Invitation to Participate In the Pre-Qualification/Tendering Exercise for the Construction of Head Office Complex for the Directorate of Christian Pilgrim Affairs in 2012 Statutory Budget at Federal Capital Territory Administration

Federal Capital Territory Administration

FCT Tenders Board Secretariat

 

Invitation to Participate In the Pre-Qualification/Tendering Exercise for the Construction of Head Office Complex for the Directorate of Christian Pilgrim Affairs in 2012 Statutory Budget

 

The Federal Capital Territory Administration (FCTA), through Directorate of Christian Pilgrims Affairs has provisions in the 2012 Statutory Budget of the FCT and intends to use part or whole of it for the procurement described hereunder. Competent and interested companies are hereby invited to submit technical and financial bids for the Procurement.

 

  1. A.   Scope of Works
    1. Construction of a three storey (3) Administrative block.
    2. Sandcrete Blockwall fence.
    3. External works including pavement, drainages parking areas and landscaping
    4. Entrance Gate & Gate House

 

B.    Pre-Qual1ficat1on Requirements

Interested companies shall forward copies of the following documents and the originals to be made available for sighting during the Bid opening.

 

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.
  2. Tax Clearance for the last three years. (Expiring December 2012)
  3. Evidence of compliance with statutory provision of section 6 (i-ii) of the Industrial Training Fund (ITF), Act as amended.
  4. Clearance Certificate issued by PENCOM indicating remittance of contributory pension funds in line with section 16, subsection 8(d) of the Public Procurement Act.
  5. Interested Companies should have up to date returns with the CAC and be informed that due diligence could be conducted.
  6. Company’s Audited Account for the last three years prepared by a Chartered Accounting firm.
  7. List of verifiable documentary evidences of similar jobs successfully executed within the last three years. (Complete with award letters. Completion Certificates)
  8. Bank reference from a reputable Nigerian Bank and Statement of Account for the last 12months.
  9. Evidence of average annual turnover of N200M over a period of three (3) years Non provision of this evidence shall be a ground for disqualification.
  10. Sworn affidavit that in line with the provisions of part IV, section 16, sub section 6(c e & f)
  11. Work plan for the project.
  12. Company Profile showing list of key personnel/officers to be attached to the stating their roles, designation, qualification and experience. Enclose photocopies of professional certificates where applicable.
  13. List of equipment and plants to be deployed for the project, where applicable, stating their location and whether the equipment is owned or on lease.
  14. Full details of the firm indicating the name & telephone numbers, fax/facsimile number, website, e-mail address and verifiable contact addresses.

 

(C)   Collection of Tender Documents;

Interested Companies Should collect tender documents from the Tenders Board Secretariat, Room 043 FCT Procurement Department, 1st Floor, Block B, FCTA Secretariat, Kapital Street, Area 11, Garki- Abuja upon the presentation of evidence of payment of N 20, 000.00 non-refundable Tender fee into FCT Treasury Account at Fidelity Bank (Central Area) No. 5030009770.

 

Submission

(d)     The Technical and Financial documents should each be sealed and labeled (Technical and Financial bids as appropriate) separately, and the two envelopes be put in another envelope that should also be sealed and labeled “Construction Of Head Office Complex For FCT Christian Pilgrim Welfare Board” The Tender documents (financial bid) should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by an authorized principal officer of the bidding company. The document is to be dropped in: The Tender Box at the office of the Secretary, FCT Tender Board, FCT Tender Board Secretariat, Room 043, Former Public Building Department, FCTA secretariat, Area 11, Garki, Abuja not later than 12 noon 26th November, 2012. The representatives of the bidding companies are invited to witness the opening of the tenders on the same day by 2.00pm at Room G9 Tender Secretariat, Archives & History Bureau No 5 Peace Drive Area 11, Garki, Abuja.

 

Note

  1. Successful companies shall provide PERFORMANCE BOND whose value should not be less than 10% of the contract sum before signing the contract
  2. Bid security, in conformity with Tender form W -3 (Bank Guarantee for Tender security), of a value equal to 2% of the bid figure would be required where the bid is in excess of N300m.
  3. Bidders are to ensure full comprehension of the bidding documents, non-compliance or partial compliance of the various instructions could lead to disqualification
  4. The Management is not bound to accept the lowest or any of the bids.
  5. Attendance of opening by civil liberty groups or the public shall be in line with the code of conduct issued by the Bureau of Public Procurement

Public Notice at Capital Territory Administration

Capital Territory Administration

Health and Human Services Secretariat, Abuja

 

Public Notice

 

 

Federal Capital Territory Administration (FCTA), through the Health and Human Services Secretariat (HHSS) is inviting competent and interested Companies to submit Technical and the following Construction Works. The Projects are in packages as tabulated:

 

S/N Project Titles

 

Package No
1 Construction of TB Laboratory at Kubwa General Hospital HHSS/2012/03310080002/1

 

2 Construction of One Block of 6nos. Bedroom flat at Zuba Cottage Hospital

 

HHSS/2012/033100800002/1

 

3 Rehabilitation of Abaji General Hospital

 

a Completion of 3-Bedroom Semi –Detached Bungalow at Abaji

 

HHSS/2012/03310080003/1

 

b Completion of 2–BIoclk, 8 No, Studio Apartment at Abaji HHSS/2012/03310080003/2

 

c Construction of Surface Drainage and Rehabilitation of Abaji General Hospital

 

HHSS/2012/03310080003/1

 

 

2.       TECHNICAL QUALIFICATION REQUIREMENTS:

Interested companies are hereby invited to provide the following:

I        Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

II       Companies should have up to date returns with CAC and note that Due Diligence could be conducted;

III      Current Tax Clearance Certificate for the last three (3) years expiring in December, 2012;

IV      Audited Account prepared by Chartered Accountant for the last three (3) years;

V       Company profiles, including name, address, telephone number(s), e-mail addresses and organisations administrative structure.

VI      Evidence of Verifiable documents of similar jobs successfully executed within the last three years.

VII    List of equipment owned by the company to be deployed for the project,

VIII   List of Technical personnels including evidence of Qualification and Experience.

IX      Current Bank Reference and Statement of Account for the last 12 months;

X       Sworn affidavit in line with the provision of part IV, Section 16, Subsection 6(e & f) of the Public Procurement Act, 2007.

XI      Evidence of Registration and up to date Remittance of employee Pension Fund contribution in line with Part IV, Section 16 subsection 6d of the Public Procurement Act, 2007;

XII    Evidence of payment of Contributions to Industrial Training Fund (ITF);

XIII   Letter introducing an authorized Representative of bidder with his/her sample signature and position in the company,

XIV   Information regarding any litigation, current or during the last five years, in which the Company is involved, the parties concerned and disputed amount.

XV    A Bid Security, in form of a Bank guarantee from a reputable Nigeria bank and whose value shall not be less that 2% of the bid price, shall accompany any bid whose value is N300 million and above.

 

3        Collection of Tender Documents:

Interested Companies are to collect Tender Documents from Procurement and Due Process Unit of Health and Human Services Secretariat Block A, Room 316, Public Building, Area 11 Garki- Abuja upon the presentation of non-refundable Tender Fee into Treasury Account at Fidelity Bank (Central Area) Account No. 051503010000426

4.       Submission and Opening of Tender Documents

The Technical (Pre-qualification) and Tender documents should each be sealed and labelled (Technical and Financial Bids as appropriate) separately, and the two envelopes be put in another envelope that should also be sealed and labelled as “(Indicate the Project Title and Package No)”. The Technical and Financial Bids should be submitted in three (3) copies each (one original and two other copies) and all pages are to be duly endorsed by the Bidder. The document is to be dropped in the Tender Box in the Procurement and Due Process Unit (HHSS), Room 316, Area 11 Garki-Abuja. Not later than 12:00pm on the 14th November, 2012. The representatives of the Bidding companies and members of the public who choose to attend are invited to witness the opening of the Tenders on the same day by 2.00pm at FCT Tenders Board Annex, Room G9 Akinola Aguda Hall, FCT Archives & History Bureau, Behind AGIS Building, Peace Drive, Area 11, Garki, Abuja.

 

Please note that:

  • A Company is not allowed to Tender for more than two (2) projects (packages).Tendering for more   than (2) projects shall attract automatic disqualification
  • Due Diligence could be carried out on the companies to verify’ claims included in their submissions
  • Interested members of the public especially Civil Right Organization are invited to attend the opening exercise. They are expected to adhere to the Code of Conduct for Public Procurement Observers stipulated by the Bureau of Public Procurement.
  • Only pre-qualified companies shall be informed for further Tendering process:
  • This advertisement should not be construed as a commitment on the part of the FCTA nor shall it entitle responding companies to seek any indemnity from FCTA by virtue of such company having responded to this advert.
  • Successful Companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

 

Signed

Secretary, Health and Human Services Secretariat

FCTA Secretariat, Area 11, Abuja

 

Invitation for Technical and Financial Bids at Revenue Mobilization Allocation and Fiscal Commission

Revenue Mobilization Allocation and Fiscal Commission

Plot 210 Tafawa Balewa Way, Central Area, Abuja.

 

Invitation for Technical and Financial Bids

 

  1. 1.     Introduction

The Revenue mobilisation Allocation and Fiscal Commission by virtue of Paragraph 32 (a) Part 1 of the Third Schedule to the 1999 Constitution of the Federal Republic of Nigeria (as amended), has the mandate to “monitor the accruals to and disbursement of revenue from the Federation Account”.

 

The collection of revenue due from the payment of taxes and duties into the Federation Account is the statutory responsibilities of both the Federal Inland Revenue Service (FIRS) and the Nigerian Customs Service (NCS). In carrying out their functions, both Agencies appointed Collecting Banks for the purpose of collecting taxes and duties and remitting same to the Central Bank of Nigeria (CBN) through the Lead Banks.

 

In pursuance of its constitutional function of monitoring all accruals into the Federation Account and to ensure transparency and accountability, the Commission in collaboration with the Federation Allocation Account Committee (FAAC) is to engage the service of a reputable Consultant to undertake the Verification and Reconciliation of Revenue Collection and Remittances by FIRS and NCS from January, 2008 to June 2012 and therefore request for both technical and financial proposal from interested firms as Lead and other Consultants.

 

  1. 2.     Scope of the work:

Lead Consultant

Supervise and coordinate the assignments of other Consultants

  • Verify and reconcile all flow of revenue from collecting Agencies from January 2008 – June, 2012 in accordance with the relevant Agreements between the collecting banks, the Federal Inland Revenue Service (FIRS) and Nigeria Customs Service (NCS).
  • Produce Comprehensive Report of all the findings and recommendations to the Commission.

 

  1. 3.     Technical and Financial Bid Submission Requirements

In order to be considered for the bids as Lead Consultant, the firm or company must submit the following documents:

  • Must be a firm or company of reputable Professionals in the field of finance, accounting and taxation. At least five partners must be members of reputable professional bodies.
  • Must be registered with the Office of the Auditor General of the Federation.
  • Must have a structured office with adequate facilities and branch network.
  • Relevant experience of not less than 7 years of professional practice.
  • Evidence of Valid Certificate of Incorporation/Registration with the Corporate Affairs Commission including photocopies of Form CO2 and CO7
  • Current Tax Clearance Certificate for the last 3 years (2009, 2010, & 2011).
  • Evidence of VAT Registration and Remittances.
  • Company’s profile including names, CV, Qualification(s) and Experience(s) of key personnel.
  • Evidence of financial capability to handle the job including letter of reference from your Banker
  • Evidence of Execution of similar Services
  • Certified Audited Account of the Company for the past 3 years (2009, 2010, 2011)
  • Evidence of PENCOM Registration and Remittance
  • Evidence of compliance with Industrial Training Fund (ITF) Act
  • Any other document that will place the company on competitive advantage.

 

 

  1. 4.     Scope of Work

Other Consultants

  • Report to Lead Consultants
  • Reconcile all flow of revenue from the collecting banks to Lead Banks.
  • Reconcile all transfers from Lead Banks to the Federation Account at the Central Bank of Nigeria (CBN).
  • Verify that the remuneration paid to each collecting bank is in accordance with the Agreement with the Federal Inland Revenue Services (FIRS) and Nigeria Customs Service (NCS).
  • Cover allocated banks and revenue sources as given by the Lead Consultant.

 

5        Requirements for other Consultants:

  • Same as for the Lead Consultant, except that the qualified partners must be a minimum of three and the years of experience in similar assignment should be a minimum of four years

 

6        Collection/Submission of Technical and Financial Documents

 

(i)                Collection of Bid Documents:

The Firms/Companies that meet the above requirements should pay a non-refundable tender fee of twenty five Thousand Naira (N25, 000) only in bank draft in favour of Revenue Mobilization Allocation and Fiscal Commission before the collection of bid documents from the Head of Procurement between the hours of 10:00am and 4:00pm, Monday to Friday.

 

(ii)             Submission of Bid Documents:

The completed documents should be enclosed in an envelope sealed and marked (a) “Pre-qualification for…….”, (b) Financial Bid for …..” indicating   “Expression of Interest as Lead Consultant (Or Other Consultant) To Undertake “Verification and Reconciliation of Non-Oil Revenue Remittances” and must be addressed and returned on or before 26th November, 2012 to:

 

The Secretary to the Commission,

Revenue Mobilisation Allocation and Fiscal Commission

Plot 210, Tafawa Balewa Way,

Central Area, Garki

Abuja.

 

Att: Head of Procurement

 

7        Closing Date

The closing date for submission of duly completed technical and financial bidding documents is by 12:00noon Monday, 26th November, 2012.

 

8        Bid Opening and Venue

 

The Bids will be opened on the closing date of submission, Monday, 26th November, 2012 in the Commission’s Board Room, Ground Floor of the Commission by 1.00pm. All bidders, NGO’s and the general public are invited to the opening of the Bids

 

9        Please Note That:

(i)      The Revenue Mobilization Allocation and Fiscal Commission reserves the right to reject any or all Pre-qualification documents that fails to meet expected standards

(ii)     Only shortlisted Consultants will be invited for further consideration

 

(iii)           Late Submissions will not be entertained.

(iv)           This advertisement is not a commitment on the part of the Revenue Mobolisation Allocation and Fiscal Commission to appoint any Consultant.

 

Signed

Head of Procurement

For: RMA&FC

 

 

 

Invitation for Technical And Financial Bids at Revenue Mobilization Allocation and Fiscal Commission

Revenue Mobilization Allocation and Fiscal Commission

Plot 210 Tafawa Balewa Way, Central Area, Abuja.

 

Invitation for Technical And Financial Bids

 

1.0     Introduction

The Revenue Mobilization Allocation and Fiscal Commission by virtue of Paragraph 32(a), Part III of the Third Schedule to the 1999 Constitution of the Federal Republic of Nigeria (as amended) has the mandate to monitor the accruals into and disbursement of revenue from the Federation Account.

 

In pursuance of the above mandate, the Commission wishes to engage the services of a consultant to carry out Federation Account Revenue Monitoring and Evaluation (FARME) in respect of Nigerian National Petroleum Corporation (NNPC) and Department of Petroleum Resources (DPR) from January, 2011 to June, 2012 and therefore request for both technical and financial proposals from interested firms.

 

2.0     The Scope of the Work is as follows:

i)       Compilation of the revenue in-flow into the Federation Account from NNPC and DPR;

ii)      Documentation of the system and procedures applied by the Nigerian National Petroleum Corporation (NNPC) and Department of Petroleum Resources (DPR) in generating revenue for the Federation;

iii)     Analysis and reconciliation of revenue generated in the period to ensure that what was reported at the Federation Account Allocation Committee (FAAC) is a fair representation of the revenue generated by those Agencies for the period

vi)     Production of a comprehensive Report on its findings and suggestions on ways and means to generally ensure improvement and transparency in the reporting system in order to enhance the revenue accruing into the Federation Account

 

3.0     Technical and Financial Bid Submission Requirements

In order to be considered for the bids, the Firm or Company must submit the following documents:

a)     Evidence of Valid Certificate of Incorporation / Registration with the Corporate Affairs Commission including photocopies of Form CO2 and CO7.

b)    Current Tax Clearance Certificate for the last 3 years (2009, 2010, & 2011).

c)     Evidence of VAT Registration and Remittances.

d)    Company Profile including names, Qualification(s) and Experience(s) of key personnel.

e)     Evidence of Financial Capability to handle the job including letter of reference from your Banker.

f)      Evidence of Execution of similar Service

g)     Certified Audited Account of the Company for the past 3years (2009, 2010 & 2011).

h)    Evidence of PENCOM Registration and Remittance

i)       Evidence of compliance with Industrial Training Fund (ITF) Act,

j)       Any other document that will place the company on comparative advantage.

 

4.0     Collection /Submission of Technical and Financial Documents

 

(i)      Collection of Bid Documents:

The Firms/Companies that meet the above requirements should pay a non-refundable tender fee of twenty five thousand Naira (N25, 000) only in bank draft in favour of Revenue Mobilization Allocation and Fiscal Commission before the collection of bid documents from the Head of Procurement between the hours of 10:00am and 4:00pm, Monday to Friday.

 

(ii)     Submission of Bid Documents:

The completed documents should be enclosed in an envelope sealed and marked (a) “Pre-qualification for…….”, (b) Financial Bid for……” indicating the “Revenue Monitoring and Evaluation” and must be addressed and returned not later than 26th November, 2012 to:

 

The Secretary to the Commission,

Revenue Mobilisation Allocation and Fiscal Commission,

Plot 210, Tafawa Balewa Way,

Central area, Garki,

Abuja.

 

Att: Head of Procurement

 

5.0     Closing Date

The closing date for submission of duly completed technical and financial bidding documents is by 12:00noon Monday, 26th November, 2012.

 

6.0     Bid Opening and Venue

The Bids will be opened on the closing date of submission, Monday, 26th November, 2012 in the Commission’s Board Room, Ground Floor of the Commission by 1.00pm. All bidders, NGO’s and the general public are invited to the opening of the Bids

 

7.0     Please Note That:

(i)      The Revenue Mobilization Allocation and Fiscal Commission reserves the right to reject any or all Pre-qualification documents that fails to meet expected standards.

(ii)     Late Submissions will not be entertained.

 

Signed

Head of Procurement

For: RMA&FC

 

 

 

Invitation for Tender at IRRUA Specialist Teaching Hospital

IRRUA Specialist Teaching Hospital

P.M.B. 08, IRRUA EDO- STATE

 

Scope of Work

 

S/No Project Description Lot No TenderFee
1 ISTH/LLXFR/01 Lead-Lining of X Ray Room and Fluoroscopy Room and Digitization Procurement 01 N15, 000
2 ISTH/USM/02 Procurement and Installation of: 4D Colour Doppler Ultra-Sound Machine with 3 standard probes: -Convex, 700 3.75mhz, abdominal, -Linear, 32mm, 7.5mhz, peripheral, vascular, -Convex, l43, 6mhz, endocavity, vaginal, -Main black/white thermal printer. 15-inch colour LCD Screen Monitor and other accessories. 02 N15, 000

 

Tender Requirements

1.       The Technical f3id should include but need not be limited to:

(a)     Certificate of incorporation of Company by the Corporate Affairs Commission

(b)     Tax Clearance for the last three (3) years

(c)      Profile of Company to include Names, qualifications and experience of key staff.

(d)     Verifiable list of projects completed within the last three (3) years giving name of clients, contract sum and practical completion certificates.

(e)      Location of office(s) and showroom(s)

(g)     Evidence of financial capability

(f)      Evidence of Registration with PFA and remittance to Pension Commission.

 

Method of application

Tender documents are available for collection from the office of:

 

The Chief Medical Director

Irrua Specialist Teaching Hospital

P.M.B. 08, Irrua

 

Prospective tenderers are to pay non refundable Tender fee of N 15,000.00 for each of the projects to lrrua Specialist Teaching Hospital Accounts No 1210200307 at Uda Micro Finance Bank, Ekpoma and also visit the site before making quotation.

 

Submission of Document

Interested Applicants should submit their Technical and Financial Bids in separate sealed envelopes, clearly marked and submitted to the above address on or before, 10.00am of 6th November, 2012. Bids shall be opened on same date at 11.00am at the Irrua Specialist Teaching Hospital, Conference Hall.

 

Signed:

Management