Invitation for Technical and Financial Proposals at Federal Ministry of Water Resources

Federal Republic of Nigeria

Federal Ministry of Water Resources

 

Invitation for Technical and Financial Proposals for Internally Generated Revenue Survey for the River Basin Development Authorities (RBDAs) in Nigeria

 

1.0     Introduction

 

1.1     The Federal Ministry of Water Resources through its Department of River Basin Operations and Inspectorate intend to engage Consultants to conduct Internally Generated Revenue Survey (IGRS) for the River Basin Development Authorities in the six (6) geo-political zones.

 

1.2     The Ministry therefore, wishes to invite technical and financial proposals from competent bidders to carry out the survey.

1.3     The proposals should be prepared by the consultants guided by the following terms of reference which include:

i.        Conduct a detailed desk study on the IGR from 2010 2013 for each of the River Basin Development Authority.

ii.       Compute the total annual generated fund (TAGF).

iii.      Identify possible sources of IGR for each of the River Basin Development Authority based on its assets, projects and programmes.

iv.      Identify shortfall and gaps in the IGR Potential and Actual.

v.       Design a template/ questionnaire to be administered to all River Basin Development Authorities to collect comprehensive information on:

a.       IGR generation potential from their programmes

b.       IGR currently generated by their programmes

c.       Mode of collection of the IGR

d.       Gaps identified and challenges in each of the River Basin Development Authority

e.       Level of Utilization of the IGR and remittances to government

vi.      Coordinate the activities of in-house officers of the Ministry that will administer the questionnaires to the River Basin Development Authorities.

vii.     Collect and collate the returns of the questionnaires for analysis and interpretations.

viii.    Prepare River Basins Development Authorities specific returns on its current IGR potential.

ix.      Make recommendations on how the River Basin Development Authorities can improve on their IGR potentials and

x.       The consultant is expected to submit three (3) sets of hard copy and one electronic copy of the report on quarterly basis and the final comprehensive report in 12 months effective from the date the agreement is finalized with the Ministry

 

2.0     Eligibility Criteria:

Competent Bidders are to provide the following as minimum prequalification requirement.

 

a)       Evidence of registration with Corporate Affairs Commission (CAC) by inclusion Certificate of Incorporation; Article of Association: up to date Annual Returns: form C02; and form C07.

b)      The Company must show evidence of the following:

i.        Tax Clearance Certificates for the last 3 years (2010, 2011 & 2012) with the Company Tax Identification Number (TIN)

ii       Evidence of ITF Clearance Certificate

iii       Evidence of Pencom registration and Clearance Certificate

c)       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten (10) years with verifiable letters of contract award and certificates of job completion.

d)      Evidence of financial capability (Statement of Account or Turnover) and reference letter from a reputable bank.

e)       Minimum turnover of N 10,000,000.00

g)       For Joint Venture, include Memorandum of Understanding.

h)      Evidence of registration with relevant regulatory professional bodies such as CITICAN, ANAN, etc.

i)       Evidence of qualification of key staff and their registration with the relevant regulatory professional bodies.

j)       Provide Annual Auditors Report for the last 3 years (2010, 2011 & 2012).

 

NB:   Original of documents 2.1 (a-j) above must be produced for sighting on request/during the opening session. Please Note that Submission of Fake Documents is a Fraudulent Practice which is Punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted.

 

3.0     Collection of Prequalification/Expression of Interest Documents

 

3.1     Qualified companies shall on written application and payment of non refundable tender fee of N10, 000 (Ten Thousand Naira) only and obtain a treasury receipt from the Accounts and Finance department collect Request for Proposal /Expression of Interest, from

 

Office of the Director, (Procurement)

Federal Ministry of Water Resources,

Block A, Room 202

Old Secretariat, Area 1, Gorki, Abuja.

 

3.2     Payments of the non-refundable application/tender fee of N10, 000 (Ten Thousand Naira only) must be made into the Ministry’s account as follows:

 

Federal Ministry of Water Resources

Guaranty Trust Bank Plc

Account Number: 0023649139

 

4.0     Submission of Proposals

4.1     Completed Technical and Financial proposals (Two sets of hard copy and One Electronic copy in compact disk and Microsoft office) shall be submitted in two different sealed envelopes and labeled “Technical proposals” and “Financial proposals” and both sealed in a third envelope marked “Project Name” at the top right hand corner and addressed to:

 

Office of the Director, (Procurement)

Federal Ministry of Water Resources,

Block A, Room 202

Old Secretariat Area 1,

Garki, Abuja.

 

to reach him on or before 12.00 noon on Monday, 23rd September, 2013.

 

4.2     Technical and Financial proposals will be opened same day by 1.00p.m at the Ministry’s Conference Room.

4.3     Only firms whose proposals fulfill the minimum requirements would be considered.

 

5.0     Enquiries:

5.1     All enquiries on this advertisement are to be directed to:

The Director,

River Basins Operation & Inspectorate,

Federal Ministry of Water Resources,

Block A, Old Secretariat, Area 1,

Garki, Abuja.

 

6.0     Disclaimer and Conclusion

6.1     This announcement is published for information purposes only and does not constitute an offer by the Ministry to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Ministry to procure-concession services.

 

6.2     The Ministry will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an inquiry.

 

6.3     The Ministry is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

 

Signed

Baba Umar Faruk, OON.

Permanent Secretary

 

Invitation to Bid at National Commission for Mass Literacy, Adult and Non-Formal Education (NMEC)

National Commission for Mass Literacy, Adult and Non-Formal Education

Plot 1641, Bade Close, off Ubiaja Crescent, P.M.B 295, Garki Abuja

 

Invitation to Bid

 

Introduction

The National Commission for Mass Literacy, Adult and Non-Formal Education (NMEC) wishes under the 2013 Budget to invite reputable and competent firms/contractors to bid for the following:

 

Scope of Work:

Lot1:           Procurement and Installation of Centrally Manage Office System (CMOS)

Lot 2:          Procurement of Office Furniture and Equipment for NMEC Vocational Centre, Minna.

Lot 3:          Reprinting of Non-Formal Education Curriculum, etc.

Lot 4:          Reprinting of Non-Formal Education Primers, etc.

 

Requirements for Bidding:

a.       Evidence of incorporation with the Corporate Affairs Commission.

b.       Detailed Company Profile.

c.       Tax clearance Certificate for last three years (2010, 2011 & 2012).

d.       VAT registration Certificate and Evidence of Remittance to FIRS.

e.       Evidence of Financial Audited Account for the past 3 years.

f.       Evidence of Similar Project Previously delivered e.g. Letters of award, engagement, payment etc.

g.       Evidence of Financial Capability/ Bank Reference Letter

h.       Evidence of Manufacturers Authorization – Lot 1

i.        Clear office address

j.        Evidence of Compliance with the Pension Reform Act 2004 (As

Amended).

k.       Evidence of Compliance with the amended Industrial Training Fund (ITF Act 2011).

l.        Sworn affidavit that none of the Company’s director is an ex-convict.

m.      Sworn affidavit that the Company is not bankrupt.

 

Collection and Submission of Bidding Documents

 

Interested bidders should pick the bid document (On payment of non -refundable tender fee of =N= 20,000 for Lot 1, Lot 2 and =N= 10,000 Lot 3 or Lot 4 in Certified Bank Draft issued in favour of National Commission for Mass Literacy Adult and Non-Formal Education- please write the name of your company/organization at the back of the draft) from The Head of Procurement, 2nd floor NMEC Head Office, Plot 1641 Bade Close, off Ubiaja Crescent, Garki II Abuja. Submission of bid should be done in sealed envelope (with photocopy of draft payment) marked “Bid for Procurement Lot Number” (Bidders are allowed to bid for only one Lot please) and addressed to:

 

The Secretary

Tenders’ Board

Plot 1641 Bade Close,

Off Ubiaja Crescent,

Garki Ii, Abuja

 

Closing of Bids

Submission of bid closes at 12 noon on 23rd September, 2013. Please note: Bid submitted after stipulated time will not be treated.

 

Opening of Bids

Opening of bids will take place by 1p.m on the same date as above at the Commission’s Head Office Conference Room.

 

Signed:

Management

 

Invitation to Tender at National Steel Raw Materials Exploration Agency (NSRMEA) Kaduna

National Steel Raw Materials Exploration Agency, Kaduna

(Ministry of Mines and Steel Development)

 

National Steel Raw Materials Exploration Agency (NSRMEA) Kaduna, a parastatal of Ministry of Mines and Steel Development hereby invites tenders from competent and interested companies for the execution of the following

 

Intervention projects:

 

Lot No. Contract Description

 

Lot 1. Procurement of:

8nos. of Jack Hammer (Air)

150 nos. of Sledge Hammer (Fibre)

150 nos. of Shovel with handle (Original)

150 nos. Head Pans with 2 Handles

150 Pairs of Safety Boots (Original)

150 nos. of Helmets

150 nos. of Safety Goggles

300 Pairs of Hand gloves (Leather)

 

Lot 2 Youth empowerment training on basic mining /quarrying improvement course with emphasis on Safety and Environmental protection for fifty (50) potential and local miners.

 

 

2.       Requirements

All interested Contractors are required to provide the following   information/documents, to accompany their proposals:-

(a)    Evidence of Registration with the Agency.

(b)     Evidence of Registration with Corporate Affairs Commission.

(c)      Tax Clearance Certificate for the last three (3) years.

(d)     VAT Registration Certificate.

(e)     Audited Account of the Bidder for the last three (3) years.

(f)      Verifiable list of similar jobs successfully executed.

(g)     Evidence of Financial Capability/Bank Support.

(h)     Evidence of Payment of a non-refundable tenders processing fee of N5,000.00 (Five Thousand Naira).

 

3.       Submission of Tenders

Two (2) copies of pre-qualification documents for each project should be separately packaged and sent in a sealed envelope which shall clearly state the particular job and Lot No. on the top left corner of the envelope and address of the company at the back of the envelope for ease of reference.

 

All tenders are to be submitted to the Agency’s Tender Box in Room 225, Exploration House, 18 Rabah Road, Malali, Kaduna not later than 4.00pm on 23rd September 2013.

 

Signed:

Director General/Chief Executive.

 

 

 

Invitation to Participate in the Pre-Qualification Tendering Exercise at National Teachers’ Institute, (NTI) Kaduna

National Teachers Institute (NTI), Kaduna

Invitation to Participate in the Pre-Qualification Tendering Exercise

The National Teachers’ Institute, (NTI) Kaduna is inviting interested and qualified registered companies to submit Technical bids for the following projects:

LOT 1: Construction of 1 no. script room

LOT 2: Construction of 1 no. Store building

Pre-Qualification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the under-listed documents may lead to the disqualification of the bid:

i.        Full detail of the Company’s profile.

ii.       Certificate of Registration with the Corporate Affairs Commission.

iii.      Tax Clearance Certificate for at least three years (2010, 2011 &

2012).

iv.      Evidence of VAT Registration and Remittance.

v.       Evidence of similar jobs(s) executed in the past (with verifiable

addresses).

vi.      Organizational structure, available manpower with list of technical staff with their resumes.

vii.     List of equipment/Distribution facilities

viii.    Evidence of financial capability/Bank Reference and Annual Turn

Over of at least N50 Million Duly Stamped by the Bank

ix.      Company audited accounts over the past three years (2010, 201 1 &

2012).

x.       Evidence of Registration with Pensions Commission in Compliance with provisions of Section (16 (6) (d) of the Public Procurement Act 2007(PPA2007).

xi.      Payment of non-refundable bidding fee of N30,000.00 (Thirty Thousand Naira only) in Bank Draft payable to the National Teachers’ Institute, Kaduna.

xii.     Evidence of payment of Training Contributions to Industrial

Training Fund (ITF) in line with Section 6 (1) – (3) of the amended ITF Act. No. 19 of 2011.

xiii.    Evidence of Compliance with the Employer’s Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.

Selection Criteria

Consulting firms will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

Bid Presentation

 

Interested firms are to submit separate pre-qualification/Technical Proposals in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope addressed to the Director-General and Chief Executive, National Teachers’’ Institute, KM5 Kaduna-Zaria Road, P.M.B. 2191, Kaduna duly marked “Technical Proposal”. The bid should be dropped in the Tender Box in the office of the Registrar. Bidder’s name, address and telephone numbers, should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the Registrar’s office.

Closing Date

All bids must be delivered to the address below not later than 12.00 noon on 23rd September 2013.

Signed:

Management

 

Invitation to Participate in Pre-Qualification Exercise of 2011-2012 Tertiary Education Trust Funds for Projects at Ebonyi State College of Education

Ebonyi State College Of Education

P.M.B. 002, Ikwo Ebonyi State

 

Invitation to Participate in Pre-Qualification Exercise of 2011-2012 Tertiary Education Trust Funds for Projects at College Campus, Ikwo

 

1.       Scope of Work

 

(i)                Lot I: (Project No COE/IKWO/TETFUND 11-12/01): Construction of

Academic Staff Offices Complex.

(ii)             Lot II: (Project No COE/IKWO/TETFUND 11-12/02): Construction ‘ of Library Building.

(iii)           Lot III: (Supply of 40No Set of Office Tables & Chairs for Teh. Furnishing of Teh. Academic Staff Office Complex,

(iv)           Furnishing of the Library Building with INo. Conference Table with 12No. Chairs; 21 Set of 6 Seater Reading Carrels; 2 No Magazine Display Rack & 2No.Catalogue Cabinet With 36 drawers.

 

2.       Pre-Qualification

All bids must be accompanied with:

(i)                Evidence of payment of a non-refundable tender fee of N30,000

(ii)             Evidence of registration with Corporate Affairs Commission(CAC)

(iii)           Evidence of three years company Audited Accounts prepared by a chartered Accounting Firm

(iv)           Tax clearance for the last three years

(v)             Company Bank statement for the last 12 months and Bank Reference from a Nigerian Bank.

(vi)           Verification evidence of similar jobs successfully executed within the last three years

(vii)        Sworn Affidavit confirming that none of the firm’s directors have been convicted of criminal offence in any court of law and that all information presented in the company’s bid are true and correct.

(viii)      In addition to the above requirements, bidders interested in any of the Lots (1&2) must include the following:

Full details of the company’s profile indicating the list of key Personnel/Technical Officers to be attached to the project, stating their roles, designations, qualifications and experience. Enclose photocopies of professional qualifications and CV, the company name, legal status, verifiable contact address and telephone numbers

(ix)    List of Construction Equipments to be deployed for the project stating whether owned or leased.

 

3. Submission of Prequalification Documents:

The sealed envelope containing the duly signed pre-qualification documents are to be addressed to the Registrar, Ebonyi State College of Education, Ikwo not later than 27th September, 2013.

 

Collection of Tender Documents

Only Companies that are successful in the pre-qualification exercise are to collect the financial tender documents from the Office of the Director of Works, via Office of the Registrar, Ebonyi State College of Education, Ikwo upon presentation of evidence of payment of non-refundable tender fee of N30, 000 in bank draft to the Bursary Department of the College. Note: (i) Representatives of pre-qualified companies shall be invited to witness the opening of the tender at the College on a date to be communicated later.

 

(ii) Successful companies shall provide performance bond whose value shall not be less than 10 percent of the contract sum before signing the contract.

 

Note:

(a)     All Bidders are expected to sign the Submission Register.

(b)               Incomplete documents and/or late submission of bid documents will not be entertained.

(c)     The College reserves the right to verify all claims and documents submitted by bidders for pre-qualification.

 

Signed:

SAM O.NWARISI

Registrar