Invitation for Pre-qualification to Tender for Execution of 2012 Capital Projects at Notional Root Crops Research Institute, Umudike (Federal Ministry of Agriculture and Rural Development)

Notional Root Crops Research Institute, Umudike

(Federal Ministry of Agriculture and Rural Development)

P.M.B. 7006, UMUAHIA, Abia State, Nigeria

 

Invitation for Pre-qualification to Tender for Execution of 2012 Capital Projects

 

1.       Introduction:

The National Root Crops Research Institute (NRCRI) Umudike, a parastatal under the Federal Ministry of Agriculture and Rural Development is desirous to undertake a pre-qualification exercise for its proposed capital projects – for year 2012. The Institute invites competent and interested service providers to indicate interest to pre-qualify to tender for the following jobs:-

 

2.     Scope of Work

Proposed details of 2012 Capital (Tangible) Projects

Lot 1.          Procurement of 1 Nos. sound proof Perkins Generator of rated output 1000 KVA.

Lot 2.          Procurement of 2 No. utility vehicles (Hilux).

Lot 3.          Procurement of Laboratory Chemicals/ Consumables and Equipment.

 

3.       Pre-Qualification Requirements

Only service providers with proven capability, relevant experience and good track records will be considered for these competitive tenders.

 

Such interested Bidders are required to provide the following:

a)       Evidence of incorporation or registration of business name with Corporate Affairs Commission (CAC).

b)      Current tax clearance certificate for the last three (3) years.

c)       Verifiable evidence of similar job(s) executed and knowledge of the industry.

d)      Evidence of registration with Federal Ministry of Works.

e)       Company profile with evidence of technical qualification and experience of key personnel.

f)       Evidence of financial capability and banking support.

g)       Company audited accounts for three (3) years.

h)      Evidence of equipment and technology capacity.

i)       Annual turnover

j)       VAT registration and evidence of past VAT remittances.

k)      Evidence of Retirement Savings Account with a Pension Fund Administrator of their choice for their employees.

l)       History of community social responsibility.

 

Failure to comply with the above guidelines may lead to disqualification

 

4.       Submission of Pre-qualification documents Duly completed pre-qualification documents should be sent in separate and sealed envelopes marked per Lot and hand-delivered on or before 1st October 2012 to the office of the:

 

Executive Director

National   Root-Crops Research Institute (NRCRI),

Umudike KM 8 along Umuahia-Ikot Ekpene Road,

P.M.B.7006, Umudike, Abia State

 

Bid opening will take place at 2.00pm of the same date at the Institute’s Board Room.

 

5.       Collection and submission of Tender Documents Tender/Bidding documents     will be issued to ONLY pre-qualified Contractors on payment of      N25,000.00 (Twenty Five Thousand Naira) only.

 

Please Note:

i)       This is not an invitation to tender.

ii)      In respect of pre-qualification information, NRCRI is neither committed nor obliged to shortlist any contractor or to award contract to contractor or agent.

iii)     The Institute reserves the right to reject any or all pre-qualification document(s).

iv)     This Institute will only recognize and correspond with authorized officers of pre-qualified companies and NOT through individuals or agents acting on their behalf.

v)      This advertisement for invitation to pre-qualify shall neither be considered  as a commitment on the part of NRCRI nor shall it entitle any contractor to   claim(s) whatsoever and/or seek indemnity from NRCRI.

 

Signed:

Management

General Procurement Notice for the Execution of 2012 Projects at National Health Insurance Scheme Abuja

National Health Insurance Scheme

Corporate Headquarters, Abuja

 

General Procurement Notice for the Execution of 2012 Projects

The National Health Insurance Scheme is an agency of the Federal Government of Nigeria established for the purpose of facilitating easy access to quality Healthcare services for all Nigerians. The Scheme intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2012 Projects.

In compliance with the Public Procurement Act 2007, the Scheme hereby invites interested and reputable contractors and consultants with relevant experience and good track record to submit documents necessary for consideration for the execution of its 2012 projects.

 

Description of Projects

 

Lot A                   Provision of Cleaning and Fumigation Services at Abuja offices.

Lot B          Procurement of Office Furniture

Lot C          Wood Paneling of Offices, UtakoAbuja

Lot D           Procurement of 2 Nos Toyota Prado Jeeps

Lot E          Procurement, Installation and Training of CCTV/ Security cameras                             for Utako and Wuse II Offices

Lot F           Supply and installation of 350KVA generator for Utako/Repositioning of existing one

Lot G          Consultancy services for the Conduct of feasibility studies for the Roll-Out of Community Health Insurance Programme (CBHI) in selected LGAs.

Lot H          Provision of one year support and maintenance of Wuse II Data Centre

Lot I            Procurement & Installation of ICT Power House and 3-Phase stabilizer in Wuse II Office

Lot J           Consultancy services to carry out statutory Annual Audit of the Scheme’s Accounts

Lot K          Procurement of Laptops/Desktop Computers and Hardware accessories.

Lot L           Consultancy Services for the Verification of Health Maintenance   Organisation (HMO) Payments to Health Care Facilities (HCF) in 2011

Requirements

Prospective bidders are required to submit the following documents:

  1. Certificate of incorporation/Registration   with Corporate Affairs Commission (CAC)
  2. Evidence of Compliance with PENCOM Act of 2004 (or Exemption).
  3. Tax Clearance Certificate for the last three (3) years (2009, 2010 & 2011) showing annual turnover.
  4. Company Audited Accounts for the last three years (2009, 2010 and 2011) showing annual turnover.
  5. Evidence of VAT Registration with TIN No. and past remittance for the last 3 years.
  6. Verifiable list of similar jobs successfully executed in the last three years including letters of award, project cost and contact address of the clients
  7. Evidence of financial capability to execute the projects (Bank guarantees from reputable banks will form part of the evaluation criteria)
  8. Company profile and Technical qualification of key personnel with evidence of experiences on similar jobs.
  9. A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence.
  10. For the Annual Audit, companies must have 1CAN certified personnel

 

Submission of Tenders and closing date.

Two copies of the documents in a sealed envelope and clearly marked “Pre-qualification Documents” with appropriate Lot number marked with project title boldly written at the right hand corner of the envelope should be addressed to:

 

The Head, Procurement Division

National Health Insurance Scheme (NHIS)

Plot 297, Shehu Yar’Adua Way

Utako District,

Abuja.

 

The sealed envelope should be deposited in the Tender Box in the office of the Head, Procurement Division, Room 209, National Health Insurance Scheme (NHIS), Plot 297, Shehu Yar’Adua Way Utako District, Abuja not later than 11:30 am, August 28th, 2012. Late submissions will not be accepted please.

 

Opening

Opening of the received documents will commence at 12.00 noon same day at the NHIS Board Room. All bidders and/or their representatives, Relevant Professional Bodies and NGOs are invited to witness the Public Opening exercise accordingly.

 

Please Note:

 

  1. All CAC, VAT, PENCOM and TAX clearance Certificate may be referred to the security agencies Corporate Affairs Commission, Federal   Inland Revenue Service (FIRS), National Pension Commission and other relevant bodies for verification.
  2. The NHIS reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.
  3. The Evaluation of the received documents shall be strictly based on the requirements as specified above; and
  4. Only companies that have been successfully screened and found competent will be given financial bid documents

 

Signed

Head Procurement Division

For: Executive Secretary

Invitation to Tender at Federal Ministry of Interior,

Federal Ministry of Interior,

Area 1 Old Secretariat, Abuja.

 

Invitation to Tender

 

In compliance with the provision of the Public Procurement Act, 2007, the Federal Ministry of Interior intends to carry out the following procurement activities in the Ministry as provided for in the 2012 Capital Budget Appropriation.

 

(A)    Rehabilitation of Ministry’s Buildings:

Lot A –        Rehabilitation of the Ministry’s Main Building.

Lot A2-       Rehabilitation of Old Advance Building and Generator House.

Lot A3-       Rehabilitation of Annex Car Park.

 

(B)     Computerization of the Headquarters/Networking

Lot B1 –      Procurement and Installation of Desktop Computers and Accessories i.e. Printers, UPS, Stabilizers e.t.c.

Lot B2 –      Procurement of Ipads (Ipad 4.)

Lot B3 –      Procurement of Scanners

Lot B4 –      Procurement and Installation of 1st Phase of File Tracking and record Management solution.

 

Lot D   –      Purchase of e-Learning Equipment for the Ministry

2.       Eligibility Requirements:

(i)      Evidence of Registration with Corporate Affairs Commission.

(ii)     Company profile showing key personnel with evidence of Technical/professional status and experience.

(iii)    Tax clearance Certificate for the past 3 years (2009 2010, 2011), and provide Tax Identification Number (TIN).

(iv)    3 years Audited Accounts of the Company (2009, 2010, 2011).

(v)     VAT registration with proof of remittances.

(vi)    Evidence of compliance with the 2004 Pension Act.

(vii)   Evidence of financial capability and support letter from a reputable bank addressed to the Ministry.

(viii)  Evidence of similar jobs executed by the Company within the last Five (5) years (copies of letters of award/certificate of completion to be attached.

(ix)    Evidence of payment of Training Contribution to the Industrial Training Fund (ITF).

(x)     Evidence of compliance with Employee Compensation Act, showing remittance of 1% of total emolument of their  workers to Nigeria Social Insurance Trust Fund.

(xi)    Proposal highlighting understanding of our requirement and methodology to be utilized to pursue and accomplish the work for all ICT projects.

 

3.       Collection/Submission of Bid Documents

Interested Companies/Contractors are to collect bid documents at the office of the Secretary, Ministerial Tenders Board (MTB – Director, Procurement) upon payment of a non-refundable tender fee of Twenty thousand Naira (N20,000.00) only into the Ministry’s account at the Skye Bank Plc, Account Number:   1770540546.

 

All Bid documents must be sealed and the Lot applied for clearly indicated for both Technical and Financial Bids, addressed and submitted to:

 

The Secretary,

Ministerial Tenders Board,

Procurement Department (Block “E”),

Second Floor, (Room 304),

Federal Ministry of Interior,

Area 1, Garki Old Secretariat,

Abuja.

 

On or before 2nd October, 2012 by 12 noon.

 

Opening of Tenders:

All Tender Documents will be publicly opened at the Ministry of Interior Training Room on Tuesday 2nd October, 2012 at 1.30 p.m. Contractors or their representatives, Non-Governmental Organizations (NGOs) and professional Bodies are invited to witness the opening of the Bids.

 

Signed:

A.M. Daniel-Nwaobia (Mrs.)

Permanent Secretary

 

Invitation for Pre-Qualification and Tender for TETFUND’S Intervention in Library Development at Modibbo Adama University of Technology, Yola .

Modibbo Adama University of Technology, Yola

 

Invitation for Pre-Qualification and Tender for TETFUND’S Intervention in Library Development at Mautech, Yola.

 

The Modibbo Adama University of Technology Yola, (formerly, Federal University of Technology, Yola) wishes to invite interested Companies/Contractors to tender the under listed projects for the University’s main Library:

 

Lot i: Procurement of 1516 E-Journals Titles in Eleven (11) Subjects Areas.

Lot ii: Procurement of 574 E-Books Titles  in Twenty Three (23) Subject Areas. Lot iii: Procurement of 220 E-Books Titles 2011 on Engineering Village

 

Technical Bid Documents to be Submitted Along With Financial Bids:

Interested Companies/Contractors are expected to forward the following documents along with the technical and financial bid documents:

(a)     Certificate of the Company’s incorporation in Nigeria as a Limited Liability Company.

(b)     Tax Clearance Certificate for the past 3 years issued by a Board of Internal Revenue Service of any State of the Federation and Abuja or the Federal Inland Revenue Services (FIRS).

(c)     Evidence of VAT Registration.

(d)     Evidence of compliance with section 16(6) (d) of the Public Procurement Act 2007 and section 6(1)-(3) of the Industrial Training Fund’s (ITF) Act 2011

(e)     List of similar projects executed in the last three years with certificates of completion of such projects from employers.

(f)     Evidence of financial capability to execute the job to be tendered for and supported with latest audited account.

(g)     List of key personnel to be assigned to the project with professional        qualifications.

(h)     List of relevant hardware at the disposal of the company to be used for the work.

(i)      Evidence of Registration with the University as a Contractor. Tender Fees.

 

Interested Companies/Contractors are expected to pay to the Bursary Department, the sum of thirty thousand naira only (N30,000.00), being the tender fee.

 

Tender Documents

Tender documents containing details of the projects can be obtained from the Office of the Director, Physical Planning Unit, Room J1-old admin block of the University, on presentation of evidence for payment of the tender fee.

 

Submission of Tender Documents

All technical and financial bid documents are to be sealed in two (2) separate envelopes clearly marked “Technical” and “Financial”, both to be sealed in a bigger envelope, to be marked for the appropriate Lot(s) tendered for before submission. For example: “Tender for Lot I: Procurement of 1516 E-Journals Titles in Eleven (11) Subjects Areas”, as the case may be.

 

Envelope containing the tender documents shall be submitted to Office of the Registrar of the University at the new admin building, on or before Wednesday 3rd October, 2012, by 12:00 Noon. Late submission shall not be accepted.

 

Opening of Tenders

All tenders shall be publicly opened immediately at the expiration of the dateline on Wednesday, 3rd October, 2012, in the New Council, Chamber of the University. All Companies/Contractors are required to attend or send their representatives

 

Signed:

Alh. Abubakar Babajo

A.g. Registrar

Request for Expression of Interest (EOI) at Nigerian Communications Commission

Nigerian Communications Commission

 

Request for Expression of Interest (EOI)

 

Further to the implementation of the 2012 budget and in compliance with the requirements of the Public Procurement Act 2007, the Nigerian Communications Commission hereby invites proposals from reputable firms with proven experience to undertake the under-listed Consultancies.

 

Lot No     Consultancy Description

 

IT -1 Implementation of Website Backup Server

 

IT- 3 Incorporation of Microsoft GP Solution (Web-Based Portal) for Zones including Implementation

 

IT – 4 Implementation of Wireless Network Solution

 

NM – 4 Information Security Infrastructure for Supporting National e-Strategy

 

NM -5 Best Practices in infrastructure Security Management in Organizations – A Case Study of Telecommunications Industry

 

CA – 1 African Telecom Regulators and Consumer Issues

 

CA -3 Monthly Telecom Consumer Parliament Event Management

 

CA- 5 Monthly Town Hall Advocacy

 

CP -2 Impact Assessment of Commission’s Project Nationwide

 

NM -6 Establishment of National Computer Emergency Response Centre

 

PD -1 Study on Key Areas of Interest for Commission’s Intervention

 

PC -9 Development of Regulatory Accounting Framework for the Industry

 

PC -10 Evaluation of Demand for Broadband Services in Nigeria

 

PC -11 Review of Current Interconnection Rates for Voice and Data Services

 

PA -1 Image and Content Analysis Research

 

PA -2 Telecom Stakeholder Summit

 

SA -13 Consultancy Service to Review, Identify Gaps and Update Guidelines and Regulations including Standard Operating Procedures, Pricing, Satellite Management, Use of License Exempt Bands, etc

 

CP -4 Consultancy for Change Management

 

CP -5 Consultancy for/and Implementation of Balanced Scorecard Software

 

NM -8 Technical Framework for Cyber Security

 

NM -9 Legal framework for Cyber Security

 

NM -10 Operational Procedure & Guidelines for Information Security

 

NM -11 Maintenance Contract for Information Security Database System and Nigerian Internet Registry (including all third party software licenses licenses associated with them)

 

CA -6 Monthly Contact Centre Services in Abuja

 

CA -6a Monthly Contact Centre Services in Lagos

 

CA -13 Development and Production of Consumer Factsheets

 

CA -15 Upgrade and Automation of SLS of NCC Contact Centre

 

ET -4 Enforcement of VSAT/Gateway and Satellite Antenna Location Identity/Registration (Verification of Conformance)

 

SM -1 Benchmarking and Periodic Publication of Operators’ Compliance with QoS Parameters

 

SM -5 Development of stakeholders Framework for Public-Private Partnerships for Telecommunications Development

 

SM -6 External Engagements and Capacity Building in Stakeholders Management

 

CM -2 Stakeholders Workshop on Multiple Taxation in the Telecom Industry

 

CM -4 Development of Operational Guideline for Environment

 

 

Eligibility Criteria

Interested companies are to submit the following documents:

  • Evidence of Incorporation and Registration with CAC.
  • Current Tax clearance Certificate.
  • VAT Registration Certificate
  • Two copies of Audited Accounts for the past three years which must bear the stamp and seal of the audit firm
  • Evidence of compliance with the Pension Act.
  • Detailed company profile, including evidence of technical competence, curriculum vitae of professional staff indicating their academic and professional certificate
  • Evidence of similar contracts executed backed with verifiable letters of award and or certificate of job completion
  • Evidence of financial capability supported with letter of reference from a reputable bank and bank statements for the last six months.
  • Interested firms must not submit bids for more than two lots and shall submit only one bid for a lot.
  • Every submission shall be accompanied with an affidavit that all information and documents submitted are true and correct and that no officer of the Commission is a former or present director, shareholder or has pecuniary interest in the bidder.

 

EstabHshment of National Computer Emergency Response Centre !

Study on Key Areas of Interest for Commission’s Intervention

Submission of Documents

The EoI documents should be submitted in a sealed envelope clearly marked

“Expression of Interest – Lot No……” on the top right-hand corner with the name of the company written on the reverse side of the envelope and addressed to:

 

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

The documents should be dropped in the Bid Box located at the reception of the Commission’s Head office at Plot 423, Aguiyi Ironsi Street, Maitama, Abuja on or before Monday 3rd September, 2012, by 2:00 noon.

 

Disclaimer

  • Late submissions shall be rejected

 

  • This advertisement is published for information purposes only and should not be construed as a commitment or obligation on the part of the Commission to award a contract.

 

  • The Commission will not be responsible for any costs or expenses incurred by any interested party in connection with any response to an inquiry nor shall it entitle any party submitting documents to claim any indemnity from the Commission.
  • The Commission is not bound to shortlist any bidder and reserves the right to annul the bidding process at any time without incurring any, liabilities and assigning any reason thereof.

 

All enquiries should be directed to:

 

Director,         

Human Capital and Infrastructure Group,

Nigerian Communications Commission,

3rd Floor, Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

Signed:

Tony Ojobo    

Director, Public Affairs

 

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street Maitama, Abuja.

Tel: 09 – 4617000 – 29. Fax: 09 – 2344589.

E-mail: ncc@ncc.gov.ng http: www.ncc.gov.ng