Invitation to Tender for 2012 capital Projects at Federal Government Girl’s College, Yobe State

Federal Government Girl’s College,

P.M.B. 1025, Potiskum, Yobe State

 

  1. A.   Invitation to Tender for 2012 capital Projects

 

Federal Government Girls’ College, Pokiskum hereby calls for tender from interested contractors for 2012 Capital Projects below:

 

 

  1. B.   Lot 1: Completion of 1 no Block of 12 classrooms

 

Lot 2: Sinking of Borehole and reticulation

 

Lot3: Perimeter fencing of the College.

 

Lot 4: Completion of Multi-Purpose Hall.

 

  1. C.   Tender requirements:

All interested contractors are required to submit the following.

 

  • Evidence of registration with Corporate Affairs Commission (C.A.C.)
  • Evidence from the companies’ Bankers as to their financial capacity to undertake the project.
  • Evidence of Tax Clearance Certificate for the Last Three (3) years (2009  2011)
  • Evidence of VAT payment
  • Evidence of Tax Identification Number (TIN).
  • Evidence of National Pension Commission Compliance.
  • Evidence of qualified technical and professional staff.
  • A comprehensive company profile to include verifiable key professional staff and evidence of financial capabilities, including Audited Accounts for the last three (3) years.
  • Evidence of similar jobs being currently undertaken,
  • Evidence of completion of similar jobs in the past.

 

D.        Tender Documents:

Tender documents are obtainable in the school on the presentation of a Bank Draft of Non-refundable fee of Ten Thousand (N10, 000.00) Naira only per project.

 

 

C.      Closing of Submissions:

Submission of Tender closes on Thursday 18th October, 2012 at 12-00 pm

Tender will be opened on Friday 19th October, 2012 at 11:00 am.

 

Signed:

Management

Invitation for Submission of Tender at Nigeria Immigration Service HQ, Abuja and ECOWAS/Spain Fund on Migration and Development

Nigeria Immigration Service HQ, Abuja and ECOWAS/Spain Fund on Migration and Development

Public Notice

Invitation for Submission of Tender

1.0            Introduction:

The Nigeria Immigration Service under the ECOWAS/Spain Fund on Migration and Development invites suitable qualified and competent contractors for execution of the following jobs under the project “Passport to safe Migration” September, 2012-August, 2013.

 

S/N Project Title/Description Location Project Code
1 Supply of 4WD, Petrol Engine, Double Cabin, Air Condition, Radio Cassette Player, Side Steps, Auxiliary gear, 5 Speed Manuel Transmission, Vinyl seats. SHQ NIS/MD/06

 

2.0            Objective:

The job is aimed at providing logistic/mobility support to the project “Production and Dissemination of Passport to safe Migration”.

 

3.0            Requirement for Tendering:

 

3.1     Company profile, evidence of Registration with CAC, 3 years tax clearance, Company Tax Identification Number (TIN), VAT Registration Certificate, Evidence of past experience, Evidence of Registration with National Pension Commission, Clearance Letter from Industrial Training Fund (ITF), and any other additional information.

 

3.2     Bidders are expected to submit application with appropriate project code number after payment of a processing fee of 10,000.00 (Ten Thousand naira) only, and must be submitted on or before 28th September, 2012.

 

3.3     Bids should be submitted not later than 10.00am 1st October, 2012, addressed to:

 

The Secretary,

Immigration Service Tender Board Secretariat,

Room A66, Ground Floor,

Nigeria Immigration Service Headquarters,

Sauka- Abuja.

 

4.0            Opening

 

4.1            The Technical and Financial Bids are to be publicly opened on the 28th September, 2012 and shall be conducted at the Conference Room, First Floor of Service Headquarters, Sauka-Abuja on 1st October, 2012 at1 2:00pm. Bidders or their representative and members of the public are invited to be present.

Note:         

  1. Original copies of documents in paragraph 3.1 must be presented for sighting before the date for the opening of the technical bids.
  2. This advertisement of invitation to Tender shall not be construed as a commitment on the part of the Ministry of Interior/Nigeria Immigration Service nor shall it entitle bidders to make any claim(s) whatsoever and/or seek any indemnity from the Ministry/Nigeria Immigration Service and/or partners by virtue of such bidders having responded to this advertisement. Neither will the Ministry nor Nigeria Immigration Service incur any liability in an event that a Particular procurement is cancelled.

Signed:

Comptroller-General NIS

 

Re- invitation for Pre-qualification to Tender for the Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja at Federal Capital Development Authority

 

Federal Capital Development Authority

Abuja, Nigeria

 

Re- invitation for Pre-qualification to Tender for the Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja

 

 

This is an invitation to all competent and reputable Engineering Companies with interest in executing the project described hereunder to submit their pre-qualification bids in line with the new requirements recently approved by BPP.

 

 

  1. Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja

 

 

  1. 2.     Scope of Works

The scope of work involves:

(i)                Provision and installation of 10.5m High Tension re-enforced concrete poles.

(ii)             Provision and installation of 33KV and 11K.V XLPE cable.

(iii)           Provision and installation of 100mm AC and stringing of the lines

(iv)           Provision and installation of 33K.V gantry

(v)     Provision and installation of 2Nos. 2.5MVA33/11 KV Power Transformers

(v)             Provision and installation of 33KV D-fuse. lighting arrestors and gang isolators.

 

3         Pre-Qualification Requirements

Interested Companies are invited to submit the following pre- qualification documents:

 

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Articles and Memorandum of Association of the company and up to date Annual return with the CAC (Forms C02& C07 to be included).

(b)     Evidence of the Firm’s Registration with Council for the Regulation of Engineering in Nigeria (COREN) and up to date payment of practicing fee (2012)

(c)      The Company must show evidence of the following:

(i)      Tax Clearance Certificate for the last three (3) years supplied with the company’s Tax Identification Number (TIN)

(ii)     Pension and Social Security Contributions

(iii)    Registration with Pencom.

(iv)    Remittance to pension fund Administrator

 

 

(d)     A sworn Affidavit to the effect that:

(i)      The Company is not in receivership insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria and other country for criminal offence in   relation to fraud or financial impropriety

(iii)    No present or former Director of the company is a shareholder or has any pecuniary interest in any of the relevant committees of the FCDA or BPP.

(iv)    All the documents submitted for the pre-qualification bid are not only genuine but correct

(e)      A chart indicating the number and category of Nigerians that are to be employed by the company on this project

(f)      Evidence of payment of Training Contributions to the Industrial Training Fund (ITF)

(g)     Evidence of compliance with the employees Compensation Act: i.e Remittance of 1% of the total emolument of your workers to the Nigeria Social Insurance Trust Fund (NSITF).

(h)     Bank Statement for the past six (6) month

(d)     Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of Chartered Accountants.

(j)      Letter authoring FCDA and her representative to cross-check the submitted company’s Bank account.

(k)     Evidence of work experience as the main Contractor executing or having executed a minimum of five (5) projects of similar complexity compared to the proposed work, one of which must have been within the last 5 years. Copies of Award Letters. Last Interim Certificate of Valuation for ongoing projects, Completion Certificate and Final Maintenance Certificate where applicable are to be enclosed.

(l)      Verifiable list of major construction equipment and facilities including registration numbers, chassis numbers, Location (where they can be inspected and remark on whether these are owned leased or hired

 

The minimum numbers of equipment/facilities are as listed below:

 

  1. Self loading 20 tons crane lorry
  2. 100kv/80kv hypotronics
  3. Megger
  4. H.T adjustable ladder
  5. Earth resistance tester
  6. Crimping machine
  7. Complete electrical and Mechanical tool boxes

 

(l)      List of key technical personnel stating their roles, designation, qualification and years of experience with guarantee that a minimum of five (5) relevant COREN Registered Engineers of various educational and professional certificates are to be attached.

 

(m)    History of Company’s policy on Community Social Responsibility.

 

(n)     Only Companies with a minimum of N500 Million (Five Hundred Million) annual turn-over in the last three years should apply for pre-qualification.

 

 

Notes:

Items 3a-3g are the Eligibility Requirements and their Originals must be produced by the Company for sighting during the opening session.

 

All claims must be substantiated with verifiable facts.

 

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

 

4.0      Submission of Documents:

The pre-qualification documents should be submitted in A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “Original” and “Electronic Copy” with the following inscription: “Pre-qualification to Tender for the Provision of Dedicated 33KV Over Head Lines from Central Area to FCDA Corporate Headquarters and FCTA Secretariat, Area 11, Garki, Abuja.”

 

The pre-qualification documents should be submitted directly to FCDA Procurement Department. Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11. Garki Abuja. On or before 12.00 noon, Friday 5th October, 2012. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids in the presence of all prospective bidders or their Representatives

 

Further Notes:

(i)                This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.

(ii)             Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents mean of delivery notwithstanding.

(iii)           The authority shall carry out Due Diligence on the companies to verify claims included in their submission.

(i)                Interested members of the Public especially Civil Society organisations could attend at their own cost and will be required to introduce themselves to the Chairman of the opening Session.

(ii)             Documents provided in response to4.1 (a-o) should be arranged as LISTED.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

 

 

 

 

 

 

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

 

5.0      Submission of Documents:

The pre-qualification documents should be submitted in A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “Original” and “Electronic Copy” with the following inscription: “Pre-qualification to Tender for the Provision of Engineering Infrastructure to: (Specify Lot Number and Project Description).

 

The pre-qualification documents should be submitted directly to FCDA Procurement Department. Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11. Garki Abuja. On or before 12.00 noon, Wednesday 26th September, 2012. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids in the presence of all prospective bidders or their Representatives

 

Further Notes:

(iv)           This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.

(v)             Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents mean of delivery notwithstanding.

(vi)           The authority shall carry out Due Diligence on the companies to verify claims included in their submission.

(iii)           Interested members of the Public especially Civil Society organisations could attend at their own cost and will be required to introduce themselves to the Chairman of the opening Session.

(iv)           Documents provided in response to4.1 (a-o) should be arranged as LISTED.

 

Signed:

Director, Procurement

For: Executive Secretary

 

 

 

 

 

 

Invitation for Expression of Interest and Tender for Valuation for Compensation for Farmlands at Anagada Resettlement Area at Federal Capital Development Authority

Federal Capital Development Authority

Abuja, Nigeria

 

Invitation for Expression of Interest and Tender for Valuation for Compensation for Farmlands at Anagada Resettlement Area 

 

This is an invitation inviting all interested competent and reputable Survey Firms to express interest to participate in the Consultancy for the Valuation for Compensation for Farmlands at Anagada Resettlement within the year 2012 budget.

 

2.       Description of Work

Lot 1 776.267 hectares

Lot 2 723.549 hectares

Lot 3 948.910 hectares

Lot 4 1,146,495 hectares

Lot 5 1,225,196 hectares

 

3     scope of works

The scope of works comprises the following:

 

  1. Organization of interactive session with the communities
  2. Delineation and marking of Boundaries
  3. Printing of Forms VCET I and II
  4. Field Surveys, Collation and Compilation of Data
  5. Submission of Preliminary Report
  6. Submission of Final Report

 

 

4.       Collection of Consultancy Brief

Interested Consultants are to collect Consultancy Brief from the Office of the Director, Department of Procurement, FCDA Area 11 Garki Abuja upon the evidence of payment of non – refundable fee of N50.000.00 (Fifty Thousand Naira only) for each LOT in favour of Federal Capital Development Authority for each Lot in Aso Savings and Loans PLC.

 

4.1     Technical Proposals.

All Estate Survey Firms engaged to carry out any survey work in the Federal Capital Territory (FCT) must be fully registered with the

Nigerian Institute of Estate Surveyors and Valuers Registration Board of Nigeria (ESVARBON).

Firms are directed to express their interest in not more than two (2) lots by submitting the following documents:

(a)     Evidence of incorporation of the Company with Corporate Affairs Commission (CAC) including Articles and Memorandum of Association of the company and up to date Annual returns with the CAC (forms C02 & C07 to be included).

 

(b)     The Company must show evidence of the following:

(i)      Tax Clearance Certificate for the last three (3) years supplied with the company’s Tax Identification Number (TIN)

(ii)     Pension and Social Security Contributions

(iii)    Registration with Pencom.

(iv)    Remittance to pension fund Administrator

 

(c)    A sworn Affidavit to the effect that:

(i)      The Company is not in receivership, insolvency or bankruptcy

(ii)     The Company does not have any Directors who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or financial impropriety

(iii)    No present or former Director of the company is a shareholder or has any pecuniary interest in any of the relevant committees of the FCDA or BPP.

(iv)    All the documents submitted for the pre-qualification bid are not only genuine but correct

(d)     Evidence of company’s enlistment with Nigerian Institute of Estate Surveyors and Valuers Registration Board of Nigeria (ESVARBON)

(e)      List of Principal Partners and evidence of their registration with the Estate Surveyors and Valuers Registration Board of Nigeria ((ESVARBON)

(f)      A chart indicating the number of Nigerians that should be employed by the company at various levels for the execution of this project.

(g)     List and verifiable documentary evidences of similar and other successfully executed (or being executed) within the last three years including their letters of award, contract agreements and relevant completion certificates or certificates of valuation where the jobs are on-going.

(h)     The company must sign all the pages of the Bill of quantities and Form of Tender.

(i)      Audited Accounts of the Company for the last (3) years duly endorsed by a firm of Chartered Accountants

(j)      Company’s policy on Community Social responsibility with verifiable evidence.

(k)     Letter authorizing FCDA’s representatives to cross-check the submitted company’s bank account.

 

 

 

 

Notes:

NB:   Originals of documents 4.1 (a-c) above must be produced for sighting during the opening session. Please note that submission of FAKE documents is fraudulent practice which is punishable under the relevant Laws. All companies will be assessed strictly on proofs of documents submitted to back up their claims.

(ii)     Documents provided in response to 4.1 (a-k) should be arranged as LISTED

 

4.2     Financial Proposals.

A Tender brief document shall be issued to interested Estate Surveyors and Valuers as the basis for their Financial Proposals. The Financial proposal shall include the following:

 

(i)      Completion Period for the Survey Works

(ii)     Validity Period of the Proposals from the date of submission.

(iii)    Two copies of the Receipt of payment of Tender Fees.

 

5.       Submission of Documents

The completed Tender shall be submitted as follows:

A hard Copy and an Electronic copy (PDF format in CD) of the Technical Proposals shall be placed in a sealed envelope clearly marked “Technical Proposal”. However, Two copies of the Financial Proposal shall be signed and sealed separately and placed in a bigger envelope clearly marked “Financial Proposal” and with a warning “Do Not Open At The Same Time With The Technical Proposal”.

 

Only Firms whose technical proposals are adjudged successful shall have their financial proposals opened for assessment.

 

The envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked “Proposals for Valuation for Compensation for Farm Land at Anagada Resettlement Area (Specify Lot Number and Project Description)………” The Bid shall then be returned to Capital Procurements Division of the Department of Procurement FCDA, Room 0.005 F.C.D.A. Secretariat, Area 11, Garki Abuja on or before 12.00 noon 25th September, 2012. All bid documents will be opened on the same day and venue by 2.00 pm in the presence of all Bidders or their representatives.

 

Signed:

Director, Procurement

For: Executive Secretary

 

Advertisement for Pre-Qualification of Contractors for 2011 TETFUND Funded Take-Off Projects at Federal University Lafia

Federal University Lafia

P.M.B. 146, Lafia, Nasarawa State

Federal

 

Advertisement for Pre-Qualification of Contractors for 2011 TETFUND Funded Take-Off Projects

 

 

  1. The Federal University, Lafia, in its effort to execute its Take-off Projects, is hereby inviting interested and reputable contractors to submit pre-qualification bid for its 2011 TBTFUND funded Take-off Projects as follows:

 

S/N

 

Lot No.

 

Description of Projects

 

1 Lot 26.

 

Construction    of   Additional   Car   Parks

Pedestrian Walkways

 

2 Lot 27.

 

Furnishing of Vice Chancellor’s Lodge

 

3 Lot 28.

 

Furnishing of Registrar’s Lodge

 

 

 

  1. 2.     Pre-Qualification Criteria

Interested contractors should submit the following documents:

  1. Evidence of incorporation of company with Corporate Affairs Commission (CAC) and Article of Memorandum of Association;
  2. Evidence of registration with the Industrial Training Fund (1TF);
  3. Company’s Audited Account for the last three (3) years;
  4. Tax Clearance Certificates for the last three (3) years expiring in

December 2011 with Tax Identification Number (TIN);

  1. Evidence of Compliance with Pension Reform Act, and up to date remittance of Employees’ Pension Fund Contribution in line with section 6d of the Public Procurement Act 2007;
  2. Evidence of Financial capability and banking support;
  3. Evidence of similar and verifiable projects executed (copies of Letters of Contract Award and Completion Certificates) within the last three (3) years and knowledge of the Industry;
  4. Company’s Annual Turnover;
  5. Evidence of VAT registration and remittance;
  6. Comprehensive Company profile and organizational structure;
  7. Evidence of Equipment and Technology capacity;
  8. Evidence of Experience/Technical Qualification and experience of key personnel to be deployed on the project;
  9. Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity.

 

  1. 3.     Verification of Claims

Please note that Federal University Lafia reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors.

 

  1. Contractors interested in more than one project must apply separately for each LOT of the projects.

 

  1. Submission of Pre-Qualification Tender

All Tenders should be in sealed envelopes and marked at the top-right hand corner of the envelope “Pre-Qualification for (Project Name)” and addressed to:

 

The Registrar,

Federal University Lafia,

P.M.B. 146, Lafia,

Nasarawa, State.

 

  1. Tenders should be dropped in the Tender box at the Reception of the University at the University’s Take-off site, Mararaba Akunza, Obi Road, Lafia.

 

All tenders must be received not later than 12.00pm on the 24th September 2012 and shall be opened on the same day at 2.00pm in the Canteen at the Take-off site. Representatives of all bidding companies and the general public are invited to attend the opening exercise.

 

  1. Successful bidders shall be notified to collect the appropriate Tender documents for the financial bidding.

 

Signed:

Registrar