Invitation to Tender at Federal Ministry of Interior Nigerian Prisons Service

Federal Ministry of Interior Nigerian Prisons Service

 

Invitation to Tender

 

Introduction:

1.       Furtherance to the implementation of the 2012 Budget and in compliance with the requirements of the Public Procurement Act 2007, the Nigerian Prisons Service intends to award contracts of works and goods to National Headquarters and Prisons formations all over the Federation.

 

Objectives:

2.       The projects/supplies are aimed at improving the Prison conditions as it affects the welfare of inmates, provision of working tools, effective monitoring of Prison security and better health-care delivery.

 

The Nigerian Prisons Service therefore invites submission of Bids from suitable and reputable companies/vehicle manufacturers having the experience cum the Technical and Financial capability to undertake the defined scope of supplies/works.

 

3.        Scope of Supplies/Works

 

Lot No.

 

Description of Project

 

NPS/WL/12/Q3/A1

 

Supply of 1 No. 10 Tons Lorry Constructed to Black Maria with Toilet Facility, Tracking Devices and Suitable for Long and Short Distance Journey to be delivered at Enugu Prison

 

NPS/WL/12/Q4/A2

 

Supply of 1 No. 10 Tons Lorry Constructed to Black Maria With Toilet Facility, Tracking Devices and Suitable for Long and Short Distance Journey to be delivered at Maiduguri Maximum Prison

 

NPS/WL/12/Q4/B1

 

Supply of 3 Nos. 4 x 2 Pick-up Van (Petrol Engine) A/C Fitted to be Constructed to Mini Black Maria Painted Metallic (Auto Base) to Prison Colour with Tracking Device and 1 Full Tank of Petrol to be delivered at Zones H and E

 

NPS/WL/12/CH/B2

 

Supply of 6 Nos. 4×2 Pick-up Van (Petrol Engine) A/C Fitted to be Constructed to Mini Black Maria Painted Metallic (Auto Base) to Prison Colour Win Tracking Device and 1 Full Tank of Petrol to be delivered at Zones C, D & E

 

NPS/WL/12/Q4/B3

 

Supply of 2 Nos. 4×2 Pick-up Van (Petrol Engine) A/C Fitted to be Constructed to Mini Black Maria Painted Metallic (Auto Base) to Prison Colour with Tracking Device and 1 Full Tank of Petrol to be at Zone B

 

NPS/WL/12/Q4/C1

 

Supply of 3 Nos. Utility Vehicles (Saloon Cars) to PHQ Abuja

 

NPS/WL/12/Q4/D1

 

Supply of 1No. Water Tanker 15 Tons, 10,000 Litres and its Complete Accessories for Water Siphoning and Outlet Flow System (Pressurized Type) With 60 Metres Hose Painted Metallic to Prison Colour ) With 1 Full Tank of AGO (Diesel) to PHQ Abuja
NPS/WL/12/Q4/E1

 

Supply of 1No. 6 Tons Steel Van (Diesel Engine) Trucks for Conveying of Goods to be Constructed and Painted Metallic to Prison Colour (Auto Base) With 1 Full Tank of AGO (Diesel) to PHQ Abuja
NPS/WL/12/Q3/F1

 

Electrification of 160 Bed MSP Numan

 

NPS/WL/12/Q3/F2

 

Rehabilitation of Cell (C) at Abeokuta New Prison

 

NPS/WL/12/Q3/F3

 

Provision of Water Supply Scheme at Otukpo Prison

 

 

4.       Eligibility Criteria:

Vendors are required to submit documents stated here under:

  1. Full Details of Company Profile
  2. Evidence of Company’s Registration in Nigeria (CAC)
  3. Evidence of Tax Clearance Certificate for the immediate past three (3) years
  4. Company’s audited accounts for the last three (3) years
  5. Evidence of VAT Registration and Remittance
  6. Evidence of Payment of Training Contributions to Industrial Training Fund (ITF)
  7. Evidence of Compliance with Employees compensation remittance to Nigerian Social Insurance Trust Fund (NSITF).
  8. Evidence   of Compliance with   National Pension Commission (PENCOM) Requirements on Contribution.
  9. Detailed evidence of the company’s ability to perform the identified services, including; Facilities Software, Hardware and personnel available to support the services where necessary.
  10. Evidence of relevant experience in similar services and list of similar contracts executed in the last five (5) years with verifiable evidence.
  11. A Sworn affidavit certifying that none of the Prison Procurement Staff is at present a Director or staff of the company.
  12. Original Treasury Receipt of non-refundable tender processing fee of N10, 000.00 only.
  13. Intending Vehicle Suppliers should be manufacturers of vehicles or appointed representative with verifiable evidence/document from the vehicles manufacturer. They should also have functioning workshops at the point of delivery. (Detail will be stated in the Bid Document)

 

5. Collection of Bid Documents:

Prospective firms are to pay the non-refundable processing fee of N 10,000.00 only into Nigerian Prisons Service Account No. 0000972323 with the Access Bank and obtain a Bank Teller. Thereafter obtain Treasury receipt at the Prison Cash Office PHQ, Abuja.

 

Bid documents can be obtained from the Technical Unit of the Procurement Department (Capital) 1st Floor, Prison Headquarters, Bill Clinton Drive, Airport Road, Abuja-FCT on presentation of Treasury Receipt of non-refundable tender processfeeofN10, 000.00.

 

6. Submission of Bids:

The prospective BIDDERS shall enclose two (2) separate envelopes clearly marked “Technical” and “Financial” and the two (2) envelopes sealed in one large envelope which shall bear the Lot No., project description, name and address of the company which should be addressed to:

 

Head of Procurement;

Nigerian Prisons Service,

Prisons Headquarters Office,

Bill Clinton Drive, Airport Road

P. M. B. 16, Garki- Abuja.

7.       Tender opens from Monday 24th September, 2012 and closes on the Tuesday 23rd October, 2012 at 12.00 noon.  Bid opening follows immediately.

 

Please Note:

  • On the account that bid documents are submitted in any other location other than the address given makes the submission invalid.
  • Notwithstanding the submission of the bids, Nigerian Prisons Service is neither committed nor obliged to include your company on any bidders list or to award any form of contract to your company and/or associated companies, subcontractors or agents.
  • The Service will deal only with authorized officers of the bidding companies and not an individual agent.
  • Nigerian Prisons may decide to cancel any procurement at any stage.
  • Only the financial bids of shortlisted firms that meet the technical evaluation criteria shall be opened at a later date.
  • Late submissions shall be rejected.

 

This advertisement of “Invitation to Tender” shall not be construed as a commitment on the part of Nigerian Prisons Service, nor shall it entitle bidders to make any claim(s) whatsoever and/or seek any indemnity from Nigerian Prisons Service by virtue of such bidders having responded to this advertisement. Neither will the Nigerian Prisons Service incure any liability in an event that the procurement is cancelled.

 

Signed

Head of Procurement

For: Controller General of Prisons

 

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 l:          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.

 

Lot3:          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 three (3) years valid up to December 31st, 2011

(iii)    Evidence of Financial Capability to execute the project

(iv)    Evidence of VAT Registration and past Vat Remittances

(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.

 

4.   Submission of Pre -Qualification and Tender Documents

(i)      All submissions should be returned not later than 8th October, 2012.

(ii)     Prequalification 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 Pre-qualification and Tender must be submitted to Procurement Unit, Room B09, Block B of the Commission’s Headquarters Office, Maitama – Abuja not later than 1.00pm, 8th 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 respondent’s 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 12.00noon 28th September, 2012 in the presence of all bidders, at the National Boundary Commission Headquarters Office, 54, Aguiyi Ironsi Street, Maitama – Abuja.

 

Signed

Dr. M.B. Ahmad, mni

Director-General

Invitation for Qualification of contractors for TETFUN BOT-Special Intervention in the Department of Urban and Regional Planning at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

 

Invitation for Qualification of contractors for TETFUN BOT-Special Intervention in the Department of Urban and Regional Planning, Ahmadu Bello University, Zaria

 

Applications are hereby invited from reputable and interested Contractors with relevant cognate experience and good track record of performance for prequalification on:

 

Construction of Centre for Spatial Information for Department of Urban and Regional Planning

 

Prequalification Criteria:

The pre-qualification documents should include:-

(a)     Evidence of Incorporation/Registration with Cooperate Affairs Commission (CAC).

 

(b)     Company Current Tax Clearance Certificate for the last three (3) years (2009-2011)

 

(c)      Company Audited Account for the last three years (2009-2011) certified by a chartered accountant/auditor.

 

(d)     VAT registration and evidence of remittances in the last three years (2009-2011) to be attached.

 

(e)      Evidence of Financial capability to execute the project. Bank reference and a letter of credit facility from for the execution of the contract if eventually won.

 

(f)      List of similar, verifiable and successfully executed projects or ongoing by        the Company with letters of award and completion certificates, in the last     four years 2008-2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

 

(g)     List of Managerial, key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff.

 

(h)     List of Equipment owned or on lease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company Logo is an added advantage.

 

(i)      Evidence of remittance of pension contribution fund for staff of the company from reputable pension funds Administrators ( PFA) as provided in section 16, subsection 6(d) of the Public Procurement Act, 2007.

 

(j)      Evidence of compliance with the provisions of the industrial training fund amendment act as stipulated in section 6 (1)-(3).

 

(k)     Evidence of community social responsibility (if any)

 

(l)      Original documents should be available for sighting on demand during or after the opening of prequalification documents

 

1.       Submission of Prequalification Documents

Prequalification documents should be bound in wax-sealed envelope with “Prequalification as Contractor” written at the top right hand corner and addressed to The Registrar Ahmadu Bello University Zaria be hand delivered into the prequalification box in the Registrar’s office, 7th floor Senate Building on or before  16th October, 2012 by 12noon.

 

2.       Opening of Prequalification Documents

Prequalification documents will be opened on Tuesday, 16th October, 2012 at 1:30pm at the ABU Samaru Zaria Assembly Hall near the Convocation Square. All interested members of the public especially intending contractors are hereby invited.

 

3.       Please Note:

(a)     Submissions of pre-qualification documents to ABU Zaria is neither a commitment nor an obligation to award contract to any Contactor or his agent.

 

(b)     Advertisement for Invitation to Pre­qualification should not be construed as a commitment on the part of Ahmadu Bello University nor shall it entitle any Contractor to make claims whatsoever or seek any indemnity from ABU Zaria.

 

(c)      Due diligence would be followed as all documents submitted would be verified. Past executed works, contractors’ offices, Plants and Equipment may be visited for verification. Any discrepancies found would summarily disqualify the Contractor.

 

Dr. Isah Mohammed Abbass

Registrar & Secretary to Council

 

Invitation for Pre-Qualification and Tender for 2011 TETFUND Special Intervention Projects at Usmanu Danfodiyo University, Sokoto (Office of the Registrar and Secretary to Council)

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar and Secretary to Council)

 

Invitation for Pre-Qualification and Tender for 2011 TETFUND Special Intervention Projects

 

1.0   Introduction

Usmanu Danfodiyo University, Sokoto intends to execute the under-listed projects approved under the 2011 TETFUND Special Intervention and thus, invites reputable and competent companies to submit their pre-qualification documents for assessment.

 

2.0     Scope of the Project:

The projects to be executed for which pre-qualification of contractors is invited, are as follows:

 

 

S/No

 

Lots Description of Projects

 

1. Lot I Construction of Institute of Urology and Nephrology

 

2. Lot II Furnishing of Institute of Urology and Nephrology

 

3. Lot III Construction of Central Research Laboratory

 

4. Lot IV Construction of Centre for Advanced Medical Research and Training

 

5. Lot V Supply and Installation of Research Equipment for Central Research Laboratory

 

6. Lot VI Supply and Installation of Research Equipment for Centre for Advanced Medical Research and Training

 

7. Lot VII Upgrading of Information and Communication Facilities in the University:

 

(a) Extension of Fibre Structured Cabling and Dedicated Bandwidth;

 

(b) Supply and Installation of Computers and Accessories;

 

(c) Construction of Data centre

 

(d) Supply and Installation of Unified Communication (Video Conferencing and Voice Over Internet Protocol).

 

 

3.0     Pre-Qualification Requirements

Prospective companies wishing to participate in the execution of the projects are required to submit their pre-qualification bids containing the under-listed documents:

(a)     Certified true copy of certificate of registration /incorporation with the Corporate Affairs Commission.

(b)    Audited Accounts of the Company for the last three (3) years.

(c)      Certified true copy of company’s Tax Clearance Certificates for the last three years.

(d)    Evidence of VAT registration and remittance.

(e)      Evidence of current registration with the University.

(f)      Evidence of Financial Capability to execute the project(s)/Reference letter from a reputable bank.

(g)     Evidence of similar and verifiable projects successfully executed by the company indicating location, letters of award and completion certificates in the last five years.

(h)    List of major items of equipment possessed by company.

(i)     List of managerial, technical and administrative staff of the company.

(j)      Evidence of remittance of staff pension contributions to the appropriate pension custodian /administrator; and

(k)     Evidence of remittance of Training contributions to the ITF.

 

4.0     Submission of Pre-Qualification Documents:

The completed pre-qualification documents must be submitted in separate and sealed envelopes with the names of the projects for which documents are submitted, marked clearly on the envelopes.

 

Pre- Qualification documents should be addressed to:

The Secretary, Tenders Board,

Registry Department,

Usmanu Danfodiyo University,

P.M.B. 2346,

Sokoto.

 

5.0     Closing Date for Receipt of Pre-Qualification Documents

The closing date for the receipt of the documents is 4th October 2012. The pre-qualification documents will be opened on the same date at 12.30 p.m. Thereafter, prequalified companies will be invited to collect tender documents for completion.

 

Signed:

Mal. M.K. Jabo

Registrar and Secretary to Council

 

Invitation for Pre-qualification to Tender at Usmanu Danfodiyo University, Sokoto (Office of the Registrar and Secretary to Council)

Usmanu Danfodiyo University, Sokoto (Office of the Registrar and Secretary to Council)

 

1.0     Introduction

Usmanu Danfodiyo University, Sokoto intends to execute the under-listed projects appropriated under the 2012 Capital Appropriation and under its Internally Generated Revenue (IGR) and thus, invites reputable and competent companies to submit their pre-qualification documents for assessment.

 

2.0     (A) Scope of the Projects for 2012 Capital Appropriation

The projects to be executed for which contractors are invited to submit pre-qualification documents are as follows:

 

S/No

 

Lots Description of Projects

 

1 Lot I Completion of Central ICT Centre Phase I

 

2 Lot II Rehabilitation of Auditorium (External Works and Landscaping)

 

2.0 (B)        Scope of the Projects for Internally Generated Revenue (IGR)

The projects to be executed for which contractors are invited to submit pre-qualification documents are as follows:

 

S/No

 

Lots Description of Projects

 

1 Lot I Furnishing of Faculty Boardroom for Faculties of

(i)   Social Sciences and;  (ii)  Education and Extension Services

 

2 Lot II Furnishing of Boardroom for the College   of Health Sciences

 

 

3.0     Pre-Qualification Requirements

Prospective companies wishing to participate in the execution of the projects are required to submit their pre-qualification bids containing the under-listed documents:

(a)     Certified true copy of certificate of registration /incorporation with the Corporate Affairs Commission.

(b)     Audited Accounts of the Company for the last three (3) years.

(c)      Certified true copy of company’s Tax Clearance Certificates for the last three years.

(d)     Evidence of VAT registration and remittance.

(e)      Evidence of current registration with the University.

(f)      Evidence of Financial Capability to execute the project(s)/Reference letter from a reputable bank.

(g)     Evidence of similar and verifiable projects successfully executed by the company indicating location, letters of award and completion certificates in the last five years.

(h)     List of major items of equipment possessed by company.

(i)      List of managerial, technical and administrative staff of the company.

(j)      Evidence of remittance of staff pension contributions to the appropriate pension custodian /administrator; and

(k)     Evidence of remittance of Training contributions to the ITF.

 

4.0     Submission of Pre-Qualification Documents:

The completed pre-qualification documents must be submitted in separate and sealed envelopes with the names of the projects for which documents are submitted, marked clearly on the envelopes.

 

Pre- Qualification documents should be addressed to:

The Secretary, Tenders Board,

Registry Department

Usmanu Danfodiyo University,

P.M.B. 2346,

Sokoto.

 

5.0     Closing Date for Receipt of Pre-Qualification Documents:

The closing date for the receipt of the documents is 4th October 2012. The pre-qualification documents will be opened on the same date at 12.30 p.m. Thereafter, prequalified companies will be invited to collect tender documents for completion.

 

Signed:

Mal. M.K. Jabo

Registrar and Secretary to Council