Invitation for Tender at Okene Local Government Council

Okene Local Government Council

Kogi State of Nigeria

 

Invitation for Tender

1.0 Introduction

Okene Local Government Council intend to undertake the construction of various works and services, in compliance with public procurement act 2007, the above named Local Government invites interested and reputable contractors/firm for the following:

 

2.0 Description of Work

1. Construction of civic centre (multipurpose)     LOT1

2. Construction of cattle market                            LOT 2

3. Concrete road                                                       LOT3

4. Drainages                                                              LOT4

5. Culvert at feeder road                                         LOT5

6. Motorized Borehole                                             LOT6

 

3.0 Tender Requirement

A.      Evidence of incorporation with Corporate Affair Commission

B.      Evidence of Vat registration and remittance,

C.      Evidence of valid tax clearance certificate for the last three (3) years.

D.      Evidence of Registration with Okene Local Government Council.

E.      Evidence of traceable address (Not P.O Box in Nigeria)

 

4.0     All completed tender should be envelope and mark “construction of LOT1-6 respectively.

 

5.0      All completed tender document should be waxed, sealed and submitted to:

 

THE SECRETARY

Tender Board

Okene Local Government Council

Okene, Kogi State

 

Signed:

SECRETARY

OKENE LOCAL GOVERNMENT TENDER BOARD

Invitation for Bids at Nigeria Meteorology Agency (NIMET)

Nigeria Meteorology Agency (NIMET)

National Weather Forecasting and Climate Research Centre

Nnamdi Azikiwe International Airport, Abuja, Nigeria

 

Invitation for Bids

Introduction:

The Nigerian Meteorology Agency (NIMET) in fulfillment of its mandate in Aviation Road Map; and in accordance with the 2007 Public Procurement Act, invites interested and eligible contractors to tender for the execution of the following project which are to be funded through the 2013 Federal Government (FGN) Appropriation.

 

2. Project

Automation of Meteorological Data Collection and Transmission

The Agency experts prospective bidders to demonstrate competencies in the digitalization of historical climate data and the transmission of data in real-time from synoptic stations and offices nationwide to the Central Server at the National Weather Forecasting and Climate Research Centre, Abuja.

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from the date of Advertisement, 10:00am to 4:00pm, Mondays to Fridays, except on public holidays.

 

3. Qualification Requirements

Interested bidders are expected to meet ail requirements specified in the Bidding documents which include:

  1. Evidence of incorporation in Nigeria (CAC forms CO2 and CO7).
  2. Submission of immediate past three years’ tax clearance certificate, (i.e. 2010, 201 1& 2012).
  3. Immediate past three years’ audited accounts of the company (2010, 2011 & 2012).
  4. Evidence of registration and remittance of Value Added Tax (VAT).
  5. Evidence of compliance with the relevant provisions of the Pensions Reform Act 2004.
  6. Evidence of compliance with the ITF ACT.
  7. Company Profile
  8. Evidence of key professional staff with relevant experience and registration with relevant professional bodies.
  9. Verifiable documentary evidence of similar jobs successfully executed. Such evidence shall be in form of valid letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress.
  10. Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range is not an adequate evidence of financial capability.  (Adhere to the format as contained in the Bidding Document.)
  11. Verifiable evidence of accreditation membership or affiliation with original equipment manufacturers is essential.
  12. Any other relevant information will be an added advantage.

 

4. Collection of Bidding/ Request for Proposal Documents

A complete set of relevant documents in English language may be obtained from the address below on payment of a non-refundable fee of N30, 000.00 (Thirty Thousand Naira) only payable in cash to NIMET bank account or Bank Draft issued in favour of Nigerian Meteorological Agency. The documents will be collected on presentation of the receipt of payment (original and photocopy) at the Procurement Office.

 

5. Submission of Bidding

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids to the address below on or before 12:00 noon, 26th September, 2013. Bids will not be collected after this period. It is important that the name and mailing address of the bidder, including valid contact telephone number must be dearly marked on the envelopes and also in the contact address on letter of delivery.

 

6. Opening of Bids

Bids will be publicly opened in the presence of representatives of companies, who choose to be present at the Agency’s conference room at 2:00pm on 26th September, 2013. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

 

7. Bid Security

All bids must be accompanied by a bid security of 2 per cent of the bid value.

 

8. Note:

Bidders who do not scale through the technical evaluation stage shall have their financial bid(s) returned unopened.

 

9. Enquiries

For Enquiries, please call

07037775161(Head of Procurement) OR

08035949848(Desk Officer-Documents)

E-mail Address: nimetprocurements@yahoo.com

 

10. NB

This advertisement shall not be construed as a commitment on the part of NIMET nor shall ft entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.

 

NIMET reserves the right to verify claims made by any bidder.

 

The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender.

 

Signed

Director-General/CEO,

Nigerian Meteorological Agency,

National Weather Forecasting & Climate Research Centre,

Nnamdi Azikwe International Airport, Abuja

Invitation to Tender at Federal Ministry of Youth Development

Federal Ministry of Youth Development

 Invitation to Tender

 (Constituency Projects)

 A.       Introduction

 The Federal Government of Nigeria through Federal Ministry of Youth Development is desirous of executing some Constituency Project (constructing Youth Development Centres/ Skill Acquisition Centres/ Town Halls) in various locations in some selected States of the Federation; therefore, interested/reputable Contractors are hereby invited to tender for the various projects as detailed in the scope of work below:

 B.      Scope of Work

 The scope of work to be carried out per Lot is as listed under each Lot below:

 i. Lot 1        Demonstration and Skills Acquisition Centre in Ifon-Ose LGA, Ondo State

  • Site clearing
  • Fence Work
  • Construction, Furnishing and Equipping of Skills Acquisition Centre

ii. Lot 2       Demonstration and Skills Acquisition Centre In Oka-Akoko South West in Ondo North Senatorial District, Ondo State

  • Site clearing
  • Fence Work
  • Construction, Furnishing and Equipping of Skills Acquisition Centre

iii. Lot 3      Town Hall at Katcha, Niger State.

  • Site Clearing
  • Construction of Town Hall.

iv. Lot 4      Community Town Hall with furnishing at Essien Itiaba, Nsitit Atai, Akwa Ibom State.

  • Site Clearing
  • Construction/Furnishing of Town Hall.

v. Lot 5       Community Town Hall at Utit Uruan, Akwa Ibom State.

  • Site Clearing
  • Construction of Town Hall.

vi. Lot 7      Supply of Brand New Motorcycles CG 125 Model/ KASE at Silame LGA, Sokoto State.

vii. Lot 8     Supply of Brand New Motorcycles CG 125 Model/KASE at Binji LGA, Sokoto State

 C.      Qualification to Tender

 Interested and competent contractors should submit the following qualification documents along with their tenders in a separate envelope marked as qualification document properly addressed and enclosed in a large envelope together with the tender:

i.        Evidence of Registration with Corporate Affairs Commission, including Memorandum and Articles of Association; forms C02 and C07 where applicable.

ii.       Evidence of similar contracts executed in the last three (3) years.

iii.      Evidence of financial capability and Bank’s support (this shall include certified Bank Statement of Account, Bank reference letter with commitment).

iv.      Company Profile indicating details of key Staff with their CVs.

v.       The Company’s Annual audited accounts for the last three (3) years (2010 – 2012).

vi.      Tax Clearance Certificate for the last three (3) years, to be valid up to December 31st , 2012.

vii.     VAT registration Certificate and TIN.

viii.    Evidence of registration with National Pension Commission and remittance of employees’ contribution/deductions to the Pension Funds Administrators.

ix.      Evidence of registration/contribution with Industrial Training Fund.

x.       Evidence of payment of non refundable tender fee of N10,000.00 in bank draft for each project Lot, in favour of Federal Ministry of Youth Development and thereafter presented to Cash Office for Receipt.

xi.      Any additional information that may enhance the chances of the Company/Contractor compliance to the above requirements, in addition to the degree of responsiveness to the Bidding Document will form the major Evaluation criteria to be considered/ applied for selection of the successful contractors.

 D.      Collection & Submission of Tender

 Tender documents with detailed specifications are to be collected from Office of the Director (PMI) upon presentation of evidence of payment of non-refundable Tender Fee of N10,000.00 only (by Bank draft payable to Federal Ministry of Youth Development). Completed Tender documents should be submitted in sealed envelope marked at the right hand corner “Tender for (indicate the specific project and Lot No. of intent)”, addressed to (The Secretary, Ministerial Tenders Board, Federal Ministry of Youth Development, Room 521, 5th floor, Block E, Federal Secretariat Phase II, Bullet House, Shehu Shagari Way, Abuja) with the qualification documents both enclosed in a large envelope indicating the specific project and Lot No., and deposit same in the Tender Box at the Secretary’s office on or before 23rd September 2013.

 E.      Opening of Tender

 The Tenders will be opened at 12:30 pm on the closing date, Monday, 23rd September, 2013, at the Permanent Secretary’s Conference Room, 2nd Floor, Block D. Representatives of the Tenderers, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Bid Opening.

 Please Note

a.       Late submission will be rejected.

b.       False claims and failure to comply wild the instructions above or to provide the listed documents, may automatically lead to disqualification.

c.       Nothing in this advertisement shall be construed to be a commitment on the part of Federal Ministry of Youth Development to undertake the project, or entitled bidders to make any claim(s) whatsoever in respect of any expenses incurred in preparing a tender response.

d.       Payment of mobilization/advance payment will not be applicable.

 For any further enquiry, contact the Office of the Secretary to the Ministerial Tenders Board.

 Signed:

Dr. Tunji Olaopa

Permanent Secretary

 

Invitation for Tender at Federal Ministry of Education, Adamawa State

Federal Ministry of Education

Federal Government College

P.M.B. 1001 Ganye – Adamawa State

 Invitation for Tender

 1.0     Introduction

 The Federal Government College, Ganye Adamawa State intends to undertake the procurement of various goods works and services under the 2013 Capital Budget.

 In compliance with the Public Procurement Acts 2007, the college invites interested and reputable contractors to bid for the following.

 2.0     Description of the Project Goods

 1.       Procurement of 40 No. computers –                                                           Lot 1

2.       Procurement of Laboratory Equipment/Chemicals for Biology       

Chemistry and Physics –                                                                   Lot 2 Works

3.       Rehabilitation/Renovation of 2 Nos block of Girls Hostel –                       Lot 3

4.       Construction of 1 block of Girls Hostel –                                                   Lot 4

5.       Construction of 1 No block of 6 classrooms (A) –                            Lot 5

6.       Construction of 4 No block of 2 classrooms (B) –                            Lot 6

7.       Construction of 1 No block of 3 classrooms(C) –                                       Lot 7

8.       Construction of Home Management Laboratory –                            Lot 8

9.       Construction of 2 kilometre of Internal Road –                                           Lot 9

 3.0     Requirements

Prospective bidders are required to submit the following documents:

(i)      Certificate of Registration with the Corporate Affairs Commission CAC

(ii)     Evidence of tax clearance certificate for the last three years (2010, 2011 and 2012)

(iii)    Evidence of PENCOM registration in accordance with the Pension Reform Act, 2004, including evidence of remittance of employed Pension Contribution deductions.

(iv)    Evidence of VAT registration with TIN number and past remittance for the past three years.

(v)     Evidence of veritable experience or similar project execution, giving names of clients and evidence of practical completion.

(vi)    Evidence of financial capability to handle the project and Bank support

(vii)   Company profile to include among other office address, current telephone number(s) and email address, evident of technical and professional qualification, technical personal and their qualifications

(viii) Originals of all documents must be brought for sighting during bid opening

 4.0     Collection of Tender Document

 Interested company/Firm should collect bid documents containing specifications for the job from the Bursary Unit of the college on payment of N10,000 non-refundable tender fee for each lot at the college from 8.00am to 3.00pm working days.

 5.0     Payment of Registration

 Contractors not registered with the school are expected to pay the sum of N10,000 (Ten Thousand Naira) only as registration fee.

 6.0     Submission of Tender Bid

 All completed tender bids, in seal envelops with the description of project(s) being tendered for, written on the top left hand corner (Indicating the Lot Number and Name of Project(s) with all documents duly endorsed are to be dropped in the tenders box in the conference room, Federal Government College, Ganye not later than 12:00 Noon on 16th September, 2013.

 7.0     Closing of Submission

 Submission of tenders closes at 12:00 noon on Monday 16th September, 2013. Late submission will not be accepted.

 8.0     Opening of Tender

 Tenders received will be publicly opened at 12:00 on Monday 16th September 2013

In the conference room of Federal Government College, Ganye.

 All bidders or their representatives are invited to witness the opening of the tenders on Monday 16th September 2013. All interested members of the public are also invited to attend.

 Failure to comply with the above stated instruction or to provide any of the listed documents may automatically result in disqualification.

 Signed:

V. V. PAM

Secretary

School Tender Board (Federal Government College, Ganye)

For: Principal

Expression of Interest for Consultancy Services at Federal Ministry of Youth Development

Federal Ministry of Youth Development

 Expression of Interest for Consultancy Services

 Introduction:

 The Federal Government of Nigeria through Federal Ministry of Youth Development is desirous of carrying out Youth Empowerment Programmes in selected States of the Federation, therefore, services of Consultants in Youth Empowerment Programmes are required in order to achieve this goal.

 Request for Expressions of Interest (EOI) are hereby sought from interested consortium firms as follows:

 A.      Interested consulting firms are requested to submit Expression of Interest for Youth Empowerment Programmes in the following locations across the Federation namely:

 Lot 1.

Consultancy services for Youth Empowerment Programme in Zamfara West Senatorial District, Zamfara State.

 Lot 2.

Consultancy services for Youth Empowerment Programme in Lagos West Senatorial District, Lagos State.

 Lot 3.

Consultancy services for Women and Youth Empowerment Programme in Damaturu/ Gujba/ Tarmuwar Yobe State.

 Lot 4.

Consultancy services for Youth Empowerment Scheme in Zamfara North Senatorial District, Zamfara State.

 B.      Eligibility Criteria/Requirement for the Expression of Interest for Lot 1-4

The requirement for the Expression of Interest (EOI) for the prospective consortium firms are as follows:

1.       Evidence of Registration with Corporate Affairs Commission.

2.       Detailed Profile of the firm, including Curriculum Vitae of professional staff for the project, academic and professional certificate, experience and attestation of availability.

3.       Details and proof of Similar and verifiable project(s) successfully executed by the firm in the past. Please attach copies of transaction documents including project completion certificate.

4.       Evidence of firms audited account for 2009, 2010 and 2011,

5.       Evidence of current tax clearance for the past three (3) years, 2009 – 2011

6.       Evidence of VAT Registration and Remittance

7.       Evidence of financial capability supported with Bank reference from a     reputable bank.

8.       Evidence of compliance with Pension Act 2004

9.       Evidence of compliance with NSIT

10.     Address of the Head office of the firm

 C.      Method of Application

 All interested consultants are invited to submit Expression of Interest (EOI) in sealed envelope clearly marked “Expression of interest for Lot….State submitted to the address below:

 The Secretary,

Ministerial Tenders Board

Federal Ministry of Youth Development

Room 521, 5th Floor, Block “E”

Federal Secretariat, Phase II, Bullet House,

Shehu Shagari Way, Abuja

 Submission should be made on or before 12 noon on 27th August, 2013, The EOI will be opened on 27th August, 2013, in the Permanent Secretary’s Conference Room, 2nd Floor, Block “D”, at 2.30pm, in the presence of all Bidders or their representatives.

 Note: Only Consultants whose EOI are adjudged successful will be invited to submit Request for Proposal (RFP). No Consultant should apply for more than one location for supervision of proposed Youth Centre project.

 Signed:

Dr. Tunji Olaopa

Permanent Secretary