  7. Evidence of financial capabilities/bank support;
  8. Company audited account for the past three (3) years;
  9. Evidence of Registration with relevant professional bodies;
  10. Any other relevant document that could enhance the company’s legibility.

Submission of Pre-Qualification Documents

Interested contractors/supplies are requested to submit their pre-qualification documents in sealed envelope marked NITT 2013 PROJECTS: PRE-QUALIFICATION FOR ……(indicating aspect of work at the top left hand corner of the envelope to:

The Director-General/Chief Executive

Nigerian Institute of Transport Technology

P.M.B.I 148, Basawa Road

Zaria.

To reach him not later than 6th May, 2013 by 12noon. Pre-qualification submissions shall be opened same day 6th May 2013 at 2pm in the DG CE’s Conference Room.

Collection of Tender Documents

Tender documents shall be available for collection by pre-qualified contractors upon payment of a non refundable tender processing fee of N20,000.00.

Tender Submission Tender Submission

Completed tenders shall be submitted to the Director-General/Chief Executive on or before 6th May, 2013 . Bids shall be open on the day of expiration of the tendering period.

Appropriate notice details shall be given to pre-qualified contractors,

Important Notice

Interested companies wishing to bid for more than one aspect of the work must make separate pre-qualification submission for each aspect(s).

  1. Tenderers and the general public/civil society organizations shall be invited to witness the bid opening;
  2. The name of the companies should be indicated on the reverse side of the envelope,
  3. Nothing in this advert shall be construed to be a commitment by NITT to award any or all of the above listed projects.
  4. Only pre-qualified companies would be contacted.

 Signed

Management

Request for Expression of Interest and Invitation to Tender at Lake Chad Research Institute (LCRI)

Lake Chad Research Institute

P.M.B 1293 Kilometer 5, Gamboru/Gala Road Maiduguri, Borno State

Request for Expression of Interest and Invitation to Tender

A.    Introduction

The Lake Chad Research Institute (LCRI), Maiduguri in accordance with Public Procurement Act 2007 wishes to carry out some of its Capital Projects under the 2013 Budget. Interested and capable contractors with relevant experience are therefore invited to submit pre-qualification document/tender for the project.

B.      Description of Work

Lot 3:    E-Library Project

i)             Calibre E- Book Management Software + Installation

ii)            New General Lib library Automation Software Installation

C.      Pre-Qualification Requirements

Letter of Application; Evidence of Registration with Corporate Affairs Commission (CAC); Evidence of Technical Capability; Last three (3) years Company’s Audited Accounts 2010, 2011, 2012; VAT Registration/VAT Payment/Exemption Certificates; Three (3) years Tax Clearance Certificate 2010, 2011, 2012; Financial Capability and Banking Support; Evidence of compliance with Pension Reform Act 2004; List of similar, verifiable and successfully executed projects in the last three years; Original documents should be available for sighting on demand during or after the opening of pre-qualification documents.

D.    Collection of Documents

Bidders are expected to collect bid documents from the Procurement Planning Committee Secretariat Room 04, 1st Floor, Admin Block LCR1, Maiduguri, Borno State on payment of N30, 000 non-refundable tender fees for the LOT in Bank Draft payable to the Executive Director, Lake Chad Research Institute.

E. Submission of tender Documents

The Pre-qualification documents and financial bid, labeled separately as appropriate and the two envelopes put in another one envelope sealed and labeled at the right hand corner indicating project name, and name of bidder clearly written at the reverse side, addressed to the undersigned to reach him not later than 20th May, 2013.

F.      Opening of Document

Please note that opening of documents commences at 1.00pm on 20th May, 2013 at the Conference Room, 2nd Floor, LCRI, Maiduguri. Bidders, interested members of the Public and NGOs are invited to witness the opening.

The Institute is not bound to accept submissions that do not meet up with the requirement or the lowest tender.

All enquires to be directed to:

The Executive Director

Lake Chad Research Institute

KM5, Gamboru Ngala Road

P.M.B. 1293, Maiduguri

 Signed

Executive Director

General Procurement Notice for the Execution of 2013 Capital and Recurrent Projects at Federal Ministry Of Science and Technology

Federal Ministry Of Science and Technology

Federal Secretariat, Phase II Abuja

 General Procurement Notice for the Execution of 2013 Capital and Recurrent Projects

 Introduction

The Federal Ministry of Science and Technology intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2013 Recurrent and Capital Budget.

In compliance with the Public Procurement Act 2007, the Ministry wishes to put on alert all interested and reputable Contractors/Suppliers/Consultants with relevant experience for consideration for the execution of the following projects:

1. Establishment of Science and Technology Parks in Nigeria
2. Establishment of Central E-library.
3. Ward Based cluster Project
4. Karshi Solar Technology Experimentation
5. Automation of selected process and activities of FMST operations.
6. Establishment of Data Bank of Nigeria Scientist, Engineers and Technologists (Local and Diaspora)
7. Presidential Standing Committee on Inventions and Innovations (PSCII).
8. International Junior Science Olympiad (IJSO) Event.
9. Development and Equipping of National Science and Technology Museum.

Computer Consumables and Accessories.

10. Computer Consumables and Accessories.

The procurement will be subjected to due process mechanism and open to all eligible bidders. Subsequently within the year, Specific Procurement Notices for these procurements will be placed on the Notice Boards of the Ministry and its Parastatals/Agencies, National Dailies and Federal Tenders Journal accordingly depending on their threshold as soon as the relevant solicitation/bidding documents are finalized.

Interested eligible bidders who wish to participate in the bidding process are advised to be on the lookout for the subsequent advertisements

Please note that all document on Responsive Criteria such as Corporate Affairs Commission (CAC), Value Added Tax (VAT), Pension Commission (PENCOM) and Tax Certificate may be referred to the Security Agencies, Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS), National Pension Commission (NPC) and other relevant bodies for verification.

The Ministry also reserves the right to invoke the provisions of sections 28 of the Public Procurement Act (PPA) 2007 without incurring any liability to the bidder.

 Signed:

Permanent Secretary

Federal Ministry of Science and Technology,

Abuja