Invitation to Tender for Execution of 2012 Capital Projects at Public Complaints Commission

Public Complaints Commission

25, Aguiyi Ironsi Way, Maitama P.M.B. 68, Abuja

 

Invitation to Tender for Execution of 2012 Capital Projects

 

This is to inform all contractors who responded to the Public Complaints Commission advertisement for pre-qualification of works, goods and services under 2012 Capital Projects published in the Nation Newspaper, Daily Sun Newspaper, and Federal Tender Journal all of Monday 30th April, 2012, that the procurement proceedings in respect of those advertisements have been cancelled in the public interest.

 

Meanwhile, the public Complaints Commission hereby invites interested and competent contractors to submit technical and financial bids for execution of the under-listed projects.

 

1.0     Areas of Services Required:

Lot I.           Construction of an Office Complex in Oshogbo, Osun State.

Lot II          Construction of Perimeter Fence Wall in Umuahia, Abia State.

Lot III         Purchase of project Vehicles.

 

2.0.    Technical Bid Requirements:

Those interested are required to submit the following documents for assessment.

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

ii.       Company Tax Clearance Certificate for the last 3 years.

iii.      Evidence of previous similar job experience.

iv.      Evidence of financial competence and support and last 3 years Audited

Accounts.

v.       VAT Registration Certificate and evidence of past remittances.

vi.      Company profile indicating detailed CVs of key company staff.

vii.     List of equipment to be used for the project (where applicable)

viii.    Evidence of compliance with Pension Act of 2004.

 

Note that the original copies of the documents mentioned in (i, ii, v and viii) above MUST be produced for sighting during the opening session while the absence of any of them will signify outright disqualification.

 

3.0     Collection of Tender Bids Documents:

Tender documents can be collected from the procurement Unit of the Commission on payment of a non-refundable tender fee of N10,000.00 for Lots I – II and N2,000.00 for Lot III to the Commission’s Central Pay office (CPO). The original receipt for the payment shall be included in the bids documents.

 

4.0.    Submission of bids Documents:

The financial and Technical bids should be marked and sealed in separate envelopes and clearly labeled Technical or Financial Bid with the company name clearly written at the back of each of the envelopes and the two put together in one bigger envelope with the Lot name and number written on the top left hand corner of the bigger envelop and must be returned on or before 19th October, 2012 to:

 

The Honourable Chief Commissioner,

Public Complaints Commission,

No. 25 Aguiyi Ironsi Street, Maitama, Abuja

 

5.0.    Opening of Tender Documents:

The Tender documents shall be opened on the 19th October, 2012. Time 11:00am in the Commission’s Conference Hall, No 25 Aguiyi Ironsi Street Maitama – Abuja. Only Technical bids shall be opened on that day. The Financial Bids shall be opened on a later date to be communicated to the companies that satisfy 2.0 above. Interested contractors or their representatives are by this notice invited.

 

Note:

(i)      Late submission shall not be entertained.

(ii)     All costs incurred by respondents as a result of this invitation and any    subsequent request for information shall be to the respondents account.

(iii)    Nothing in this advertisement should be construed as a commitment on the part of the Public Complaints Commission with regards to these awards.

(iv)    Bidders who do not scale through the Technical evaluation stage shall have their financial bids returned to them unopened.

 

Signed:

Management

Invitation for Expression of interest (EOI) to Participate as Contractors at Rubber Research Institute of Nigeria, lyanomo – Benin City

Rubber Research Institute of Nigeria

lyanomo – Benin City, P.M.B. 1049

 

Invitation for Expression of interest (EOI) to Participate as Contractors

 

The Rubber Research institute of Nigeria in pursuance of the execution of her year 2012 Capital Projects invites interested companies to participate as contractor in the execution of the projects.

 

2.       The projects are:

Lot A: 2012                   Supply of Project Vehicles

Lot B: 2012          Supply and Installation of Equipment/Machines

Lot C: 2012          Rehabilitation of Existing buildings

 

3.       Scope of Works:

Lot A 2012:                   Supply of 2No. four wheel drive Double Cabin Pick-up Vans.

Lot B 2012:          Fabrication and Installation of rubber value addition plants and

Supply/Installation of laboratory scientific equipment.

Lot C 2012:          Rehabilitation of dilapidated buildings

 

1.       Requirements:

(a)     Evidence of registration with the Corporate Affairs Commission (C AC).

(b)     Evidence of tax clearance for the past 3 years.

(c)      Evidence of VAT registration certificate.

(d)     Evidence of Financial capacity.

(e)      Evidence of having executed similar jobs in the past.

(f)      Evidence of registration with PFA and remittance to pension commission.

(g)     Technical qualification: Illustrating management team, professional          qualification of staff, plants and machinery, e.t.c.

 

2.       Note:

(a)     This is not an invitation to bid.

(b)     Shortlisted firms will be invited to bid. |

 

6.       Submission of (EOI):

(a)     Submission of ‘Expression of Interest’ opens on 1st October, 2012

(b)     Submission of ‘Expression of Interest’ closes on 15th October, 2012

(c)      No firm should indicate interest in more than one project.

(d)     Interested firms should send their submission in sealed envelope marked EOI and the Lot of interest on top right corner of the envelope addressed to:

 

The Executive Director,

Rubber Research Institute of Nigeria

P.M.B. 1049 lyanomo, Benin City, Nigeria.

Invitation for the Pre-Qualification to Tender (Addendum) at The Nigerian Postal Service

 

The Nigerian Postal Service

An Addendum to the Publication in the Federal Tenders Journal/Monday September 3, -Sunday September 16, 2012 by Nigeria Postal Service

 

The Nigerian Postal Service hereby places an addendum to the earlier publication in the Federal Tender Journal of Monday September 3, – Sunday September 16, 2012 on Invitation for the Pre-Qualification to Tender for the Following 2012

Project.

The scope of work remain as earlier advertised

The Pre-Qualification Requirements:

The following pre-qualification documents are hereby placed as addendum to the ones earlier advertised in the Federal Tenders Journal of 3rd -16th September, 2012:

 

1.       Criterion of evidence of Pension Contribution for employees for the project.

 

2.       Submission of Pre-Qualification Documents

Complete pre-qualification documents envelopes must indicate on the right corner of the envelopes, the Project interested in, and marked as “NIPOST” then Project Name – Pre-qualification 2012 Project, and delivered by hand to:

 

Head of Procurement,

Room 222,

NIPOST Corporate Headquarters,

Abubakar Musa Argungu House

Garkill-Abuja.

 

All requirements must be delivered on or before 28th September, 2012 at 2:00pm. Late submission will be rejected.

 

3.       Opening of Bids

Opening of bids shall take place on 4th October, 2012 at 12:00 Noon in NIPOST Board Room, at NIPOST Corporate Headquarters, Garki II, Abuja.

 

Signed:

Management

Invitation for Pre-Qualification and Tender of Contractors and Expression of Interests for Consultancy at National Boundary Commission

The Presidency

National Boundary Commission

No. 54, Aguiyi Ironsi Street – Maitama Abuja

 

Invitation for Pre-Qualification and Tender of Contractors and Expression of Interests for Consultancy

 

1.       Introduction

The National Boundary Commission, in compliance with the Public Procurement Act, 2007, hereby invites registered, experienced and reputable contractors/ suppliers and  accounting consultants to apply for tender and Expression of Interests in respects of its projects under the 2012 Appropriation Act.

 

Scope of Work includes:

Lot 1:          Reconciliation and Recovery of Excess Bank charges, COT/VAT Charges. Facility Fee charges and under – payments of Interests/ Commissions on all Bank Accounts of the Commission.

Lot 2:          Supply and Installation of Security Gadgets/Equipments at the Commission’s Headquarters Office. Maitama, Abuja; and

Lot 3:          Rehabilitation works on the Commission’s Headquarters Building, Maitama, Abuja.

 

3.       Pre-Qualification Requirement:

(i)      Valid Certificate of Registration/incorporation of the Company, Memorandum and Articles of Association inclusive

(ii)     Current Tax Clearance Certificate of the Company for the last three (3) years valid up to December 31, 2012.

(iii)    Evidence of Financial Capability to execute the project.

(iv)    Evidence of VAT Registration and past VAT Remidances.

(v)     Evidence of compliance with the provisions of the Pension Reform Act. 2004.

(vi)    Verifiable evidence of past job experience in similar projects of interest in the last five (5) years indicating the contract sum and evidence of satisfactory job performance.

(vii)   Name and address of Banker(s), including letter of Reference/ Guarantee from the Bank.

(viii)  Company’s profile including details of key staff strength to be deployed for the execution of the contract, evidence of professional and technical expertise.

(ix)    Evidence of Audited Account for the past three (3) years.

(x)     Evidence of Registration with the Industrial Training Fund.

(xi)    Evidence of payment non-refundable tender fee of twenty thousand Naira (20,000.000) only in certified bank draft, in favour of National Boundary Commission.

 

Submission of Pre-Qualification and Tender Documents

(i)      All submissions should be returned on or before 17th October 2012.

(ii)     Pre-qualification documents should be enclosed in sealed envelopes marked “Pre -Qualification for” specify the project Interested in, and addressed to:

 

Director-General,

National Boundary Commission

54, Aguiyi Ironsi Street, Maitama- Abuja

 

Application for Pro-qualification and Tender must be submitted to Procurement Unit, Room B09. Block B of the Commission’s Headquarters Office, Maitama – Abuja on or before 17th October 2012.

 

5.       Important Note:

(i)      Failure to comply with the above guidelines may lead to disqualification.  (ii)    Late submissions will not be entertained.

(iii)    This Notice shall not be construed to be a commitment on the part of National Boundary Commission, to award any form of contract to any respondents tenders, nor shall it entitle any contractor submitting documents to claim any indemnity from the National Boundary Commission.

 

6.       Opening of Tenders:

Submission shall be opened at 12 noon on the 28th October, 2012 in the presence of all bidders, at the National Boundary Commission Headquarters Office, 54, Aguiyi Ironsi Street, Maitama – Abuja.

 

Sinned

Dr. M.B. Ahmad, mni

Director-General

 

Invitation to Tender at Federal Roads Maintenance Agency (FERMA) Headquarters

Federal Roads Maintenance Agency (FERMA) Headquarters

Plot 163, Aminu Kano Crescent, Wuse II – Abuja

 

Invitation to Tender

 

Procurement of Vehicles Equipment and Plants

 

Introduction:

The Federal Roads Maintenance Agency (FERMA) is desirous of procuring Vehicles, Equipment and Plants to consolidate on the gains of the already procure ones for the sole purpose of facilitating Road Maintenance activities across the country from the 2012 Appropriation. To this effect, suitably qualified Contractors are invited to tender for the under-listed projects.

 

List of Contracts

 

Package No.  Lot No.  Description    
1  ES-1  Procurement of   6No 30-40TPH Mobile Asphalt Plants for the zones                              1 
1 ES-2  Supply of 1 ,000 pairs of Safety Boots 
1 ES-3  Supply of 3,800no. Safety reflective Cones and 3,800No. Vertical Delineators 
1 ES-4  Procurement of 23No. Tractors/Slashers 
1 ES-5  Procurement of Spare Parts for FP5 Pothole Patcher. 
1 ES-6  Maintenance and Fuelling of Generators for the Agency’s Headquarters 
1 ES-7  Procurement of 3No. Backhoe Excavators for cleaning drains. 

 

1 ES-8  Procurement of 1 No. 40Tonne 6X4 Double Axle    Truck/Trailer Low-Bed. 
1 ES-9  Procurement of 3No. Towing Vans. 

Conditions to Tender

Bidders interested in any of the lots as shown above are expected to comply with the following minimum requirements

  1. Evidence of registration with C AC as a Contractor
  2. Tax Clearance certificate for the last 3 years
  3. Registration with PENCOM
  4. VAT registration
  5. Terms of Warranty
  6. After-Sales service
  7. Spare parts availability
  8. Training facility for the Technical Staff/Operators
  9. Evidence that the Bidder is either an Original Equipment Manufacturer or is an accredited Representative/Dealer of the Original Equipment Manufacturer Nigeria.
  10. Audited annual Financial report of the company for the last three years
  11. Comprehensive Company profile to include Copy of Memorandum and Article of Association, verifiable list of previous similar contracts successfully executed within the last three years with names of client, evidence of award and practical completion.
  12. Evidence of similar previous supply to any Ministry, Department or Agency in the last two (2) years.
  13. A sworn affidavit indicating that all document submitted are genuine and verifiable.
  14. A sworn affidavit that none of the Directors have been convicted of any criminal offence in any country including financial impropriety.
  15. Other information to help facilitate the evaluation of your submission.

 

 

LOT ES-1 and ES-4 only

i.    After- Sales service,

ii.   Spare parts availability

 

LOT ES-1, ES-4 and ES-6 only

i.    Training facility for our Technical Staff /Operators

 

LOT ES-6 only

i.        Evidence of a functional engineering team for generator repair and maintenance

ii.       Evidence of supply to a minimum of 5 MDAs in the last 3 years.

iii.      Evidence of ownership of functional filling station.

 

Collection of Tender Documents                                                                  

Interested Bidders are to make payment of a non refundable sum of Twenty Five Thousand Naira (N25. 000.00 ) only in bank draft per bid in favour of Federal Roads Maintenance Agency payable in Abuja and which must have been converted to a receipt at Revenue Office, Accounts Department, Ground Floor of the FERMA Headquarters

Bidders are to collect Bidding documents after showing original and Photostat copies of payment receipt between the hours of 10.00am and 4.00pm, Mondays to Fridays on or before 12noon of 11th October, 2012 from:

 

 

The Assistant General Manager (Procurement)

Federal Roads Maintenance Agency (FERMA)

Headquarters Annex Abuja;

No. 7 Eldoret Close, Off Aminu Kano Crescent.

Wuse II-Abuja.

Ground Floor, Room GF 003                                                                           

 

Submission/Opening of Tender Documents:

Interested firms are to submit their bids per Lot in one envelope, sealed and clearly I marked on the top left hand corner “Confidential” and top right hand corner “Tender For (please indicate Lot/title of procurement) clearly marked “Original” at the bottom right hand corner and addressed to:

 

The Managing Director,

Federal Roads Maintenance Agency,

Plot 163, Aminu Kano Crescent,

Wuse Ii, Abuja.

 

Attention: GM (Procurement)

 

The Tender submissions must be delivered by hand not later than 12noon of 11th October, 2012 to the Office of the Assistant General Manager (Procurement), FERMA Headquarters Annex Abuja, No. 7 Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja, Ground Floor, Room GF 003, (Include one (1) copy clearly marked “Copy” at the bottom right hand corner).

All Bids will be publicly opened immediately at the close of bid submission at the Rock view Royale Hotel, Adetokunbo Ademola Crescent Wuse II, Abuja.

 

The Representatives of Companies that submitted bids, Representatives of Professional Bodies and the Civil Societies are invited to witness the opening.

 

 

Please note that:

  1. These works does not attract Bid Security
  2. The works may not attract advance payment
  3. Contractors who have worked for the Agency and have history of abandonment, termination and/or lack capacity need not apply.
  4. No Bidder is to write the Company name on any of the envelopes
  5. Only correctly addressed bids will be received.
  6. The Agency will not enter into unnecessary correspondence with any Contractor except when deemed fit and in the interest of the bid.
  7. All costs incurred by any Company in respect of this advertisement are at her own expense and the Agency shall not entertain any claim whatsoever in this regard.
  8. The Agency reserves the right to verify any claim made by any of the Bidders.
  9.      The Agency reserves the right to terminate the bidding process at any stage prior to signing of the contract agreement.
  10.       Late submission of bids will be rejected.

 

 

Non Adherence to any of the instructions above attracts Automatic Disqualification.

 

Signed

Management