Invitation to Bid at National Commission for Mass Literacy, Adult and Non-Formal Education

National Commission for Mass Literacy, Adult and Non-Formal Education

Plot 1641, Bade Close, Off Ubiaja Crescent, P.M.B 295, Garki, Abuja.

 

Invitation to Bid

 

1.       Introduction

The National Commission for Mass Literacy, Adult and Non-Formal Education (NMEC) wishes under the 2012 budget to invite competent and reputable suppliers to bid for the following respectively:

 

2.       Scope of Work:

Lot 1:          Procurement of Office Furniture and Equipment for NMEC, Vocational Centre, Minna.

Lot 2:          NMEC, Head Quarters office furniture

Lot 3:          Reprinting of NMEC Publications.

 

Requirements for Bidding:

a.       Evidence of company’s Registration with CAC.

b.       Detailed company profile.

c.       Last 3years (2009, 2010 & 2011) Company’s Tax Clearance Certificate.

d.       VAT Registration Certificate and evidence of Remittance to FIRS.

e.       Evidence of Current Audited Accounts for the last three (3) years.

f.       Evidence of previous similar supplies or printing work done e.g. letters of         award, engagement, payment etc.

g.       Evidence of Financial capability and banking support.

h.       Clear office address.

i.        Sworn affidavit that none of the company’s director is an ex-convict.

j.        Sworn affidavit that the company is not bankrupt.

 

4.       Collection/Submission of Bidd1ng Documents:

Interested bidders should pick the bid documents (On payment of non –refundable tender fee of =N=5,000.00 to National Commission for Mass Literacy, Account Number 2002565347, First Bank Nig Plc.) from the Head of Procurement, 2nd floor NMEC Head Office, Plot 1641 Bade Close, off Ubiaja Crescent. Garki, Abuja. Submission of bid should be done in sealed envelope (with evidence of payment) marked ‘Bid for Procurement Lot 1, Lot 2 Or Lot 3 (Bidders are allowed to bid for Only one Lot) and addressed to:

 

The Secretary

Tenders’ Board

Plot 1641 Bade Close,

Off Ubiaja Crescent,

Garki, Abuja

 

5.       Closing of Bids

Submission of bid closes on 11th October, 2012 at 12 noon. Please note: Bids submitted after stipulated time will not be treated.

 

6.     Opening of Bids

Opening of bids will take place by 1 p.m on the same date as above at the Commission’s Head office Conference Room.

 

Signed:

Management

Invitation to Tender at National Power Training Institute of Nigeria (NAPTIN)

Federal Republic of Nigeria

National Power Training Institute of Nigeria (NAPTIN)

 

Invitation to Tender

 

1.0     Introduction    

The National Power training Institute of Nigeria (NAPTIN) under the Ministry of Power is in the process of executing some projects with funds provided by the Federal Government of Nigeria in the 2012 Budget Appropriation. Therefore, interested competent and reputable companies with expertise in the relevant fields are hereby invited to submit tender for the following projects.

 

2.0     Scope of Works

Utility and Operational Vehicles

Lot 1:          Provision of 3Nos. 30 seater buses for Kaduna, Jos and Afam RTCs and 1 No. Saloon car.

 

Office and Hostel Furniture, Materials and Training Aids

Lot 2:                   Provision of high quality furniture for:

Lot 2a:        Students’ Hostel-2 at Kainji Training Centre (20 rooms)

Lot 2b:        NAPTIN Corporate HQ, Abuja

Lot 3:                   Procurement of training aids tools and equipment for the RTCs

Lot 3a         Training aids and tools

Lot 3b         Training equipment

 

Renovation/Rehabilitation, Construction and Equipment of Training Centres

Lot 4:          Procurement and installation of l00kVA Generator at Oji and Kainji RTCs

Lot 5:          Complete rehabilitation of Ijora RTC Mechanical Workshop.

Lot 6:          Additional perimeter fencing of Oji RTC.

Lot 7:          Renovation of Kainji Students’ Hostel-2.

Lot 7a:        4No. Kainji Hostel Bungalows

Lot 7b:        2 Blocks of 3 bedrooms each

Lot 8:          Supply and installation of Fire extinguishers at NAPTlN’s Nos. Regional Training Centre.

Lot 9:          Development of NAPTIN Training Management Information System.

Lot 10:        Total landscaping of Kainji RTC, NAPTlN’s Guest House New Busa and Kainji Hostel 2 New Busa, Niger State

Lot 11:        Rehabilitation of the NAPTIN’s recreation center opposite the Hostel 2 New Busa consisting: Lawn Tennis, Swimming pool. Bar etc.

 

3.0     Eligibility

Interested companies are required to submit the following documents which will be used for technical Evaluation Criteria of all bids.

a)       Evidence of incorporation of the company with Corporate Affairs Commission (CAC)

b)      Evidence of current Tax Clearance certificate (i.e 2009, 2010 & 2011)

c)       Evidence of VAT Registration/TIN and Company Audited Account for the last 3years as indicated in (b) above.

d)      Evidence of relevant and verifiable experience on similar jobs (letter Award, completion certificate and list of similar completed or ongoing jobs including documentary pictorial evidence) to be enclosed.

e)       Indicate availability of requisite and appropriate skills among key staff and persons to be engaged for the job.

f)       Provide evidence of financial capability

g)       Evidence of payment of Non-refundable tender fee (N25,000.00) per lot

h)      Technical details, brochures/manuals of the equipment to be procured

i)       Confirmation of tender Validity Period of at least 120 days.

j)      Sworn affidavit that information provided in the bid documents is verifiable and correct and also that the company is not bankrupt.

k)     Evidence of Pension Fund Administration and remittances

 

4.0     Collection of Tender Documents

Any interested company shall collect tender documents from the office of the Director General, National Power Training Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminu Kano Crescent. Wuse II, Abuja, upon the payment of non -refundable tender fee of twenty five thousand Naira (N25,000.00) only per lot in certified Bank Draft in favour of National Power Training Institute of Nigeria as from Monday, 2nd August, 2012

 

5.0     Submission of Tender Documents

Completed technical and financial Bids shall be submitted in two separate envelopes, sealed and clearly marked “Tender Bid for Lot No. and financial Bid for Lot No. inserted in a bigger 3rd envelop. The project titles, Lot number and contractor’s name must be clearly written on top of each envelop. Tender shall be submitted to the office of the Director General, National Power Training Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja.

 

6.0     Closing Date:

Submission of tender shall close 2 (two) weeks from the date of first publication in Leadership and Thisday Newspapers of 23rd August, 2012 by 12 noon on Monday, 10th September, 2012.

 

7.0        Bids Opening/Venue

The technical bid shall be publicly opened at 12.00 noon same day at NAPTIN CHQ Board Room, 3rd Floor, Plot 1124, Eldoret Close, Off1 Aminu Kano Crescent, Wuse II, Abuja. Tenderers or their representatives, interested member of the public are invited to witness the bids opening.

 

8.0     Important Information

a)       Only companies whose Technical Bids are successful will be invited to witness the opening of the financial Bids.

b)      All Bidders are expected to sign the Submission Register.

c)       Incomplete documents and/or late submission of bid documents will not be entertained.

d)      This advert shall not be construed to be a commitment on the part of NAPTIN nor shall it entitle the bidding companies to any claim whatsoever and/or seek indemnity from NAPTIN by virtue of such company’s having responded to the advert.

 

Tel: 09-87599300

e-mail: info@naptin.org.ng

Website: www.naptin.org.ng

 

Submission made by e-mail and late submission will be rejected.

Note that only short listed firms would further be contacted

Disclaimer:

 

NAPTIN reserves the right to reject/accept any/all applications/proposals without assigning any reason whatsoever.

 

Signed

Management      

Invitation for Bids (IFB) at Economic Reform and Governance Project credit number 4011UN

Invitation for Bids (IFB)

 

Federal Republic of Nigeria

Economic Reform and Governance Project credit number 4011UNI

 

Supply and Installation of Hybrid Library and Supply of Motor Vehicle

 

Contract No: EFCC/NCB/01-12 and EFCC/NCB /02-12

Issuance Date: Thursday September 6, 2012

 

 

1.       The Federal Government of Nigeria has received a credit from the International Bank for Reconstruction and Development / International Development Association toward the cost of Procurement of Hybrid Library and Motor Vehicles, and it intends to apply part of the proceeds of this credit to payments under the Contract for Supply of the above.

 

2.       The Economic and Financial Crimes Commission now invites sealed bids from eligible and qualified bidders for the following:

 

 

S/N

 

DESCRIPTION

 

LOT
                                            Hybrid Library

 

1 Library Solution

 

Lot 1

 

Computer Hardware and Accessories

 

Lot 2

 

                               Motor Vehicles

 

2 Supply of 4wheel Drive

 

Lot 1

 

Supply of Buses

 

Lot 2

 

Supply of Saloon Cars Lot 3

 

3.       Bidding will be conducted through the National Competitive Bidding (NCB) a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

4.       Qualification requirement Include:

All bids must be accompanied with the following documents as pre-requisites for consideration.

  • Audited Financial Statement for the Last three years
  • Evidence of financial capability and banking support
  • Vehicles must be fully tropicalised
  • Verifiable evidence of two contracts of similar nature and complexity executed successfully in the last 3 years.
  • List of previous supplies and installations and name/e-mail address and phone number of contact person
  • A letter authorizing the Commission to verify claims with relevant agencies or bodies List of Previous supplies
  • Clear Indication of Head Office
  • A sworn Affidavit that none of the Directors has been convicted by any country for any criminal offences including fraud or financial impropriety.

 

5.  A complete set of Bidding Documents in English language may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N15, 000.00 for a bid document. The method of payment will be bank Draft payable to Economic and Financial Crimes commission.

 

6.  Bids must be delivered to the External Cooperation Unit, 2nd Floor on or before 11.00a.rn of Thursday 4th October, 2012. All bids must be accompanied by a bid security equivalent to, at least, 2% (two percent) of Bid Price in form of a Bank Guarantee issued by a reputable Bank. Late bids will be rejected. Bids will be opened in the presence of the bidder’s representatives who choose to attend in person at 11: am, Thursday 4th October, 2012 in the Secretary to the Commission Conference Room, second floor at the EFCC Head Office.

 

Signed

The Secretary to the Commission

The Project Director,

Economic Reforms and Governance Project

EFCC, Head Office

5 Fomella Street,

Off Adetokumbo Ademola Crescent

Wuse ll, Abuja

Publication of Pre-qualification Result/Invitation at State Universal Basic Education Board, Calabar

Government of Cross River State of Nigeria

State Universal Basic Education Board

120, Murtala Mohammed Highway, Calabar.

 Publication of Pre-qualification Result/Invitation

Preamble

In furtherance of her mandate to qualitative basic education delivery, the Cross River State Universal Basic Education Board has been charged to provide classrooms and furniture as contained in year 2012 TETFUND (ETF) Normal Intervention approved work-plan for the development of schools.

 

Accordingly, applications for pre-qualification of contractors are invited from qualified and interested Companies registered by the Cross River State Due Process and Price Intelligence Department (DPPID) in the categories E and above.

 

2        Scope of Work:

The work comprise of

Lot 1:         (i)       Construction of classroom Blocks

(ii)      Construction of Lavatory.

 

Lot 2:         (i)       Provision of pupils/Teachers furniture.

 

 

3        Criteria for Pre Qualification of Contractors

To qualify for pre-qualification, the interested companies should submit 2 copies of their profiles which should include:

  • Evidence of incorporation of company or business name.
  • Registration with Cross River State Due Process and Price Intelligence Department (DPPID) in the relevant category.
  • Company Audited Accounts for the past three (3) years (2009-2011)
  • Evidence of Tax Clearance Certificate for the past (3) years (2009-2011)
  • VAT Registration and evidence of VAT Remittances.
  • Revalidated Tax Clearance Certificate from IRS
  • Evidence   of   financial   capability   and   Bank support/Statement of Account.
  • Experience/Technical qualification of key personnel.
  • Evidence of Registration of Technical Personnel with Relevant Professional regulating bodies.
  • Equipment and technological capacity.
  • Knowledge of the industry/similar project executed in the past.
  • Annual turnover of company.
  • Names of two (2) Directors of company

 

4.       To Bid

The pre-qualified list of companies shall be published in the notice board of State Universal Basic Education Board, on the 20th September, 2012 for pre-qualifications. Bidding documents shall be issued to only the successful companies.

 

5.       Mode of Submission/Deadline of Applications:

All applications for pre-qualification of contractors are to be submitted in sealed envelopes measuring 29.5 x 36.5cm marked at the top right hand corner “Pre-Qualification” according to the Lots specified above and addressed to:

 

The Executive Chairman

State Universal Basic Education Board

120, Murtala Mohammed Highway,

Calabar

 

The applications must reach the PRS Department on or before Friday, 28th September, 2012 at 12.00 noon. The register for the receipt of applications would be closed at 12.00noon of the day under reference, while, the opening of pre-qualification applications would commence same day at 1.00pm.

 

All applicants making submission must sign a register in the office of Director (PRS) Department of the Board for proof that the applications were received.

 

Note:

Notwithstanding the submission of applications for pre-qualification of contractors, the Board is not obliged to include your company, in the final list of qualified companies, nor shall any form of compensation be paid for responding to this advertisement. Only short listed companies shall be allowed to bid for the works.

 

Any further details/clarifications pertaining to the advertised works should be sought from the notice board of SUBEB, office of the Director (PRS) or from the Procurement Unit of the Board.

 

Signed

Management

Invitation for Pre-qualification/Bid at Kano State Urban Planning & Development Authority

Kano State Urban Planning & Development Authority

2, Durbin Katsina Road, Bompai, P.M.B 3046,  Kano – Nigeria.

Tel: (064) 630338 Cable/Telegrams: KNUPDA, Kano.

 

Invitation for Pre-qualification/Bid

 

In its continuous effort to enhance the socio-economic activities of the State through the provision of quality infrastructure, Kano State Government intends to carryout Road Construction Works under Contract for which this invitation for Pre-qualification/Tender is issued.

 

The Kano State Urban Planning and Development Authority (KNUPDA), on behalf of Ministry of Land and Physical Planning, intend to prequalify Contractors for the following Projects:

 

Contract No. Description

DAAH 01:  Dualisation of Airport Road from Air Force Base Clinic – Ashton Road – Hajj Camp.

Scope:

The Project includes Construction of Dual Carriage way, provision of Drainage System and Street Lighting.

 

Collection of Tender Document:

Eligible Civil Engineering Companies may apply for the Contract between 5th -12th September, 2012 and obtain pre-qualification/Tender document from the Director, Civil and Mechanical Engineering at a non-refundable fee of One hundred Thousand Naira (N100, 000.00) only per Contract.

 

Requirements:

One of the requirements for qualification as provided in the Tender document will be to have successfully carried out, as prime Contractor, at least two works of a nature and complexity equivalent to the proposed works during the last five years.

 

Submission:

The pre-qualification/Tender documents should be submitted in sealed envelopes, not later than 19th September, 2012 and labelled “Application for ………………….. Contract No ………… “Which may be either delivered by hand or registered mail to:

 

 

The Managing Director,

Kano State Urban Planning & Development

Authority (KNUPDA), No.2, Durbin Katsina Road,

Bompai, Kano.

 

Applicants will in due course be invited for tender opening.

 

Signed

Managing Director/C.E.O

Kano State Urban Planning &

Development Authority (KNUPDA)