Invitation for Expression of Interest for Consultancy Services at Institute for Agricultural Research Ahmadu Bello University, Zaria

Institute for Agricultural Research

Ahmadu Bello University, Zaria

 

Invitation for Expression of Interest for Consultancy Services

 

The Institute for Agricultural Research, Ahmadu Bello University, Zaria wishes to invite qualified and experienced Consultants for Expression of Interest (EOI) for the purpose of providing Consultancy Services for Construction Works and other services in the Institute.

 

The Consultancy Services required are in the following areas:

 

1.       Architectural Services

2.       Civil/Structural Engineering Services

3.       Electrical/Mechanical Services

4.       Quantity Surveying Services

5.       Other Services

 

Interested Consultancy firms must meet the following requirements:

  1. Evidence of Incorporation and registration with Corporate Affairs Commission, (CAC)
  2. Company’s tax clearance certificate for the preceding three (3) years i.e. 2010-2012
  3. Company s Audited Accounts for the last three (3) years including annual turnover
  4. Evidence of Payment of ITF employers’ contribution.
  5. Evidence of registration of the firm with relevant professional bodies.

 

Submission of Expression of Interest (EOI)

 

In addition to the above requirements, the document should include.

a)                 Profile of the firm/consortium including ownership/partnership structure

b)                List of similar verifiable and successfully completed or on-going projects. Enclose copies of letters of award interim payment certificates and practical completion certificates, in the last three years.

c)                 Evidence of VAT Registration

d)                Evidence of payment of training contribution to ITF (Industrial Training Fund)

e)                 Evidence of registration with Financial Reporting Council of Nigeria (FRC)

f)                  Evidence of experience in jobs of similar nature and completely executed within the last three (3) years with verifiable letters of contracts award

g)                 Audited Accounts for the last three (3) duly stamped by licensed Auditors.

h)                Full account details including SORT Code

i)                   Evidence of financial capability/reference letter from a reputable bank

j)                   Evidence of Registration with relevant Professional Bodies such as COREN, ARCON, OSREN etc.

k)                Possession of satisfactory Qualify Assurances/Quality Control Manual.

 

The Expression of Interest must be submitted in (2) copies in a sealed envelope clearly marked “Expression of Consultancy Services” as stated above.

 

The Expression of Interest should be addressed to:

 

The Institution Secretary,

Institution for Agriculture Research,

Ahmadu Bello University,

Zaria

 

It should be submitted in the Institution Secretary Office not later than 12.00noon, 1st April, 2013.

 

Signed:

Institute Secretary

Invitation for Pre-Qualification of Contractors for the Year 2012 TETFUND Special Intervention Project at Federal College of Education

Federal College of Education,

P.M.B 2041, Katsina

 

Invitation for Pre-Qualification of Contractors for the Year 2012 TETFUND Special Intervention Project

 

A.      Introduction:

The Federal College of Education, Katsina intend to execute the following projects under the year 2012 TETFund BOT Special Intervention:

i)                   Lot I: Procurement of Computers & office Equipment

ii)                Lot II: Procurement of Vehicles

 

B.      Pre-Qualification Requirements:

Interested, experience and reputable Contractors are hereby invited to submit the following documents to qualify for Pre- qualification.

a.       Certificate of Incorporation or Registration with Cooperate Affairs Commission.

b.       Company Audited Account for the last three years (2010-2012)

c.       Tax clearance certificate for the last three years (2010-2012)

d.       Evidence of Pension and Social Security contributions for Companies with five or more permanent members of staff.

e.       Evidence of Financial capability and Banking support

f.       Company Profile including Curriculum Vitae of the key personnel.

g.       Equipment and Technical Capability of the Company.

h.       Similar projects executed and evidence of knowledge of the industry (please attach copies of award letters for on-going projects and completion Certificates for completed Projects)

i.        Evidence of compliance with section 16(6) of the public procurement Act 2007 and section 6(1)-(3) of the Industrial Training Fund’s (ITF) 20 11.

j.        Any other additional information that may enhance the chances of the company

 

C. Submission of Pre-Qualification Documents:

Pre- Qualification Documents should be submitted in sealed envelope marked at the top left hand corner with the name Project and addressed to:

 

The Head,

Procurement Department,

Federal College of Education,

P.M.B 2014,

Katsina.

 

To reach him on or before 12:00noon of 28th March, 2013.

Late Submission will not be considered under any circumstance.

 

D.      Public Opening

All submissions received shall be publicly opened at 12.01pm on the closing date in the College Board Room. Contractors should be ready to produce original copies of the documents forwarded if requested.

 

Contractors that made submissions or their representatives are advised to attend the opening exercise.

 

Signed

Alh. Abdullahi Abubakar

Registrar

Invitation to Tender at Federal Polytechnic Oko, Nigeria

Federal Polytechnic Oko, Nigeria

P.M.B 21, Aguata, Anambra State

 

Invitation to Tender

 

In compliance with the requirements of the Public Procurement Act 2007, the Federal Polytechnic Oko invites Tenders from reputable companies with proven experience and records to undertake the under listed projects in its year 2012 Tertiary Education Trust Fund Special Intervention.

 

1)    Scope of Work:

 

Lot No        Project Description: Goods

 

LOT 1         Supply, Installation and Commissioning of:        (a) Desktop Computers; b) Monitors; c) Notebook, d) Computer tables and chairs

 

LOT 2 a)     Supply, Installation and Commissioning off (i) Generator (ii) Gear Switch (iii) Change-over switch and (iv) Relevant Armoured cables

b)      Supply and Delivery to the institution of 16-seater Bus

 

 

2)      Eligibility Requirements

Bidding will be conducted using the procedures stipulated in the Public Procurement Act 2007 and is open to all interested Bidders that meet the following minimum qualification criteria:

 

a)       Evidence of Company Registration with Corporate Affairs Commission with inclusion of the Company’s Certificate of Incorporation and Memorandum of Association

b)      Manufacturers’ Authorization letter as evidence of access to Warranty, After sales and Technical Support for the products.

c)       Evidence of availability of the products and ability to deliver and install the products at short notice;

d)      Company Profile including Curriculum Vitae of qualified Staff to be deployed for the job and with relevant experiences (technical and managerial). Please enclose copies of relevant academic and professional certificates of ail technical staff;

e)       List of similar projects handled in the last five (5) years with inclusion of photocopies of Award letters and Completion Certificates using the following format:

  • Contract name (insert full name)
  • Brief Description of the Works performed
  • Scope of Work: (describe scope of works performed briefly)
  • Amount of contract: (insert amount in Naira)
  • Name of Employer: Contact person (indicate full name)
  • Telephone Number of Employer Contact person (indicate number)

 

f)       Evidence of Financial capability and access to financial resources from a reputable bank

g)       Company’s Report of Audited Accounts for the immediate past three (3) years duly certified by qualified Audit Firm (s)

h)      Company’s VAT Registration Certificate with evidence of remittance

i)       Evidence of current Tax Clearance Certificate (for the last three years) corresponding with declared Annual Turnovers by inclusion of photocopy

j)       Evidence of registration with relevant regulatory and professional bodies

k)      Evidence of Compliance with pension Reform Act, 2004 by inclusion of compliance letter from the National pension commission

l)       A Sworn affidavit indicating that the company

i.        does not have any director who has been convicted of offence relating to fraud or financial impropriety or falsification of facts relating to any matter

ii.       is not in receivership, insolvent, bankrupt

iii.      No officer of the relevant committee of the Federal Polytechnic Oko Or Bureau of Public Procurement is former or present director, shareholder or has any pecuniary interest in the bidding process

iv.      Confirm that all information presented in the bid are true and correct in all particulars.

 

3.     Collection of Bidding Document

A complete set of bidding document may be collected by interested Bidders from the office of the Director of Works and Maintenance Services, Federal Polytechnic Oko, from 9.00 am daily on submission of evidence of payment of non-refundable tender fee in the sum of fifty thousand (N50, 000,00) naira in Bank Draft (Banker’s Cheque) made payable to the Federal Polytechnic Oko.

 

4.       Submission and Opening of Bidding Document

The prospective bidders shall enclose the original technical and original financial bids and all copies of the bids in two (2) separate envelopes, and enclose the two (2) envelopes in one sealed outer envelope which shall bear the Lot Description, the name and address of the company.

 

Bids must be delivered to the office of the Director of Wor5ks and Maintenance Services, Federal Polytechnic Oko on or before 12.00noon, Friday, 26th April, 2013. Bids will be opened immediately after closure of bid submission.

 

Note:

The collection and submission of bidding documents do not constitute a contract and Federal Polytechnic Oko reserves the right to cancel the procurement process without incurring any liabilities or assigning any reason thereto.

 

Engr. Dr. K.E. Enekwechi

Director of Works & Maintenance Services

Invitation for Pre-Qualification for Printing Job at Corporate Affairs Commission

Corporate Affairs Commission

(Established Under the Companies and Allied Matters Act 1990)

Plot 420 Tigris Crescent, Maitama District

P.M.B 198 Garki, Abuja-Nigeria

 

Invitation for Pre-Qualification for Printing Job

 

1.0    Introduction

 

The Corporate Affairs Commission is a statutory organization established by the Companies and Allied Matters Act 1990. It is empowered by the Act to Register, Regulate and supervise companies in Nigeria.

 

The Corporate Affairs Commission invites interested and reputable printing firms with requisite experience for pre-qualification for printing jobs for this year 2013.

 

2.0     Pre-Qualification Requirements

In order to be considered for pre-qualification, interested and competent contractors/suppliers must submit the following:

 

a)       Evidence of registration with Corporate Affairs Commission.

b)      Full details of the company’s profile.

c)       CV’s of key personnel, showing experience and technical qualification

d)      Evidence of compliance with Pension Reform Act, 2004.

e)       List and verifiable evidence of similar jobs previously handled, stating the values, clients, and reference persons.

f)       Tax clearance for three (3) years.

g)       VAT registration certificate.

h)      Full office address and GSM numbers of contact persons.

i)       Companies Audited Account for the last 3 years.

j)       Bank reference.

k)      Evidence of financial capability or bank support.

I)       Evidence of compliance with ITF Amended Act 2011

m)     Evidence of competent equipments/workshops capable to handle all form of printing jobs.

 

3.0     Submission of Pre-Qualification Documents.

The completed pre-qualification documents should be enclosed in an envelope, sealed and addressed to:

 

The Registrar General

Corporate Affairs Commission,

Plot, 420 Tigris Crescent,

Off Aguiyi Ironsi

Street, Maitama, Abuja.

 

4.0     The completed pre-qualification documents should be submitted to the office of the Director Procurement, Corporate Affairs Commission, Abuja on or before 12 noon of Wednesday, 10th April, 2013.

 

5.0     The Commission may require a physical inspection of your equipments where necessary.

 

6.0     This is not an invitation to tender, full tendering procedure shall be bidders that have been pre-qualified and found capable of project delivery

 

7.0     Tenderers should also note that only pre-qualified companies would be invited submit financial bids. The management of Corporate Affairs Commission, Abuja reserves the right to reject any or reject any or all the submissions that do not meet up with the requirements as specified above.

 

8.0     The advertisement for the submission of the pre-qualification shall neither be construed to be committed on the part of the Commission, nor shall it entitle any company to make any claim whatsoever and/or seek any indemnity from the Commission by virtue of any response to the said advertisement.

 

Signed:

Management

 

Invitation for Bids at Corporate Affairs Commission

Corporate Affairs Commission

(Established under the Companies and Allied matters Act 1990)

Plot 420 Tigris Crescent, Maitama District

P.M.B 198 Garki, Abuja-Nigeria

 

Invitation for Bids

The Corporate Affairs Commission intends to undertake the procurement of goods on Lots listed below. Interested contracting firms are hereby invited to submit bids for the following items;

 

LOT 1: Supply of Operational Motor Vehicles

 

LOT 2: Supply of Office Furnitures

 

LOT 3: Supply of ICT Equipments

 

2)      Bid Requirements

Interested firms should include in the submission:

a.       Evidence of registration with Corporate Affairs Commission,

b.       Full details of the Company’s Profile.

c.       Curriculum Vitae of key personnel showing experience and technical qualification,

d.       Tax Clearance Certificate for three (3) years,

e.       VAT registration certificate.

f.       Full office address and GSM numbers of contact person.

g.       Companies audited account for the last 3 years.

h.       Bank reference

i.        Evidence of financial capability or bank support.

j.        Details of the scope should be obtained from Administration department upon payment of N10, 000.00 non-refundable fee, with a crossed bank draft (payable to Corporate Affairs Commission)

k.       Evidence of pension contribution.

l.        Evidence of compliance with Section 6 of ITF Act.

 

The Corporate Affairs Commission reserves the right to inspect or verify claims/information submitted as it deems necessary. Similarly, the office is not bound to shortlist any bidder and reserves the right to annul the selection process when unforeseen developments warrants such action, without incurring any liability and assigning any reasons thereof.

 

 

3)      Bid Documents containing full specification on all the LOT can be obtained from the office of Director, Procurement located on the fifth (5) floor of the main office building of Plot 420, Tigris Crescent, Maitama, Abuja, upon payment of a non-refundable sum of Ten Thousand Naira Only (N10.000.00) for each Lot bided.

 

4)      Submission of Bids

Bids are to be sealed with wax in an envelope indicating the LOT number and specification to the Secretary Tenders Board, Corporate Affairs Commission, Plot 420, Tigris Crescent, Maitama, Abuja. Submission of bids shall close at 2.00pm on 24th April, 2013 to be immediately followed by bid opening on the same day. Representatives of all bidding firms will be expected to be present at the bid opening session.

 

Signed:

Management