Request for Expression of Interests (EOI) at Federal Polytechnic, Idah

 

Federal Polytechnic, Idah

 

Request for Expression of Interests (EOI)

 

A.      Introduction

The Federal Polytechnic, Idah, intends to carry out the following projects:

 

1.       Drafting and Production of Strategic Plan; and

2.       Review of Master plan.

 

Interested and reputable Consultancy firms are therefore invited for expression of interest for the projects, the projects.

 

Pre-Qualification Requirements

Interested Consultancy firms are expected to meet the following pre-qualification criteria:

(i)      Company profile with copies of Article of Association and CAC form CO7.

 

ii)      Evidence of Firm’s registration or accreditation with appropriate professional body.

 

(iii)   Curriculum vitae of individual staff who will be assigned to the required services including qualification, individual experience in handling assignments and attestation available.

 

(iv)   Financial capacity profile of the firm and evidence of tax clearance certificates for 2009, 2010 and 2011.

 

(v)     Verifiable list of similar jobs executed in the last five years including letters of award, project cost, and contact address of clients.

 

(vi)   Submission of three-year audited accounts for 2009, 2010 and 2011. For the annual audit, firms must have the endorsement of ICAN certified personnel.

 

C.      Submission of EOI and Closing Date

The EOI must be submitted in three (3) copies including one original in a sealed

enveloped clearly marked “Expression of Interest for Project 1 or 2 as appropriate at the top right hand corner and reach:

 

The Registrar,

Federal Polytechnic,

Idah, P. M. B. 1037, Kogi State.

 

on or before  17th September 2012 by 12:30p.m.

 

D.      Further Information

4.1     All CAC, VAT and tax clearance certificates may be referred to the security agencies, Corporate Affairs Commission, Federal Inland Revenue (FIRS) and other relevant bodies for verification.

4.2     Only Pre-qualified consultancy firms will be invited to collect the respective Request for Proposal (RFP) for each project.

4.3     The Polytechnic reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

4.4     Evaluation of the submissions shall be strictly based on the requirements as specified above.

 

Interested firms may obtain further information from the address below:

 

Director of Physical Planning,

Federal Polytechnic, Idah.

 

Signed:

Elaigwu

Registrar.

Invitation for Pre-Qualification to Tender at National Commission for Refugees, Migrants and Internally Displaced persons

National Commission for Refugees, Migrants and Internally Displaced persons

 

Invitation for Pre-Qualification to Tender

 

The National Commission for Refugees, Migrants and Internally Displaced Persons to wishes to invite interested qualified Contractors/Consultants who to tender for the underlisted projects /programmes.

 

A.    Projects/Programmes

i)       Internally Displaced Persons Resettlement. Durable Solution Programmes in six 16) geo-political zones.

ii)     Migration, Orientation/Support and Establishment of Assisted Voluntary Return Centres for Migrants.

iii)     Provision of Utility Vehicles and other Emergency Equipment.

iv)     Supply of food items, drugs, shelter materials, household items, sanitary materials, fumigation environmental control for Internally Displaced Persons (IDPs) location and other relief materials.

v)     Procurement of office items equipment.

vi)    Restoration of Oru Camps, establishment of Ilorin Refugee Camp and local integration of refugees.

vii)   Upgrading of Maiduguri reception facility of refugees entering points in Sokoto, Lagos, Cross River, Kwara, Enugu and other states.

 

B.      Pre-Qualification Requirements

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

ii)      Company Audited Account for the last three (3) years.

iii)     Evidence of Financial Capability and Bank Report.

iv)     Evidence of Tax Clearance Certificate for the last three (3) years.

v)      List of Experience/Technical Qualification of Key Personnel.

vi)     Similar Projects Executed and Knowledge of the Industry.

vii)    Annual Turn Over.

viii)   VAT Registration and Evidence of Past VAT Remittance.

 

2.       Submission for Pre-Qualification of Tenders must reach the Office of the Assistant Director (PRS) in Room 2.41 on or before 12th October 2012.

 

B.A. Kadiri

AD (PRS)

For: Ag. CEO

Re: Invitation for Technical and Financial Tender at National Agency for Food and Drug Administration and Control (NAFDAC)

Re: Invitation for Technical and Financial Tender

 

Addendum

 

Further to our Invitation for Technical and Financial Tender in the Volume 8 No. 15 edition of the Federal Tenders Journal of Monday July, 23rd – Sunday August 5th 2012. The Punch of Thursday July, 19th 2012, and Daily Trust of Friday July 20th, 2012, where the closing/opening date for the submission of Technical and Financial Bid was scheduled for 3rd September, 2012, has been extended by two weeks and will now take place on Wednesday September 12th, 2012 by 12 noon. All other details remain unchanged.

 

 

2.       Please ensure compliance. Any inconveniences caused are regretted.

 

Signed:

Management

Invitation for Pre-qualification and Tender for Construction of Faculty of Law Building University of Calabar, at Federal Ministry of Education

Federal Government of Nigeria

Federal Ministry of Education

 

Federal Secretariat Complex, Phase III Ahmadu Bello Way, Central Business Area, Abuja

 

Invitation for Pre-qualification and Tender for Construction of Faculty of Law Building University of Calabar, Calabar, Cross River State

 

The Federal Government of Nigeria has provided funds in the 2012 Appropriation for the Federal Ministry of Education (FME) and the Ministry intends to utilize part of the funds for Construction of Faculty of law Building at the University of Calabar, Calabar, Cross River State.

 

2.       In realization of the project, the Ministry had advertised in the Federal Tenders Journal, Punch and Daily Trust newspapers of 14th May, 2012 inviting interested and reputable contractors to submit pre-qualification document for the project. Pre-qualification documents received in respect of the project; were publicly opened on Tuesday 12th June, 2012, However, in line with public interest and Section 28 of the 2007 Public Procurement Act, the procurement proceedings earlier commenced on the 14th May, 2012 in respect of the project was cancelled and to re-commence TODAY with the publication of this advertisement.

 

3.       Pre-qualification Requirements

Interested and competent Contractors wishing to carry out the job are required to submit the following documents which will be subjected to verification by the Ministry:

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

(ii)     Evidence of Current Tax Clearance Certificate for the last three (3) years ending in December 2012.

(iii)    Evidence of VAT registration Certificate with TIN No. and past remittances for the last 3 years

(iv)    Evidence of Financial Capability from reputable Bank to execute the Project.

(v)     Company profile with CVs of key officers including photocopies of relevant professional/technical qualifications.

(vi)    Evidence of registration with relevant professional bodies such as ARCON, COREN, CORBON, etc.

(vii)   List of verifiable Construction Equipment indicating ownership or lease agreement

(viii)  Verifiable evidence of successful completion of similar works within the past three (3) years and attach copies of letter of awards and certificates of successful completion.

(ix)    Evidence of issuance of Compliance Certificate to all Organizations by PENCOM in line with Pension Reform Act 2004 (as amended).

(x)     Evidence of compliance with the amended industrial Training Fund Act, 2011.

(xi)    A sworn affidavit disclosing whether or not any officer of Federal Ministry of Educations. Bureau of Public Procurement or University of Calabar. Calabar is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct all particular.

 

N.B: The above listed requirements shall form part of the bids evaluation criteria and non compliance with any of the stated conditions shall result in automatic disqualification of the bidder

 

4.       Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the 2007 Public Procurement Act.

 

5.       The general public is invited to note that contractors that responded to our earlier advertisements in the Federal Tenders Journal, Punch and Daily Trust newspapers of 14th May, 2012 in respect of this project, and that has been cancelled, are advised to re-apply and participate in this procurement process.

 

6.       Interested eligible bidders may obtain further information from Procurement Department and inspect the Bidding Documents between 9.00 am till 3.30 pm (Mondays -Fridays) except public holidays. The address is:

 

Department of Procurement

Federal Ministry of Education

Room 3.09, Podium L, Federal

Secretariat Complex, Phase III

Ahmadu Bello Way, Central Business

Area, Abuja

 

Collection of Documents

7.       A complete set of Bidding Documents shall be collected by interested bidders from the address in paragraph 6 above on the submission of written application accompanied by a non refundable tender fee of Fifty Thousand Naira (N50, 000.00) in certified Bank Draft payable to Federal Ministry of Education. The bidding documents will be collected by hand by bidder’s representative.

 

Submission of Prequalification and Tender Documents:

8.       Prequalification documents and Financial bids must be delivered to Podium L, Room 3.09, 3rd Floor, Federal Ministry of Education, Federal Secretariat Complex Phase III, Central Business Area, Abuja on or before Wednesday, 19th September 2012 by 12.00 Noon in two (2) separate sealed envelopes and clearly marked “Pre-qualification Documents for Unical Law Building” and second envelope marked “Financial Bid for Unical Law Building” at the top left hand corner of each envelope. Financial bids must be accompanied by 2.0% Bid Security in form of Bank Guarantee from a reputable Bank. The name of the contractor should be boldly written at the back of the envelopes. The two envelopes shall also be enclosed together in a bigger envelope, sealed and waxed and shall be addressed of Education, Abuja. Late bids will be rejected.

 

Public Opening of Bids

9.       Prequalification documents shall be publicly opened immediately at the expiration of Bids submission deadline, i.e., 1.00pm on Wednesday 19th September, 2012 at the address below in the presence of the bidder’s representatives and interested members of the public.

 

Federal Ministry of Education Conference

Room

2nd Floor,

Federal Secretariat Complex,

Phase III, Ahmadu Bello Way,

Central Business Area – Abuja

 

10.     The general public is invited to note that Financial Bids of only the prequalified contractors shall be publicly opened thereafter, while the financial bids of the un-qualified contractors shall be returned to them.

 

11.     Nothing in this advertisement shall be construed as a commitment on the part of the Ministry to award any or all the above listed projects.

 

Signed:

Permanent Secretary

Federal Ministry of Education

Abuja

 

Invitation for Pre-qualification at Cocoa Research Institute of Nigeria, IDI-Ayunre, Ibadan

Cocoa Research Institute of Nigeria

KM 14, Ibadan/Ijebu-Ode Road

IDI-Ayunre, Ibadan

 

Invitation for Pre-qualification

 

A.      Introduction

Cocoa Research Institute of Nigeria (CRIN) located at Km 14 Ibadan/Ijebu-Ode Road, Idi-Ayunre, near Ibadan is one of the parastatals in the Federal Ministry of Agriculture and Rural Development.

In pursuance of implementation of its 2012 Capital budget, invitations for the pre-qualifications are hereby opened to interested qualified applicants for execution Capital Project proposed for execution in 2012.

 

 

B.      Scope of Work

The work comprises procurements and engineering works as further described below:

Lot 1 Supply of Agro-chemical for Headquarters and Substations

Lot 2           Installation of Laboratory Equipment (Biotechnology)

(i)      Atomic Absorption Spectrometer Accessories.

(ii)     Reagents for Electrophoresis

(iii)   Accessories for HPLC

 

Lot 3 Installation of Internet facility for the Headquarters

(i)      GLO fiber Internet

(ii)     Subscription for 6 months

(iii)    Router and Accessories

 

Lot 4           Construction of Boreholdes at the Headquarters.

Lot 5 Supply of Utility Vehicles

(i)      30 seater Toyota Coaster Bus (Petrol Engine) with all options

(ii)     Toyota Prado 4×4 WD Jeep (Petrol Engine) with all options

 

Pre-Qualification

Only qualified Companies shall be invited to competitively tender for the above listed services. To qualify for consideration, applicants are required to submit the following documents:

i.        Certificate of incorporation with Corporate Affairs Commission

ii.       Detailed Company Profile

iii.      Company’s financial details/status for the last three (3) years

iv.      Tax Clearance Certificate (for the last three (3) years)

v.       Evidence of current registration of company with CRN

vi.      Evidence of past experience in similar Services on at least three projects.

 

Applicants should note that they are required to submit complete packages in respect of the entire Scope of Works.

 

Submission of Application

The pre-qualification documents of three (3) hard copies, shall be submitted in one (1) sealed envelope, clearly marked “Confidential: GRIN 2012 Capital Projects” with Company’s Name of the applicants. The above documents should be address to:

 

The Executive Director

Cocoa Research Institute of Nigeria (CRIN)

Km 14, Ibadan/ljebu-Ode Road,

Idi-Ayunre,

Ibadan

Nigeria.

 

Deadline for Submission: on 19th September 2012.

 

Please note:

  • On no account should the documents be submitted in any other CRIN located other than the address given above.
  • Applicants must indicate Company’s name on the sealed envelope
  • Notwithstanding the submission of the pre-qualification information, CRIN is neither committed nor obliged to include any Company on any bid list or award any form of contract to any Company and/or associated Companies, sub-contractors or agents
  • Only short-listed companies having similar past experiences shall be invited for tendering.
  • CRIN will deal only with authorized officers of the respective Companies/Applicants and NOT through individuals or agents.
  • CRIN will NOT enter into correspondence with any Company or individual or why a Company was short-listed or not short-listed.

 

Signed:

Management