Invitation for Pre Qualification and Tender at Michael Okpara University of Agriculture Umudiki

Michael Okpara University of Agriculture Umudiki

P.M.B. 7267, Umuahia, Abia State, Nigeria Office of the Registrar

 

Invitation for Pre Qualification and Tender

 

1.0     Bids are hereby invited from interested and reputable Contractors with relevant Experience and good track record in respect of:

 

2.0     Construction of Centre for Gender and Child Development at Michael Okpara University of Agriculture, Umudike.

 

This is a two floor building with spaces including Offices, Seminar rooms and Conveniences.

 

The Non-refundable processing fee of N20, 000.00 (Twenty thousand naira) only should be made Payable in Bank Draft to The Michael Okpara University of Agriculture, Umudike

 

 

3.0     Bidding Criteria

Interested contractors are required to submit the following;

 

  1. Company profile and organizational structure including names and resume of key personnel.

 

b.  Verifiable list of previous/similar major works carried out in the recent past with their locations and clients (copies of completion certificate/final payment certificate should be attached).

 

c.  Evidence of incorporation and current tax clearance certificate for last three (3) years.

 

d.  Reference letter from the company’s banker(s)

 

e.  List of equipment to be used for the project and their location (state whether the equipment are leased, hired or owned).

 

f.   Evidence of compliance with pension reform Act 2004 (as amended)

 

g.  Evidence of compliance with the amended Industrial Training fund Act 2011.

 

 

4.0     Collection of Bidding /Tender Documents

 

The bidding documents are to be collected from the office of the Ag. Director of Physical Planning, upon evidence of payment of non-refundable fees to the Bursary Department, Michael Okpara University of Agriculture, Umudike

 

5.0     Submission of Documents

Duly completed documents should be ready packaged for the review of the University.

 

It should be delivered to:

 

The Registrar

Michael Okpara University of Agriculture, Umudike

Abia State

Room 214, Alex Ekwueme Building

 

To reach him on or before 11th February, 2013 by 12.00 noon

 

 

6.0     For Further Enquiries Contact:

 

The Vice-Chancellor or the Ag. Director,

Physical Planning Michael Okpara University of Agriculture, Umudike

 

7.0     Opening of Pre-Qualification Documents.

 

Interested competent Contractors are invited to the opening of the bid document on 11th February, 2013 by 12noon in the Vice-Chancellor’s Conference Room Michael Okpara University of Agriculture, (MOUA) Umudike.

 

8.0     Please Note That:

  • Michael Okpara University of Agriculture is neither committed nor on obligation to shortlist any Contractor or Agent.
  • The University reserves the right to reject any and/or all-bidding package.
  • This advertisement for invitation shall neither be construed as commitment on the part of the University nor shall it entitle any contractor to make any University of Agriculture, Umudike.

 

Dr. A.C. Nwokocha

Registrar

 

Invitation for Bids at Civil Reconstruction and Flood Control, Lagos

The Federal Republic of Nigeria

Nigeria Electricity and Gas Improvement Project: CR 46200 UNI

 

Extension of closing Deadline and Revision of Qualification

 

Requirements on: Civil Reconstruction and Flood Control of Sinking

132/33kV Alagbon Substation, Ikoyi Lagos: Bid NGP-W1

 

 

Reference to Invitation for Bids on the Civil Reconstruction   and   Flood   Control   of Sinking 132/33kV Alagbon Substation, Ikoyi Lagos: Bid NGP – W1 published in dgMarket Online and the Thisday Newspaper of 18th October, 2012.

 

This is to inform all the Prospective Bidders that in view of the issues that were raised and considerations given at the Pre – Bid Meeting of 11th December, 2012

The Bid Closing / Opening date has been extended from 15th January, 2013 to 12th February, 2013.

The Bid Closing/Opening time remains 12:00 noon.

 

Consequent upon change in scope of work, the Qualification Requirements has been revised as follows:

 

1.       The amount of bid security shall be an amount equivalent to One hundred and ten thousand United States Dollars (US$110,000.00) or the currency of the bid or a freely convertible currency.

2.       Minimum average annual turnover of Eleven million US Dollar (US$11 m) “or equivalent” calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years.

3.       Financial Resources:

The Bidder must demonstrate access to, or availability of financial resources such as

 

liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirements of One million, nine hundred thousand US Dollar (US$19m) “or equivalent”

 

4.     Specific Experience:

Participation as contractor, management contractor, or subcontractor, in at least Two (2) contracts within the last Five (5 ) years , each with a value of at least Five million, five hundred thousand US Dollar (US$5.5m) “or equivalent”

 

The Addendum No. 1 to the Bidding Document, revised Bill of Quantities (BOQ), Project Background & objectives and Drawings shall be forwarded to you in due course.

 

The venue for the Bid Opening remains the Conference Hall of Immaculate Suites and Apartments, Plot 110, Adetokunbo Ademola Crescent, Wuse II, Abuja at 12:00 noon.

 

Address (1)

Engr. A. J. Ciroma

General Manager, PMU

Project Management Unit

7, Kampala Street, Wuse II,

Abuja 900288,

 

NIGERIA.

Tel: +234-9-8705449 & 8746421

E-mail: phcnpmu@nepapmu.org.ng

Website: www.nepapmu.org.ng

Tender Notice at Central Bank

Tender Notice

Central Bank of Nigeria on behalf of DMO

Nigerian Treasury Bills

 

Notice is hereby given by the Central Bank of Nigeria on behalf of DMO that the Federal Government of Nigeria Treasury Bills of 91, 182 and 364-day tenors amounting to N34, 888,896,000. N50, 000,000.000 and N80, 000,000,000 respectively would be issued by Dutch auction on Thursday, January, 24th 2013.

 

All Money Market Dealers should submit bids through the CBN TEMENOS INTERNET BANKING between 9.00am. and 11.00am on Wednesday. January, 23rd 2013

 

Each bid must be in multiple of N1,000 subject to a minimum of N10,000. Authorized Money Market Dealers are allowed to submit multiple bids. A bid may be for authorized money Market Dealers own amount, Non Money Market Dealers or interested members of the public. The result of the auction would be announced by 11.30 am on Wednesday, January 23rd 2013. The Bank reserves the right to reject any bid.

 

Allotment letters would be issued for successful bids on Thursday, January, 24th 2013, while payment for successful bids should be made to your account with the Central Bank of Nigeria not later than 11.00am on Thursday, January 24th, 2013

 

The Banker reserves the right to vary the amount on offer in line with market realities prevailing as at the period of auction of the Nigerian Treasury bills.

 

 

Government Securities Office

Central Bank of Nigeria

Abuja

WASH AND NUTRITION CONSTRUCTION TENDER at ACF (Action Centre la Faim / Action Against Hunger)

WASH AND NUTRITION CONSTRUCTION TENDER

PD NG AB 00477

 

ACF (Action Centre la Faim / Action Against Hunger) is a registered charity, founded in 1979. ACF operates in 37 countries. The international network of ACF is represented in Paris, London, Madrid, New York and Montreal. Teams in the field combat hunger on four fronts: nutrition, food security, health, water and sanitation. The following activities will be carried out in Community-based Management of Acute Malnutrition (CMAM) centres operated by ACF International in collaboration with Yobe State Primary Health Care Management Board (YSPHCMB). ACF International operates in three Local Governments namely: Damaturu, Fune and Potiskum LGAs where these contracts will be executed.

 

 

ACF – NIGERIA intends to award a works contract for the supply of the following services in the framework of humanitarian programs funded by European Commission, ECHO:

 

1.       Construction of Ten (10) 2 stances VIP latrines in 10 Primary Health Care centres

2.       Drilling and installation of Eleven (11) boreholes fitted with 2,000ltr UPVC overhead tank in various PHCs located within Damaturu, Fune and Potiskum LGAs.

3.       Construction of Fifteen (15) De Montfort Incinerators (M9) model with shelter in various PHCs located in Damaturu, Fune and Potiskum LGAs.

4.       Construction of Four (4) Mother Shelters in four PHCs

5.       Renovation of five (5) Primary Health Care Centres in Mashio, Tello, Danchuwa, Gabai and Gambir.

6.       Construction of one (1) bathing facility in Ngelshengelle PHC.

7.       Construction of two (2) Underground Reservoirs and piping of water from pre-existing borehole of approximately 150m away.

 

Interested contractors should come to any of the ACF International offices

(Abuja, Damaturu or Dutse) to obtain the Bid packages not later than 25th January, 2013. Payment of a non refundable 5,000 N6N fee will be requested per tender dossier (payable by bank transfer or in cash against receipt).

 

ACF Damaturu

No 25, Legislative Quarters,

Gujba Road,

Damaturu, Yobe State.

 

ACF Dutse

Plot 68, Unguwar Sarki, GRA

State Scholarship Board Road

Dutse, Jigawa State

 

ACF Abuja

1 Jerry Gana Close.

Utako, Abuja

 

For more information, please contact:

Tel: + 234 812 722 7030

tender.ng@acf-international.org

 

ACF does not bond itself to award the tender to the lowest tender or any bid and reserve the right to accept the whole or part of the tender.

 

The deadline for submission of tenders is 11th February, 2013 at 5pm (Abuja time)

 

INVITATION TO TENDER at FEDERAL INLAND REVENUE SERVICE

FEDERAL INLAND REVENUE SERVICE

15 SOKODE CRESCENT, WUSE ZONE 5, P.M.B 33, GARKI, ABUJA, NIGERIA

www.firs.gov.ng

 

INVITATION TO TENDER

The Federal Inland Revenue Service (FIR S) in a bid to provide conducive working environment for its workforce and also ensure standardization of its offices across the various states of the nation, has decided to embark on the renovation of its offices.

To achieve the desired objective the Service hereby invites existing and prospective contactors to tender for the renovation of the following offices in the 2013 financial year.

 

2. OFFICES FOR RENOVATION

  1. Renovation of Ilupeju Medium and Small Tax Office MSTO (Lot 1).
  2. Renovation of Yola Medium and Small Tax Office MSTO (Lot 2).
  3. Renovation d FIRS Training Hall at Agidingbi, Ikeja, Lagos (Lot 3).
  4. Renovation of Enugu Medium and Small Tax Office MSTO, Ridgeway Road, Enugu (Lot 4)
  5. Renovation  of Osisioma Medium and Small Tax Office MSTO (Lot 5)
  6. Renovation of Yaba Medium and Small Tax Office MSTO (Lot 6)

 

3. ELIGIBILITY TO PARTICIPATE

Interested reputable contractors must have necessary competences and possess the following:-

I.            Certificate of the Company’s Registration/Incorporation verifiable from Corporate Affairs Commission.

II.            Company’s Current Tax Clearance Certificate (2012 TCC please).

III.            Evidence of membership of the relevant professional association or organization.

  1. Taxpayer Identification Number

V.            Company profile in line with the following criteria:

  • Profile of the company:

ü Management Structure.

ü Size of Company (Technical & Non Technical Staff).

ü Name of head of Technical team for the proposed project with relevant certification (ARCON,COREN, CORBON, QRSBN etc)

ü Members of proposed Technical team who are registered for the FIRS project must have minimum 1no Quantity Surveyor, 1no Architects, 3nos Engineers (civil, Electrical and Mechanical Engineer) with at least 5years minimum experience in the construction industry and registered with relevant professional bodies.

 

 

  • Experience in performing similar work:

ü Evidence of project execution in the last 5 years which must be in the range of over N30 million (Lot 12 – 13). (Attach award letters, completion certificate or interim payment certificate).

ü Must have executed minimum of 5 nos renovation/rehabilitation projects to completion with each of them having at least a minimum of 2 (two) suspended floors or more (Attach pictures, address, including client references, completion certificates etc).

ü Project Methodology

 

  • Equipments, plants and machinery/Work Plan:

ü Years of Experience of the Project Manager in the Construction Industry (Attach CV certificates, details of Project Handled with Proof).

ü Quality control measures to be adopted by the company.

ü List of relevant construction equipment available to be deployed for the FIRS project. (Show proof of ownership or lease agreement with a leasing company)

ü Attach proposed work schedule and milestone using Microsoft Project.

 

  • Financial Capability

ü Proof of access to funding of not less than 30 million Naira which can be accessed for the initial funding of the project or letter from a credible bank.

ü Turnover as reflected on Tax Clearance Certificate.

In addition prospective contractors shall be required to demonstrate that they are financially capable to undertake the contract if awarded. Please note that banker’s letter merely stating that the applicant is a customer without any turnover range is not conclusively indicative of financial capacity and therefore not acceptable

  1. A sworn statement that the company is not in receivership or Financially/Legally encumbered.
  2. Accompanying sworn affidavit of disclosure; to disclose clearly if any of the officers (or related person) of the Federal Inland Revenue Service (FIRS) or bureau for Public Procurements is a former or present Director of the company and that the company does not have any Director who has been convicted in any county for any criminal offence relating to fraud or financial impropriety.
  3. Verifiable documentary evidence of similar and other jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificates or Interim Payment Certificates where such jobs are still in progress as well as Turnover figures as evident in the Tax Clearance Certificate.
  4. Evidence of audited account for the last three years.

X.            Submit evidence of having fulfilled all obligations in relation to pensions and social security contributions in accordance with the provisions of the Pensions Act 2004, Industrial Training Fund (ITF). National Pension Commission (Certificate of Compliance) etc.

  1. A sworn affidavit that the company is not a replacement for a hitherto tax defaulting company.

 

4. NOT ELIGIBLE

All Contractors who have defaulted on previous contract(s) awarded to them by FIRS.

 

5. COLLECTION OF TENDER DOCUMENTS

From the date of this advert, interested contractors are required to collect detailed tender documents from Procurement Department, Support Services Group, Federal Inland Revenue Service, (HQ) Revenue House (Room 126) 15 Sokode Crescent, Off Michael Okpara Street Wuse, Zone 5, Abuja after presenting evidence of payment of a non-refundable Under fee of N10, 000, 00 (Ten thousand naira only) to the FIRS Central Pay Office (CPO) Revenue House.

 

6. SUBMISSION OF TENDER DOCUMENTS

Contractors are required to submit original and two (2) copies of tenders. Company profile in line with the Eligibility Criteria in one envelope while the Priced Bill of Quantities (BOQ) in another separate envelope all envelope must have the name and address of the contractors, project name and Lot (as stated in paragraph 2 above) clearly written on them. Interested and reputable companies are required to HAND DELIVER all tender documents in sealed envelopes (NO COURIER, PLEASE), appropriately marked as indicated in the tender document and addressed to:

 

Director,

Procurement Department

Support Service Group

Federal Inland Revenue Service

Revenue House (Room 128)

15 Sokode Crescent, Off Michael Okpara Street

Wuse, Zone 5, Abuja.

 

The envelopes must be registered in the office of the Director of Procurement Department and thereafter dropped in the tender box provided for the purpose on or before 12noon, 25th February 2013.

 

CLOSING DATE AND TIME FOR SUBMISSION OF TENDER DOCUMENTS

All tender documents must be Hand Delivered on or before 12noon, 25th February, 2013. Any document received after the date and time specified above stands automatically disqualified.

 

8.

OPENING OF TENDER DOCUMENTS

Tender documents shall be opened at 1.30pm immediately after the close on 25lh February, 2013 at the Conference Room, FIRS Headquarters, 15 Sokode Crescent, Wuse Zone 5, Abuja. Bidders and their representatives, civil society organizations (CSO) and the general public are invited to witness the Opening process.

 

9. NOTES

  • The Federal Inland Revenue Service reserves the right to verify claims made by any contractor.
  • Submission of tender does not commit FIRS to awarding contracts to a tenderer.
  •  Tendering false documents is an offence and will lead to disqualification and prosecution.
  •  A prospective tenderer is encouraged not to tender for more than three (3) projects

 

 

10.   Enquiries

For all enquiries: Email: firsprocurement@firs.gov.ng

 

 

Signed

Secretary

FIRS Tenders Board

For: Executive Chairman FIRS