Invitation to Tender at Independent National Electoral Commission Plot 436 Zambezi Crescent, Maitama District, Abuja 2012 Recurrent Projects

Independent National Electoral Commission Plot 436 Zambezi Crescent, Maitama District, Abuja 2012 Recurrent Projects

Invitation to Tender

1.       Preamble

The Independent National Electoral Commission (INEC) in pursuance of its statutory role, invites reputable Companies to indicate interest to pre-qualify for the following projects:

i.        Production of Face Caps, T-Shirts and Apron for Election Observers

ii.       Production of accreditation materials for election observers (domestic and foreign)

 

2.       Pre-Qualification Requirements

Prospective Contractors are required to submit the following documents:

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

ii.       Audited Accounts of the Company for the last three (3) years (2009 -2011 ). iii.             Tax Clearance for the last three (3) years (2009 -2011 ).

iv.      Evidence of Financial capability and banking support.

v.       A detailed Company profile showing list of professional staff and their experience.

vi.      Evidence of similar projects executed and knowledge of the industry.

vii.     Equipment and Technical capability.

viii.    Evidence of Annual Turnover.

ix.      Evidence of VAT Reg. & past VAT Remittances.

x.       Submission of PENCOM’s Certificate of Compliance, confirming Company’s fulfillment of its statutory obligations to the Employee, with respect to Pensions;

xi.      Telephone (gsm) number(s) of the Contractor/Company’s representative(s).

 

3.       General Information

(a)     This “Notice of Intent” is not an invitation to bid. Full bidding procedure as contained in the bid documents shall be provided only to successful pre-qualified applicants deemed suitable by the Commission at a prescribed fee.

 

(b)     The Closing date for submission of the pre-qualification documents shall be on or before Monday, 24th September, 2012 at 10.00 am while opening of the prequalification document will be on Monday, 24th September, 2012 at 12.00 Noon.

 

4.       Submissions

All submissions should be delivered in one (1) no. neatly bound copy in a sealed envelope clearly marked: “Pre-Qualification for Production of Face Caps, T-Shirt, Apron Vest or Production of Accreditation Materials for Election” as applicable and delivered to the Secretary, Independent National Electoral Commission, Plot 436 Zambezi Crescent, Maitama – Abuja.

 

Abdullahi A. Kaugama

Secretary of the Commission

 

Invitation for the Pre-Qualification to Tender for (A) the Abuja Public Transportation Scheme (B) Provision of Maintenance Services (Road Marking) in FCT at Federal Capital Territory Administration Office of the Secretary

Federal Capital Territory Administration Office of the Secretary

Transportation Secretariat No 1 Capital Street Area 11 Garki Abuja

 

Invitation for the Pre-Qualification to Tender for (A) the Abuja Public Transportation Scheme (B) Provision of Maintenance Services (Road Marking) in FCT.

 

Federal Capital Territory Administration (FCTA), through the Transportation Secretariat is inviting competent and interested firms for prequalification to tender for (A) the Abuja Public Transportation Scheme and (B) Provision of Maintenance Services (Road Marking) in the FCT.

 

2. The Scope of the Projects Include:

(A) The Abuja Public Transportation Scheme:

Lot I            Feasibility Studies and Conceptual Design of Abuja BRT Scheme (Eagle Square-Nvanva-Masaka Bus route, interaction with other gateway routes at the city centre),

Lot II          Environmental and Social Impact Assessment of the proposed Abuja BRT Scheme

 

(B) Provision of Maintenance Services:

(i)      Provision of Road markings at some intersections

(ii)     Supply and Installation of the associated road signs.

 

(3)  Pre-Qualification Requirements

Interested firms are to forward copies of the following documents and originals made available for sighting during the bid opening:-

(i)      Evidence of registration with Corporate Affairs Commission (CAC), and Articles of Memorandum of Association complete with up to date returns with the CAC.

(ii)     Tax Clearance for the last three (3) years;

(iii)    Companies Audited Account for last three (3) years prepared by a Chartered Accounting firm.

(iv)    Evidence of Registration with and remittance of pension fund to the         National Pension Commission in compliance with the provision of the          Pension Reform Act.

(v)     Bank statement of the company for the last twelve (12) months and reference letter from a reputable Nigerian Bank (original).

(vi)    Company profile showing list of key personnel officers to be used for the project stating their roles, designation, qualification and experience. Enclose photocopies of professional certificates where applicable, please.

(vii)   List of verifiable documentary evidences of similar jobs successfully executed or being executed within the last three years in the form of award letter, completion certificate or an engagement letter.

(viii) List of equipment to be used for the project and their locations. State whether the equipment is on lease, hired or owned.

(ix)    Sworn affidavit in line with the provisions of Part IV, section 16, sub-section 6 (e-f) of the Public Procurement Act, 2007.

 

(4)     Submission of the Prequalification Documents:

The prequalification documents arranged in the order of the stated criteria should be loose-bound and submitted in triplicate and clearly marked for proper identification, indicating the Project Name and Code Number. The documents

are to be dropped in the Tender Box at: Office of the Secretary, FCT Tenders Board Secretariat. Room 043 Area 11, Garki Abuja on or before 2nd October 2012 by 12.00 noon.

 

The representatives of the bidding companies are invited to witness the opening of the prequalification documents on the same day at archives and History Bureau Building, Room 04, Area 11, Garki, Abuja by 2.00pm.

 

NOTE:

i.        Originals of documents for items i, ii. iv must be produced for sighting during the bid opening exercise.

ii.       Failure to submit the documents under items i, ii, & iv above would be considered NON-RESPONSIVE and automatically disqualifies any company.

iii.      Please, note that due diligence could be conducted.

iv.      Interested members of the general public, especially Civil Society Organizations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement.

v.       Companies representatives are to come along with a letter of introduction indicating name, rank, and sample signature to the venue of the opening exercise.

vi.      This advertisement shall not be construed as a commitment on the part of the Transportation Secretariat, nor shall it entitle responding company to seek any indemnity from Transportation Secretariat by virtue of such company having responded to this.

 

Signed:

Management.

Invitation for the Pre-Qualification to Tender for (A) the Establishment of Project Office for the Operators License Scheme, Provision of Vehicles, Scientific Equipment, Control Room with Telematic Equipment, ICT Equipment, ETC. (B) Maintenance of Office Furniture at Federal Capital Territory Administration Office of the Secretary Transportation Secretariat

Federal Capital Territory Administration Office of the Secretary Transportation Secretariat

No 1 Capital Street Area 11 Garki Abuja

 

Invitation for the Pre-Qualification to Tender for (A) the Establishment of Project Office for the Operators License Scheme, Provision of Vehicles, Scientific Equipment, Control Room with Telematic Equipment, ICT Equipment, ETC. (B) Maintenance of Office Furniture

 

Federal Capital Territory Administration (FCTA), through the Transportation Secretariat is inviting competent and interested firms for prequalification to tender for the establishment of project office for the operators’ license scheme, vehicles, scientific equipment, control room with telematic equipment, ICT equipment, etc.

 

2. The Scope of the Projects Include:

A.      Establishment of Project Office for the Operators’ License Scheme, Provision of Vehicles, Scientific Equipment, Control Room with Telematic Equipment, ICT equipment, etc

 

Lot I            Design and Construction of Project Office for Operators’ License Scheme,

Lot II          Provision of Operators’ License Scheme Equipment, allied scientific equipment, furniture, operation and maintenance.

Lot III         Purchase of Patrol/Rescue Vehicles for Operators’ License Scheme.

 

B.   Maintenance of office Furniture

(i)      Furnishing of Transportation Secretariat Conference Room.

 

3.       Pre-Qualification Requirements

Interested firms are to forward copies of the following documents and originals made available for sighting during the bid opening: –

(i)      Evidence of registration with Corporate Affairs Commission (CAC), and Articles of Memorandum of Association complete with up to date returns with the CAC.

(ii)     Tax Clearance for the last three (3) years.

(iii)    Companies Audited Account for last three (3) years prepared by a Chartered Accounting Firm.

(iv)    Evidence of Registration with and remittance of pension fund to the National Pension Commission in compliance with the provision of the Pension Reform Act.

(v)     Bank statement of the company for the last twelve (12) months and reference letter from a reputable Nigerian Bank (original);

(vi)    Company profile showing list of key personnel officers to be used for the project stating their roles, designation qualification and experience. Enclose photocopies of professional certificates where applicable, please.

(vii)   List of verifiable documentary evidences of similar jobs successful executed or being executed within the last three years in the form of award letter, completion certificate or an engagement letter.

(viii) List of equipment to be used for the project and their locations. State whether the equipment are on lease, hired or owned.

(ix)    Sworn affidavit in line with the provisions of Part IV, section 16, sub-section 6 (e-f) of the Public Procurement Act, 2007.

 

4.       Submission of the Prequalification Documents:

The Prequalification documents arranged in the order of the stated criteria should be loose-bound and submitted in triplicate and clearly marked for proper identification, indicating the Project Name and Code Number. The documents are to be dropped in the Tender Box at: Office of the Secretary, FCT Tenders Board Secretariat , Room 043, Area 11, Garki, Abuja on or before 2nd October 2012 by 12.00 noon. The representatives of the bidding companies are invited to witness the opening of the prequalification documents on the same day at Archives and History Bureau Building, Room 04, Area 11, Garki, Abuja by 2.00pm.

 

NOTE:

 

(i)      Originals of documents for items i, ii, iv must be produced for sighting during the bid opening exercise.

(ii)     Failure to submit the documents under items i, ii, & iv above would be considered Non-Responsive and automatically disqualifies any company.

(iii)    Please, note that due diligence could be conducted.

(iv)    Interested members of the general public, especially Civil Society Organizations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observer issued by the Bureau of Public Procurement.

(v)     Companies representatives are to come along with a letter of introduction indicating name, rank and sample signature to the venue of the opening exercise.

(vi)    This advertisement shall not be construed as a commitment on the part of Transportation Secretariat, nor shall it entitle responding company to seek any indemnity from Transportation Secretariat by virtue of such company having responded to this.

 

Signed:

Management

 

 

Invitation for the Pre-Qualification to Tender For the Following Projects: (I) Provision Of BRT/BFS Demarcation Lines, Delineators and other Traffic Control Devices, (ii) Supply and Installation Automatic Counting Equipment and Zebra Markings on Some Major Roads of FCT at Federal Capital Territory Administration Office of the Secretary

Federal Capital Territory Administration Office of the Secretary

Transportation Secretariat No 1 Capital Street Area 11 Garki Abuja

 

Invitation for the Pre-Qualification to Tender For the Following Projects: (I) Provision Of BRT/BFS Demarcation Lines, Delineators and other Traffic Control Devices, (ii) Supply and Installation Automatic Counting Equipment and Zebra Markings on Some Major Roads of FCT.

 

Federal Capital Territory Administration (FCTA), through the Transportation Secretariat is inviting competent and interested firms for prequalification to tender for: (I) Provision of BRT/BFS Demarcation lines, Delineators and other traffic control devices, (II) Supply and installation of Automatic counting equipment and Zebra Markings on some major roads in the FCT.

 

2. The Scope of the Project Includes:

 

(i)      Provision of BRT/BFS demarcation lines, delineators and other traffic control devices.

i.        Supply and installation of Traffic signs.

ii.       Traffic markings,

iii.      Solar Powered Chevron signs,

iv.      BRT vertical Solar Light,

v.       Reflective flexible delineators

vi.      Etc. along the high capacity bus routes.

 

(I) Supply and Installation of Automatic Counting Equipment and Zebra Markings on Some Major Roads of the FCT.

i.        Supply and Installation of Automatic traffic counting machine for traffic count on major ways and streets in the city.

ii.       Zebra crossing markings on major ways and main streets in the FCT;

iii.      Supply and Installation of traffic signs on major ways and streets in the city.

 

(Ii)   Pre-Qualification Requirements

Interested firms are to forward copies of the following documents and originals made available for sighting during the bid opening: –

(i)      Evidence of registration with Corporate Affairs Commission (CAC), and Articles of Memorandum of Association complete with up to date returns with the CAC

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

(iii)    Companies Audited Account for last three (3) years prepared by a Chartered Accounting Firm

(iv)    Evidence of Registration with and remittance of pension fund to the National Pension Commission in compliance with the provision of the Pension Reform Act

(v)     Bank statement of the company for the last twelve (12) months and reference letter from a reputable Nigerian Bank (original)

(vi)   Company profile showing list of key personnel officers to be used for the project stating their roles, designation, qualification and experience. Enclose photocopies of professional certificates where applicable, please.

(vii)   List of verifiable documentary evidences of similar jobs successfully executed or being executed within the last three years in the form of award letter, completion certificate or an engagement letter.

(viii) List of equipment to be used for the project and their locations. State

whether the equipment is on lease, hired or owned.

(ix )   Sworn affidavit in line with the provisions of Part IV, section 16, sub-section 6 (e-f) of the Public Procurement Act, 2007.

 

(I) Submission of the Prequalification Documents:

The prequalification documents arranged in the order of the stated criteria should be loose-bound and submitted in triplicate and clearly marked for proper identification, Indicating the Project Name and Number. The documents are to be dropped in the Tender Box at: Office of the Secretary, FCT Tenders Board Secretariat, Room 043, Area 11, Garki, Abuja on or before 12.00 noon, of October 2nd 2012.

 

The representatives of the bidding companies are invited to witness the opening of the prequalification documents on the same day at archives and History Bureau Building, Room 04. Area 11, Garki, Abuja by 2.00pm.

 

NOTE:

i.        Originals  of documents for items i, ii, iv must be produced for sighting during the bid opening exercise.

ii.       Failure to submit the documents under items i, ii, & iv above would be considered NON-RESPONSIVE and automatically disqualifies any company.

iii.      Please, note that due diligence could be conducted.

iv.      Interested members of the general public, especially Civil Society Organizations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers issued by the Bureau of Public Procurement.

v.       Companies representatives are to come along with a letter of introduction indicating name, rank, and sample signature to the venue of the opening exercise.

vi.      This advertisement shall not be construed as a commitment on the part of Transportation Secretariat, nor shall it entitle responding company to seek any indemnity from Transportation Secretariat by virtue of such company having responded to this.

 

Signed:

Management.

 

Expression of Interest in Respect of FAAN’S Insurance Policies for Year 2013 at Federal Airports Authority of Nigeria

Federal Airports Authority of Nigeria

 

Expression of Interest in Respect of FAAN’S Insurance Policies for Year 2013

 

A. Introduction.

In compliance with the Public Procurement Act 2007, the Federal Airports Authority of Nigeria (FAAN) intends to invite bids for 2013 Insurance year under its 2012 financial year (IGR) budget. Consequently, the Authority wishes to invite competent and reputable Insurance Companies to submit Expression of Interest (EOI) in the Authority’s Insurance Policies as stated below:

 

B.      Insurance Categories

  • Lot 1 Lead Insurance Underwriters
  • Lot 2           Co-Insurance Underwriters
  • Lot 3           Lead Life Insurance Underwriters
  • Lot 4           Co-Life Insurance Underwriters

 

C.      Scope of Insurance Policies

The scope of Insurance shall include the following:

  • Airport Owners and Operators Liability.
  • Industrial All Risk Liability:

a)       Fire/Extraneous Peril Insurance

b)      Money Insurance

c)      Plant All Risk Insurance

  • Private Motor Insurance.
  • Vehicle (Own Goods) Insurance.
  • (a)     Vehicle (Private Bus) Insurance.

(b)     Vehicle (Special Type) Insurance

  • Motor Cycle Insurance
  • Professional Indemnity Insurance
  • (a)     Group Life Insurance

(b)               Group Personal Accident Insurance

 

D.      Tender Requirements

All interested Companies are required to submit the following:

a)       For Lead Insurance and Co-Insurance Underwriter

(1)     Evidence of being an Insurance Company operating for a minimum of ten (10) years.

(2)     Evidence of having successfully carried out similar activity.

b)      For life Insurance Underwriters, evidence of being a life Insurance Company for a minimum of ten (10) years.

 

E.       Other Documents that must be Submitted along with the Tender:

  • Evidence of Company Registration / Certificate of incorporation of the company.
  • Certified true copy of memorandum and article of association with CAC forms CACO2 & CACO7 inclusive (where applicable).
  • Evidence of tax payments (Current Tax Clearance Certificate) for the last three years.
  • VAT registration and evidence of remittance.
  • Certificate of compliance to pay pension from PENCOM and evidence of remittances.
  • A certified true copy of the company’s current operating license by NAICOM.
  • Have a verifiable location address in Nigeria.
  • Company’s profile including major clients handled in the last three (3) years and the C V’s of the key-Management staff.
  • Evidence of Company’s publish Annual Report and Accounts with the evidence of unqualified auditor’s opinion for the year 2009, 2010 and 2011 respectively.
  • A statement signed by the Company’s M D/Chief Executive Officer that the Company settles and will settle all genuine claims promptly.
  • Evidence of having met consolidation requirement.
  • Evidence of financial capability to execute the project (Bank Reference Letter/Bank guarantee will form part of the evaluation criteria).
  • Verifiable evidence of similar projects successfully completed / on-going (e.g. Letter of Award and Payment Certificate).
  • Sworn Affidavit disclosing as follows:
  • That all documents submitted are not only genuine but correct.
  • That the Director(s) has /have never been convicted by any court of law.
  • That none of firm’s Director or the company is bankrupt.
  • Whether or not any of the officers of FA AN or BPP is a former or present Director of the Company.

 

F.      Submission of Documents:

  • The documents are to be submitted in four (4) copies in A4 paper size and neatly bound. The document should be arranged in the order listed in E above and clearly separated by dividers.
  • The documents must be sealed in an envelope and Name of the Tender /Lot clearly written at the top left corner of the envelope.
  • All documents must be submitted to the office of “The General Manager (Procurement)”, FAAN Headquarters, Ikeja- Lagos.

 

G.      Closing and Opening of Submissions:

Submission of tender document shall close at exactly on 24th September, 2012 by 11.30 am. All submissions will be opened on the same day at 12 noon in FAAN Headquarters, Commercial Conference Room, Ikeja, Lagos.

 

H.     Important information:

  • FAAN reserves the right to verify the authenticity of any claims made on the tender documents submitted by companies.
  • Failure to comply with the instruction(s) and provide any required document(s) may automatically result in disqualification.
  • FAAN reserves the right to reject any or all the tender documents.
  • Original of all documents above must be produced for sighting at any time requested.
  • Tender documents submitted late shall be rejected.
  • All submissions must be in English language.
  • This advert shall not be construed to be a commitment on the part of FAAN, nor shall it entail the Applicant to make any claim(s) whatsoever and/ or seek any indemnity from FAAN, by virtue of such applicant having responded to this publication.

 

Signed

Management.