Invitation for Pre-Qualification/Bid at Nigeria Hydrological Services Agency (NIHSA), Federal Ministry of Water Resources

Federal Government of Nigeria

 

Nigeria Hydrological Services Agency (NIHSA), Federal Ministry of Water Resources

 

Invitation for Pre-Qualification/Bid

 

The Nigeria Hydrological Services Agency (NIHSA) of the Federal Ministry of Water Resources is desirous of procuring some vehicles and hydrological equipment for installation in the eight Hydrological Areas (HAs) of the Country under the Flood Intervention Fund (FIF) given to the Agency by Mr. President.

 

2.       In compliance with the provisions of the Public Procurement Act, 2007 for the award of Government Contracts, the Agency (NIHSA) hereby invites highly competent and qualified companies to submit Pre-qualifications and Financial Proposals for the procurement of the under-listed hydrological equipment and Vehicles.

 

3.       The items are as follows:-

 

A.  Hydrological Equipment:

i.        Sutron Meteosat Data Collection Platforms (DCP);

ii.       Acoustic Doppler Current Profilers (ADCP); and

iii.      LSI-Lastem Automatic Weather Observation Station (AWOS) Software

 

B. Vehicles:

i.        Toyota Prado Jeeps

ii        Toyota Hiace Buses.

 

4.       Pre – Qualification Documents:

(i)      Details of Company profile which should include Name, Authentic Address. GSM phone numbers, e-mails, etc.

(ii)     Certificate of Company Registration with Corporate Affairs Commission (CAC).

(iii)    Evidence of experience of the Company, and its foreign partner(s) if any/on jobs of similar/related nature (Not applicable to B (i & ii) above).

(iv)    Staff disposition, (including foreign Partner(s) if any), their qualification and experience in similar/related jobs/works.

(v)     Financial status of the Company, which should include audited financial (annual) report, tax clearance Certificate for the last 3 years and evidence of VAT registration.

(vi)    Accompany every bid with affidavit of disclosure, disclosing whether any officer of MDA or BPP is a former or present director of the Company.

(vii)   Evidence of not having any Director who has been convicted in any Country for any criminal offence relating to fraud or financial impropriety.

(viii)  Evidence of full compliance with the Provisions of the Contributory Pension Act of 2004.

(ix)    Any other information that will further enhance the Pre-qualification of the Company.

(x)     Authorization to the Agency for an independent verification/ authentication information submitted.

(xi)    Evidence of compliance with the provisions of 1% industrial Training Fund contributions.

 

5.       Bid documents are available for collection at the Procurement Office of Nigeria Hydrological Services Agency (NIHSA) from the date of this publication, on payment of a non-refundable fee of Twenty Thousand Naira (20,000,00) only via e-payment at the designated bank below:

Account Name: Nigeria Hydrological Services Agency

(NIHSA)

Account Number: 1002860823

Bank: Keystone Bank Ltd., Utako branch, Abuja.

 

6.       Submission of bid documents (Pre – Qualification and Financial).

 

(i)      All bid documents must be submitted within 5 (Five) weeks from the date of this advertisement i.e. on or before 15th April 2013 by 12:00 Noon.

(ii)     The Pre – qualification Document and financial Bid should be enclosed in two separately sealed envelopes and clearly marked at the back “Pre-qualification for (name of project)” and “Financial bid for (name of project)” and both envelopes should be enclosed in a third envelope and sealed with a signed forwarding letter addressed to:

 

The Director -General

Nigeria Hydrological Services Agency

Plot 222, Shettima A, Monguno Crescent

Opposite Julius Berger Corporate

Headquarters

Utako District, Abuja.

 

Attention: Head, Procurement Unit, Room 315

 

(iii)    The name and address of the firm/company and the project bided for should be clearly indicated at the back of the envelopes.

(iv)    All documents, both Pre-qualification and Financial bids are to be submitted in three (3) copies. The original should be clearly marked “Original”. All pages should be endorsed by the authorized signatory.

 

7.0     Note:

 

Please read the instructions carefully as non-compliance with the instructions given shall lead to immediate disqualification of the company from further participation in the bidding process in line with the provisions of the Procurement Act 2007.

 

(ii)     This advertisement for bid should not be construed as a commitment on the part of the Agency nor shall it entitle the submitting Contractor/Firm to make claims of whatsoever from the Nigeria Hydrological Services Agency. The Agency is not under any obligation to award contract to the lowest bidder but in accordance to the selection criteria stipulated in the Procurement Act 2007.

 

Signed:

John Ayoade Shamonda,

Director -General,

Nigeria Hydrological Services Agency,

Plot 222, Shettima A. Monguno Crescent

Opposite Julius Berger Corporate Headquarters,

Utako District, Abuja.

Notice of Invitation for the Expression of Interest (Pre-Qualification) for Respective Operational Work Areas at Galaxy Backbone Limited

Galaxy Backbone Limited

 

Notice of Invitation for the Expression of Interest (Pre-Qualification) for Respective Operational Work Areas

 

A.      Introduction:

Galaxy Backbone Limited (hereinafter referred to as The Company) is desirous to undertake a pre-qualification for the provision of a range of services under the 2013 budget. Consequently, and in compliance with the relevant provisions of PPA 2007. The Company hereby wishes to invite competent and reputable contractors to indicate interest to pre-qualify to undertake respective services within the work areas highlighted below.

 

B.      Schedule of Work Areas.

 

S/N Work Area
1 A/c supply, repairs & maintenance services

 

2 Advert agency / media relation services

 

3 Bandwidth supply & maintenance services

 

4 Building/ sundry maintenance services

 

5 Supply, Installation, implementation of ERP system

 

6 Cleaning and fumigation services

 

7 Consultancy services for facilitation of corporate strategy retreat

 

8 Consultancy services for design and Implementation of ICT technical solution

 

9 Consultancy service for provision of ICT capacity building to customers/stakeholder

 

10 Consultancy service for provision of specialist management capacity building

 

11 Consultancy service for provision of specialist capacity building to technical operations staff

 

12 Consultancy for provision of assessment testing and related recruitment services

 

13 Courier and parcel handling/delivery services

 

14 Diesel supply services

 

15 Electrical repairs & maintenance services

 

16 Electrical equipment supplies, repairs & mtce

 

17 Fire alarm & extinguisher supply, repair & mtce

 

18 Generator supply, repair & maintenance services

 

19 ICT equipment & accessories (supply & mtce)

 

20 ICT software deployment & related services (supply & mtce)
21 Insurance brokerage services

 

22 Network equipment installation, repair & mtce

 

23 Network site support & management services

 

24 Office equipment & accessories (supply & mtce)

 

25 Office furniture & accessories (supply & mtce)

 

26 Office stationeries & consumables

 

27 Printing & publishing services

 

28 Restaurant, catering & pastries services

 

29 Security management services

 

30 ITIL training

 

31 Travel Management services

 

32 Vehicle supply, repairs & maintenance

 

33 Event management/ hall rental services

 

34 Consulting/advisory services on regulatory, legal and associated matters

 

35 Financial consulting and related advisory services

 

36 Real estate agency & management services

 

37 Health insurance and management services

 

38 Transport, haulage and logistic services

 

39 Import handing and clearing services

 

 

A.      Eligibility Requirement:

Interested and competent contractors wishing to carry out services within the highlighted work areas must submit the following documents with the expression of interest:

1.       Certified true copy of certificate of incorporation.

2.       Certified true copy of MEMART (Memorandum & Article of Association).

3.       Tax Clearance Certificate for the last three years covering 2010, 2011 and 2012.

4.       Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling the employer’s obligation to employees with respect to deduction and remittance of pensions.

5.       Evidence of payment of training contributions to Industrial Training Fund (ITF).

6.       Evidence of Registration with Financial Reporting Council of Nigeria (FRC). (Applicable to Financial Services only).

7.       Certified true copy of particulars of directors.

8.       Certified true copy of 3 years Company Annual Returns submitted to Corporate Affairs Commission

9.       Evidence of Value Added Tax (VAT) registration and remittance of VAT, With-holding tax (WHT) and Pay As You Earn (PAYE).

10.     3 years (unabridged) Company Audited Annual Report for 2009, 2010 & 2011 and duly stamped by a registered Auditor (Note that account statements will be compared with submitted tax clearance certificates).

11.     Comprehensive company profile indicating history, organisational structure, area of specialization key competencies and resources.

12.     Full detail of management team with CV of key personnel and professional staff propose to be deployed for relevant project as appropriate, (please indicate where available, evidence of membership of professional bodies)

13.     Letter of reference from the company’s bankers as to its financial capacity to undertake the service bidding for.

14.     A statement written on the bidders letter headed paper and signed by an authorized officer of the bidding company providing the following bank account details of the bidder’s company account name, account number, bank name, branch address, sort code and Tax identification number

15.     A sworn declaration that the firm and/or consortium nor any of its management staff has any relationship with the Company and its own management staff. In the event that such relationship exists, it should be clearly indicated in the affidavit.

 

16.     Evidence of corporate membership of relevant professional body (ies)

17.     A statement indicating that the vendor does not at the time of this submission have any existing loan or financial liability with a bank, other financial institution or third party that is classified doubtful, and or whose repayment portion has been outstanding for the last three months.

18.     Summary list (with short description) supported with verifiable documentary evidence of similar and other jobs successfully executed within the last three years. Such evidence shall be in the form of valid and verifiable letters of contract award, contract agreement and completion certificate.

19.     Company registered address, functional contact email address, GSM phone number(s) and facsimile number(s). (Note that all address details provided will be validated)

20.     Evidence of manufacturing facility in Nigeria, where applicable (facility may be inspected)

21.     List of equipment to be deployed for the project and evidence of ownership or lease.

22.     Health, Safety and Environment Policy (where applicable).

23.     Quality Assurance Policy, where applicable (Evidence of ISO Certifications will be an added advantage)

 

B.      Submission:

Application for Expression of Interest accompanied by the above listed documents should be forwarded in appropriately sealed envelope boldly marked at the top left corner;

 

Expression Of Interest/Pre-Qualification For xxxxxxxx Work ARFA (please specify work area)

addressed to:

 

The Secretary,

Tenders Board

Galaxy Backbone Limited

No 61, Adetokunbo Ademola Crescent

Wuse 2, Abuja, FCT.

 

C.      Closing Date:

All submissions must be received at the above office not later than 26th March 2013, with a deadline specifically set at 12:00 noon. Any document submitted after the deadline shall be rejected.

 

D.      Important Notice:

1.       This is not an invitation to tender. Pre-qualification does not commit. The Company to award contracts to any successfully pre-qualified company (ies). Full tendering procedures will be open only to contractors pre-qualified and found capable of executing specific projects within the work areas.

 

2.       Only successful contractors will be contacted for the tender process.

 

3.       Galaxy reserves the right to verify the authenticity of any claims made on the documents submitted by companies.

 

4.       Failure to comply with the instruction and provide any required document(s) may automatically result in disqualification.

 

5.       Submission of false documents is an offence and will lead to disqualification and prosecution.

 

E.      Enquiries:

For all enquiries, please email: procurement@galaxybackbone.com.ng

 

Signed:

Secretary,

Tender Board

Galaxy Backbone Limited

Invitation for Pre-Qualification for Year 2013 Capital Projects at Adeyemi College of Education, Ondo

Adeyemi College of Education, Ondo

 

Invitation for Pre-Qualification for Year 2013 Capital Projects

                                                  

 

1.0   Introduction

Adeyemi College of Education, Ondo intends to undertake pre-qualification exercise for the under-listed Year 2013 Projects.

 

Interested and reputable contractors are hereby invited to forward their documents for the purpose of PRE-QUALIFICATION for the under-listed Projects:

 

(i)      Renovation   of   College   Buildings   (Old   Agricultural Science/Integrated Science Laboratory Block)

(ii)    Construction of Car Parks, Drainages and Landscaping in School of Vocational and Technical Education Phase II

(iii)    Rehabilitation of Demonstration School Phase II

(iv)    Construction of Perimeter Fence, Wing C Phase II

(v)     Construction of College Roads (Gym to School of Vocational and Technical Education)

(vi)    Rehabilitation of Old Administrative Block

 

 

2.0   Pre-Qualification Requirements

Prospective Contractors shall be required to submit in following Pre-qualification documents:-

(i)                Evidence of Registration with Corporate Affairs Commission (CAC).

(ii)             Evidence of Tax Clearance Certificate for the last three (3) years.

(iii)           Evidence of VAT Registration and Remittances.

(iv)           Evidence of Company’s audited accounts for three (3) years and its annual turnover.

(v)             Evidence of Compliance with Pension Reform Act, 2004.

(vi)           Evidence of similar projects successfully executed with their locations (copies of letters of award to be attached).

(vii)        Technical qualifications and experience of key personnel.

(viii)      Evidence of Financial Capability and Bank Support (attach Bank reference, Statement of Account e.t.c.),

(ix)           Equipment and Technical Capacity.

 

 

3.0     Submission of Pre-Qualification Documents

Contractors are allowed to apply for the projects on payment of non-refundable processing fee of N20, 000.00 (Twenty Thousands Naira) only PER PROJECT made payable to Adeyemi College of Education Skye Bank  Investment Account No. 2121770005379

 

 

Pre-qualification documents should be neatly packaged in a sealed envelope marked   “Pre-Qualification for Year 2013 Capital  Project (INDICATE SPECIFIC PROJECT) at the top left hand corner of the envelope to:

The Registrar,

Adeyemi College of Education,

Ondo.

and submitted not later than 12.00 noon on 22nd April, 2013.

 

The bids will be opened as follows:

Closing Date/Time:       22nd April, 2013 12.00 Noon

Noon Opening Date/Time: 22nd April, 2013 1.00P.M.

Opening Venue: S. K. Babalola Conference Room

 

 

Interested Companies are by this notice invited to attend the opening exercise

 

Please Note That:

(i)                Adeyemi College of Education is not bound to pre-qualify any Contractor,

(ii)             Only successful pre-qualified Contractors would be required to proceed with main tenders

(iii)            This invitation for pre-qualification is NOT an invitation to tender for the projects.

 

Signed

F. E. Aderinboye

Registrar

Request for Expression of Interest at Federal Character Commission

The Presidency

Federal Character Commission

 

Advertisement

 

Request for Expression of Interest

 

The Federal Character Commission invites submissions from individuals (Professionals) with cognate experience in the Audit and Survey of Socio-Economic and Infrastructural amenities in Nigeria.

 

A)      Terms of Reference

a)       Design the Framework, Questionnaire. Template formats for collection of  Data.

b)      Provide Socio-Economic Amenities indices.

c)       Development of training and implementation module.

d)      Conduct training for field officers and.

e)       Guide the Commission on the entire survey projects and other issues incidental to:

 

B)      Criteria for Selection:

 

Candidates will be selected on the basis of the following:

a)       Professional qualifications, reliability, professional and managerial competence, other relevant experience for the assignment.

b)      The effectiveness of proposal in meeting the needs of the Commission (thoroughness of the Consultant methodology, approach and work plan including comments on the terms of the Consultant).

 

C.      Submission Date:

All Submissions should be properly bound and sent in a sealed envelope addressed to:

 

The Secretary to the Commission

Federal Character Commission,

Plot 64, First Avenue, Off Shehu Shagari Way, Abuja.

 

Attention: Director, Corporate Services

 

Submission Date: All submission should reach the above on or before 25th March 2013.

 

Management

 

Invitation for Pre-Qualification of Contractors for the Execution of Nigeria Customs Service 2013 Capital Projects at Nigeria Customs Service

Nigeria Customs Service Tenders Board

Customs Headquarters, Wuse Zone 3, Abuja

Website: www.customs.gov.ng        E-Mail: ng.customsboard@yahoo.com

 

Invitation for Pre-Qualification of Contractors for the Execution of Nigeria Customs Service 2013 Capital Projects

 

1.       Introduction:

The Nigeria Customs Service invites interested and reputable contractors, Manufacturers and Suppliers with relevant experience to apply for pre-qualification for tender as a first step to the selection of suitable contractors.

 

2.       Description and Scope:

(a)     Supply of Motor/Operational Vehicles

(b)     Office Equipment

(c)      Purchase/Construction of Office Building

(d)     Construction of other Buildings

(e)      Purchase/Construction of Staff Quarters

(f)      Renovation/Rehabilitation of Residential Quarters

(g)     Power Generating Plants/Equipment

(h)     Water Supply

 

Pre-qualification Requirements:

To be considered for pre-qualification, interested contractors should submit the following:

(a)     Evidence of Company Registration with Corporation Affairs Commission

(b)     Evidence of Current Tax Clearance Certificate for the last three (3) years

(c)      Evidence of having fulfilled all obligations in relation to pension and Social Security contributions in accordance with the provision of the Pension Act 2004 and Section 16 (6)-(d)of the Procurement Act 2007

(d)     Clearance letter from Industrial Training Fund, (ITF) Office in compliance with the Provision Training Fund (ITF) Amendment Act 2011 Section 6 (i)- (ii)

(e)      Evidence of VAT Registration, Remittance and Tax Identification Number (TIN)

(f)      Company Profile including key Staff and strength

(g)     Details of equipment and plants

(h)     Name, Address of Bankers and letter of Reference from Bank(s)

(i)      Verifiable details of similar contracts previously executed in the last five (5) years including letters of Award Agreements and Completion Certificate(s) where applicable.

 

3.       Submission of Pre-qualification Documents:

Pre-qualification documents must be appropriately prepared in hard copy and sent in a sealed enveloped marked “Pre qualification for Tender” and to reach the address below not later than 4.00pm on Monday 22nd April 2013.

 

4.       Opening of Pre-Qualification:

Applications received shall be opened publicly at 10.00am on Tuesday 23rd , April, 2013 at the CGC’s Conference Room, Customs Headquarters, Wuse Zone 5, Abuja.

 

5.       Please note that formal tendering procedure will be provided only to contractors that have been successfully pre-qualified.

 

The Secretary,

Nigeria Customs Service Tenders Board,

Room 037, Customs Headquarters,

Wuse Zone 3,

Abuja.