Invitation to Tender for the Implementation of 2013 Capital Projects at The Nigerian Defence Academy (NDA) , Kaduna

Nigerian Defence Academy Kaduna

 

Invitation to Tender for the Implementation of 2013 Capital Projects

 

The Nigerian Defence Academy (NDA) is desirous of implementing her 2013 Capital Projects. In line with the Federal Government Public Procurement Act 2007, Interested and reputable contractors/suppliers with relevant experience and evidence of performance are invited to tender for various works and goods of the under listed projects.

 

a.       Lot 1. Procurement of Medical Equipment and Consumables;

 

b.       Lot 2.  Provision of Educational Teaching Aid for Department of      Electrical, Mechanical and Civil Engineering;

 

c.       Lot 3. Procurement of Equipment for Headquarters, Offices, Battalion Lines and Staff Quarters;

 

d.       Lot 4. Construction of 24 Weapon Training Sheds at Permanent Site;

 

e.       Lot 5. Construction of Equitation Riding School at Permanent Site;

 

f.       Lot 6. Construction of Drill Shed at Permanent Site;

 

g.       Lot 7. Maintenance of NDA Roads at Permanent Site;

 

h.       Lots 8. Renovation of Staff Quarters, Offices, Sport Complex and Medical Centre.

 

 

Pre-qualification/Tender Requirements

2.       The Pre-qualification/Tender requirements are:

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

b.       Current Tax Clearance Certificate;

c.       Value Added Tax (VAT) Registration Certificate;

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

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

f.       Company’s profile, organogram and resume of key technical staff including individual attestation of availability, Copies of professional certificates with seal and endorsement;

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

h.       Verifiable evidence of similar projects previously undertaken including letters of awards and Completion Certificates within the pass three (3) years:

i.        Refundable Bid security of 2% of bid sum in Bank Guarantee valid for the contract period must accompany bid documents of Fifty Million Naira (N50,000,000.00) and above;

j.        Description and list of equipment owned by contractor/supplier (where applicable);

k.       Evidence of compliance with the amended industrial Training Fund Act, 2011;

l.        Affidavit disclosing whether or not any officer of NDA 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:

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

 

Collection/Submission of Pre-qualification and Tender Documents

 

3.       Interested bidders -ire to collect bidding documents on submission of a written application to tender from the Directorate of logistics, NDA Headquarters from Wednesday 27th March 2013 between 9:00 am to 1:00 pm Mondays to Fridays except onpublic holidays.

 

4.       Submission of tender documents should be in two separate envelopes sealed and clearly marked as -TECHNICAL and FINANCIAL indicating the Lot(s). This is to be deposited on or before 12.00 noon on Wednesday 8th May 2013 in the Tender’s Box located at the Directorate of Logistics NDA Headquarters Permanent site, Airport Road, Mando, Kaduna.

 

Public Opening of Bids

 

5.       The public opening of bids will be by 1:00 pm on Wednesdays May 2013 at the Air Force Wing Auditorium NDA Permanent Site, Kaduna. The representatives of the bidding companies and the general public are invited to witness the public opening of bids.

 

 

Notes:

 

6.       Interested bidders can download the advertisement from the NDA Website www.nda.edu.ng.

 

7.       The general public is invited to note that procurements below the National Competitive Bidding threshold would be carried out during the course of the year,

8.       Nothing in this advertisement shall be construed as a commitment on the part of NDA to award any or all the above listed projects.

9.       The written application for tender will only be for one Lot.

 

 

Director of Logistics

For: Commandant,

Nigerian Defence Academy

 

 

Invitation to Tender for Capital Projects Under 2013 Budget at Nigerian Armed Forces Resettlement Centre (NAFRC) Oshodi, Lagos

Nigerian Armed Forces Resettlement Centre Oshodi, Lagos

 

Invitation to Tender for Capital Projects Under 2013 Budget

 

The Federal Government has provided funds in the 2013 Appropriation for Nigerian Armed Forces Resettlement Centre (NAFRC). NAFRC intends to use the funds for procurement of various Works, Goods and Services as listed below. NAFRC hereby invites interested companies to tender for the following Ongoing Capital Projects under 2013 Budget.

 

Lot 1: Provision of Health Facilities.

 

Lot 2: Construction of Barracks Security Posts,

 

Lot 3:  Reticulation of Boreholes.

 

Lot 4:  Construction/Provision of Fire Station.

 

Lot 5: Provision of Fire Equipment

 

Lot 6: Construction/Provision of Recreational & Sporting Facilities.

 

Lot 7:  Construction of Armoury.

 

Lot 8: Provision of Safety Clothing and Items for Kitting of Trainees and    Instructors.

 

Lot 9:  Reconstruction of Roads & Drainages.

 

Lot 10: Refurbishing of Industrial Machines & Equipment.

 

 

Tendering Requirements

Interested and competent contractors wishing to carry out any of the above jobs are to submit the following documents for verification:

 

  1. Evidence of registration/incorporation with the Corporate Affairs

Commission (CAC).

  1. VAT Registration Certificate.
  2. Current Tax Clearance Certificate and evidence of payment in the last 3 years.
  3. Names of Bankers with references.
  4. Comprehensive company profile with CVs of key officers including photocopies of relevant professional/technical qualifications.
  5. Verifiable evidence(s) of successful completion of similar works within the past three (3) years and attached copies of letters of awards and certificates of successful completion;
  6. Refundable Bid Security of 2% of Bid Sum in Bank Guarantee, valid for 180 days, must accompany bids valued N50,000,000.00 and above.
  7. Evidence of Compliance with the provisions of the Pension Reform Act, 2004.
  8. Affidavit disclosing whether or not any officer of NAFRC 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.
  9. Evidence of compliance with the provisions of the Amended Industrial Training Fund Act 2011.

 

 

Collection of Tender Documents

To collect bid document a prospective bidder is requested to submit a written application to Director of Logistics (DOL), HQ NAFRC indicating Lot No.

 

Deadline for Submission of Documents

Both technical and financial bids should be submitted simultaneously but in two (2) separate sealed envelopes and marked “TECHNICAL BID FOR LOT ,….” and “FINANCIAL BID FOR LOT……” at the left corner, marked “Confidential” and addressed to

 

Secretary

NAFRC Tenders Board

Nigerian Armed Forces Resettlement Centre, Oshodi

PMB 21119 Oshodi, Lagos

 

The sealed documents should be dropped in the Tenders Box at Director of Logistics Office, NAFRC Oshodi, on or before 12 Noon on 9th May 2013.

 

Opening Tender Documents

Opening of Tender documents will hold immediately after the deadline in the presence of the bidders’ representatives and interested members of the public at DANJUMA HALL, NAFRC, OSHODI, Lagos at 12.30pm on 9th May 2013.

 

Important Notice

 

Please note that:

  1. Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the Public Procurement Act 2007.
  2. Nothing in this advert shall be construed to be commitment by NAFRC to award any or all of the above-listed projects.
  3. Only companies/firms that meet the above-stated requirements would be contacted.
  4. Failure to comply with the above-stated instructions will earn automatic disqualification.
  5. Late bids will be rejected.

 

(Signed) Commandant

Nigerian Armed Forces Resettlement Centre,

Oshodi Lagos

 

Invitation to Tender at National Council for Arts and Culture

National Council for Arts and Culture

 

Plot I370 Ukpo Close, Off Oro Ago crescent, Off Muhammad Buhari way, (by Old CBN) Garki II Districst, P.M.B, 252, Garki-Abuja

 

Tel:/Fax: 09-2342360, 09 – 6706861

 

E-Mail: natcouncilforarts@yahoo.com, info@ncac.gov.ng, www.ncac.gov.ng

 

Invitation to Tender:

The National Council for Arts and Culture, Abuja is desirous of carrying out the under listed projects in different locations of the country. The Council is therefore, inviting competent and interest companies/contractors to submit tenders for these works.

 

2.       Scope of Work:

 

Lot i.           Maintenance of NCAC Headquarters and Ten (10) Zonal Offices

 

Lot ii.            Craft Development Centre Calabar, Cross River State.

 

Lot iii.         Arts and Craft Skill Acquisition Centre in Ijebu Remo, Ogun State

 

Lot iv.         Construction of Culture and Unity Centre Biu, Borno State

 

 

3.       Tender Instructions

 

3.1     Interested Bidders are to submit Technical bid documents at NCAC Office, Plot 1370 Ukpo Close, Off Oro Ago Crescent Off Muhammad Buhari Way, (by Old CBN) Garki II District, Abuja on or before 6th May, 2013 from 25th March 2013, Bids close by 12noon on the 6th May, 2013 and opening of bids shall be on 7th May 2013 by 2pm.

 

3.2     Bidders are also to indicate the lot number on the left hand corner of each envelope; and addressed to: Executive Director/CEO, National Council for Arts and Culture, Plot 1370 Ukpo Close, Garki II District, Abuja, any envelope not appropriately labeled by specifying the lot will be rejected.

 

Only pre-qualified Bidders are to obtain Tender documents at a non-refundable fee of N15, 000.00 for each lot.

 

 

3.3     All Technical Bids should contain the following:

 

  • Evidence of Company Registration with Corporate Affairs Commission
  • Evidence of Current Tax Clearance Certificate for the last three (3) years (2010 2012)
  • Evidence of having fulfilled all obligations in relation to pension and Social Security contributions in accordance with the provision of the Pension Act 2007 and evidence of clearance from Industrial Training Fund (ITF),
  • Evidence of VAT Registration, Remittance and Tax Identification Number (TIN)
  • Company Profile including key Staff and strength
  • Details of equipment and plants/technology capability
  • Name, Address of Bankers and letter of Reference from Bank(s)
  • Verifiable details of similar contracts previously executed in the last five (5) years including letters of Award Agreement and Completion Certificate(s) where applicable
  • Evidence of financial capabilities and banking support
  • Company Audited Account for the last three (3) years (2010 – 2012)

 

 

4.       Additional Information:

 

  1. The Advertisement shall not be considered as commitment on the part of the National Council for Arts and Culture nor shall it entitle potential

Companies to make any claim whatsoever .and/or seek any indemnity from the National Council for Arts and Culture by virtue of such company having responded to the advertisement.

  1. Late submission of Tender documents will be rejected.
  2. The National Council for Arts and Culture reserves the right to reject any application.

 

Signed:

Management

NCAC-Abuja

Invitation for Pre-qualification of Contractors for 2013 Capital Projects at Joint Admissions and Matriculation Board

Joint Admissions and Matriculation Board

National Headquarters, Bwari

P.M.B. 189, Garkj, Abuja

 

Invitation for Pre-qualification of Contractors for 2013 Capital Projects

 

Introduction

Pre-qualification bids are invited from interested and competent contractors with relevant experience and good track records In respect of each of the projects listed below:

 

1. Provision of ICT Facilities

2. Procurement of Utility Vehicles

3. Provision/Rehabilitation of Office Building

4. Procurement of Power Generating Set

5. Provision of Office Infrastructure

 

B.  Pre-Qualification Requirements

Interested contractors are required to submit pre-qualification documents with verifiable evidence including but not I limited to the following:

 

i)       Evidence of Incorporation/Registration with the Corporate Affairs                     Commission

ii)      Company Audited Accounts tor the last three years

iii)     Evidence of Tax Clearance Certificate for the last three years

iv)     Evidence of compliance with the provisions of the Pension Reform Act

v)      Evidence of Financial capabilities and banking support

vi)     Experience/Technical qualification of key personnel (please include copies of the certificates obtained by key personnel. Ordinary CV without necessary proof of qualifications will not be evaluated).

vii)    List of similar jobs successfully executed with names of clients, locations of projects, copies of award letters and certificate of practical completion.

viii)   Technical capabilities of the firm in terms of equipment, technology and staff strength.

ix)     Evidence of VAT/TIN Registration and past remittances,

x)      Evidence of Industrial Training Fund (ITF) Contribution.

 

 

C.      Submission:

All submissions should be prepared and serially paged using the format itemized in ‘B’ above and sent in sealed envelopes. The envelopes should be clearly marked at the top right-hand corner with the name of the project applied for.

 

Three (3) copies of the submission are to be submitted to the address below not later than 12noon of Friday 12th April 2013.

 

The Registrar/Chief Executive,

Joint Admissions and Matriculation Board,

National Headquarters,

Suleja Road, Bwari,

P.M.B. 189, Garki,

Abuja.

 

 

Attention: Procurement Planning Committee

The bids would be opened at the Boardroom of the Board at 2.00pm on Friday 12th April 2013.

 

Note:

i)                   This advertisement is not an invitation to tender;

ii)                Only the qualified contractors shall be invited to tender;

iii)              The Board reserves the right to reject any or all the pre-qualification packages;

iv)              Failure to comply with any of the above instructions or provide the listed documents may automatically result in disqualification.

 

 

This advertisement shall neither be construed as a commitment on the part of the Joint Admissions and Matriculation Board, JAMB, nor shall it entitle any contractor to make claims whatsoever and/or seek any indemnity from the Board.

 

SIGNED:

Registrar/Chief Executive

Invitation for Tender at Independent National Electoral Commission (INEC)

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation for Tender

 

1.0     Preamble

The Independent National Electoral Commission (INEC), in pursuance of  its statutory  functions, intends to deploy publicity strategies that would further sustain its image, as well as publicize the forthcoming  Continuous Voter Registration (CVR),  Delimitation of Constituencies and Distribution of Permanent Voter Cards exercises. To this end, the Commission invites reputable Nigerian companies /contractors to indicate interest to tender for the following projects:

 

 

Lot  Production of Publicity Materials 
Lot Al  Printing of Posters 
Lot A2  Printing of Handbills 
Lot A3  Production of Voter Enlightenment Jingles 
Lot A4  Drama Sketches 
Lot A5  Advertising Agents 
Lot A6  General Printing 
Lot A7  Capacity Building 

 

 

2.0     General Technical Requirements

 

Interested companies/contractors are required to submit the following documents

  1. Evidence of registration with the Corporate Affairs Commission (CAC);
  2. 3 years Tax Clearance Certificate (2010-2012);
  3. VAT registration and past remittance;
  4. Last three (3) years Company’s Audited Account (2010-2011 -2012);
  5. Detail of experience/technical qualification of key personnel;
  6. Evidence of financial capability and banking support, including annual turn-over;
  7. A detail company profile showing list of professional staff, qualifications and experience;
  8. Submission of PENCOM’s certificate of compliance, confirming company’s fulfillment of its statutory obligations to the employees, with respect to pensions;
  9. Evidence of technical capability and experience with similar jobs executed in the past three years;
  10. Telephone (GSM) number(s) of contractor/company’s representative(s).

 

 

3.0     General Information:

i.        The closing date for submission of the pre-qualification documents shall be Tuesday, 16th April, 2013 at 3.00p.m.

ii.       The pre-qualification documents submitted on or before the closing date and time shall be opened at Commission premises on the same Tuesday, 16th April, 2013 at 4.00 p.m.

iii.      Only firms that are successful from the pre-qualification exercise will be contacted and invited for financial bidding exercises.

iv.      For further enquiries, please contact: The Director, Public Affairs, INEC Headquarters, Maitama District, Abuja.

 

4.0     Submission of Pre-Qualification Documents

All submissions must be delivered in Four (4) bound copies in a sealed envelope marked PRE-QUALIFICATION DOCUMENTS FOR THE (indicate title at the top right hand corner of the envelope) and addressed to The Secretary, Independent National Electoral Commission (INEC), Plot 436 Zambezi Crescent, Maitama, Abuja.

 

ABDULLAHI A. KAUGAMA

Secretary of the Commission