Invitation to Tender at Nigerian Communications Commission

Nigerian Communications Commission

 

Invitation to Tender

Ref. No NCC/WRKS/GDS/Vol.1/010/2012

 

In Compliance with the requirements of the Public Procurement Act 2007, the Nigerian Communications Commission invites tenders from reputable companies with proven experience to undertake the under-listed projects in its 2012 budget.

 

Lot No. Project Description

 

DB 1 Construction complete of all complementary outstanding Masonry/Builders works in relation to the installation of Mechanical/Electrical services

 

DB 2 Supply and Installation of Windows and Cladding, Doors and Iron Monger in the Main Hostel Building.

 

DB 3 Supply and Installation of Internal Electrical Services Installation to the Main Hostel Building.

 

DB 4 Supply and installation of internal mechanical installation services, installation to main Hostel Building.

 

DB 5 Supply and installation of external Electrical works comprising of supply and installation of switch Gear and external street lightening.

 

DB 6 Construction of Power Sub-station

 

 

Eligibility Criteria

Interested Contractors are required to submit the following documents in the order stipulated below:

  • Verifiable Evidence of Incorporation and registration with CAC.
  • Verifiable Tax clearance Certificate for the preceeding 3 years i.e. 2009, 2010 and 2011.
  • Verifiable Evidence of Pension Fund/ ITF Contribution.
  • Companies audited account for the preceeding 3 years.
  • Number of years of experience of similar work of the same magnitude
  • List of Similar Works Performed in the last five(5) years with verifiable evidence e.g Award Letters, Completion Certificate, Employers Contact person.
  • Profile of the Company including list of Professional Staff qualification and competence for the assignment
  • List of relevant equipment with evidence of purchase if owned or lease agreement.
  • Evidence of financial capability supported with bank statements for the last six months from a reputable bank.
  • Interested Firms MUST NOT submit bids for more than two (2) Lots.
  • Every Submission must 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 any pecuniary interest in the bidder.

 

Collection of Tender Document

The tender document can be collected from the procurement department on the 2nd floor at the Commission’s Head Office at the address below for a fee of N50,000.00 (fifty thousand naira) in bank draft made payable to the Nigerian Communications Commission. Evidence of payment of tender fee must be attached to the tender document at the time of submission.

 

Submission of Documents

The prospective Bidders shall enclose the original and two copies of Technical and financial bids in two (2) separate envelopes clearly marked “Technical” and “Financial”, and enclose the two (2) separate envelopes in one sealed large outer envelope which shall bear the Lot number and description, the name and address of the Company and addressed to:

 

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

The documents shall be submitted in the Bid box at the Reception of the Commission’s Head Office at Plot 423, Aguiyi Ironsi Street, Maitama, Abuja on or before 27th, September, 2012, by 12 Noon. The opening of the technical bids will take place immediately thereafter.

 

Disclaimer

  • Late submissions shall be rejected

 

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

 

  • The Commission reserves the right to annul or cancel the bidding process at any time without incurring any liabilities and assigning any reason thereto.

 

  • Only the financial bids of shortlisted companies that meet the technical evaluation criteria shall be opened at a later date to be advised to shortlisted companies.

 

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

Invitation to Tender Addendum at Ministry of Interior Old Federal Secretariat Headquarters, Area 1, Abuja

Ministry of Interior

Old Federal Secretariat Headquarters, Area 1, Abuja

 

Invitation to Tender Addendum

 

1.       Introduction:

In furtherance to advert placed by the Ministry of Interior in Thisday and Daily Trust Newspapers of Monday, August, 20th, 2012 and Federal Tender Journal Vol. 8 No. 17 – Monday August 20 Sunday September 2nd 2012, as part of the implementation of its 2012 Budget wishes to add the following projects as an addendum:

 

(A)    Rehabilitation of Ministry’s Building.

LOT A4 –    External works at Marriage Registry, Ikoyi, Lagos.

 

(B)     Computerization of the Headquarters/Networking

Lot B1 –      Procurement, Networking and Installation of ICT Equipment.

Lot B2 –      Procurement and Installation of Messaging and Collaboration system for Document Management Solution.

Lot B3 –      ICT Training and Consultancy services.

Lot B4 –      Procurement and Installation of RFID-based File Tracking system

 

(C)    Monitoring and Evaluation.

Lot C –        Monitoring and Evaluation process including

provision of materials for monitoring.

 

2.       Additional Information:

(i)      The advertisement shall not be considered as commitment on the part of the Ministry of Interior, nor shall it entitle potential companies to make claims whatsoever or seek any indemnity from the Ministry of Interior by virtue of such company having responded to this advertisement.

 

(ii)     Please disregard all information on LOT B as earlier published

 

(iii)    All eligibility requirements stated earlier remains valid

 

3.       Collection/Submission of Bid Documents:

Interested Companies/Contractor 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) into the Ministry’s account at the Skye Bank (Plc) Account No. 1770540546

 

4.       All Bids documents must be sealed and the lot applied for clearly indicated for both technical and financial Bid, addressed and submitted to:

 

The Secretary

Ministerial tenders Board

Procurement Department (Block E)

Second Floor, Room 304

Ministry of Interior

Area 1, Old Secretariat, Garki,

Abuja

 

On or before 2nd October, 2012, by 12noon. Opening of Tender:

 

5.       All Tender Documents will be publicly opened at the Ministry of Interior Training Room on Tuesday 2nd October, 2012 at 1.30pm. 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 to Tender for 2012 Capital Projects at National Park Service

Nationa1 Park Service

Umaru Musa Yar’adua Expressway, P. M. B. 0258, Garki, Abuja

 

Invitation to Tender for 2012 Capital Projects

 

The National Park Service invites competent and experienced contractors to tender for the execution of the following projects, under the 2012 Appropriation Act.

 

S/N

 

Projects

 

Lot No.

 

Park Headquarters

 

1 Upgrading of museum /recreational facilities

 

NPH Lot 1

 

Chad Basin Basin National Park

 

2 Rehabilitation and stone pitching of 3 existing earth dams to supply water for wild animals

 

CBNP Lot 2

 

3 Re-grading of range tracks and purchase of maintenance equipments

 

CBNP Lot 3

 

4 Drilling of boreholes and laying of pipes to tourist site

 

CBNP Lot 4
Gashaka Gumti National Park
5 Re-grading of range tracks and purchase of maintenance equipment

 

GGNP Lot 3

 

 

Interested contractors are required to provide the following:

i)       Evidence of Registration with the Corporate Affairs Commission

ii)      Comprehensive company profile

iii)     Evidence of financial capability to handle work (bank reference)

iv)     Details of verifiable record of competence

v)      Tax Clearance Certificate for the last 3 years

vi)     Certificate of Value Added Tax (VAT)

vii)    Evidence of compliance with pension Act 2004

viii)   Evidence of compliance with the Industrial Training Fund Amendment Act.      2012

ix)     Any additional information that may enhance the chance of the company

 

Eligible bidders may obtain further information from the National Park Headquarters, Umaru Musa Yar’adua Expressway, Garki, Abuja.

 

Bidding documents for the projects may be purchased by interested bidders upon payment of a non-refundable fee of N10, 000.00 in cash or bank draft payable to the National Park Service.

 

All tender documents are to be submitted in sealed envelopes, with the Park and Lot No. clearly written at the top left hand corner and addressed to: The Conservator-General, National Park Service, Umaru Musa Yar’adua Expressway, P. M. B. 0258, Garki, Abuja.

 

Bids must be delivered to the address above on or before Tuesday 4th September, 2012 by 12.00 noon. The bids will be opened by 12 noon same day in the Conference Room of the National Park Headquarters, Umaru Musa Yar’adua Expressway, P. M. B. 0258, Garki, Abuja. Late bids will not be accepted.

 

Signed

Secretary,

Procurement Planning Committee

Invitation for Pre-Qualification and Tender for TETFUND 2011 Normal Intervention Projects at Federal Polytechnic Ekowe

Federal Polytechnic Ekowe

Bayelsa State

 

Invitation for Pre-Qualification and Tender for TETFUND 2011 Normal Intervention Projects

 

The Federal Polytechnic Ekowe, Bayelsa State, invites competent/ qualified contractors and suppliers who may wish to pre-qualify and tender for the following TETFUND Normal Intervention projects in the Polytechnic to express interest.

 

1.       Projects

Lot 1A:       Reconstruction and Remodelling of Library Building

Lot 1B:       Supply of Furniture and Equipments for the Library

Lot 2A:       Reconstruction and remodelling of 3Nos. Science and Technology Laboratory

Lot 2B:       Supply of Furniture and Equipments for the 3Nos. Science and Technology Laboratory

 

2.       Pre-Qualification Requirements

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

b.       Evidence of current TAX Clearance Certificate for the last three (3) years (i.e. 2009, 2010 and 2011)

c.       Evidence of VAT Certificate and VAT remittance to Federal Inland          Revenue Service (FIRS)

d.       Evidence of financial capability and Bank support (Bank reference, bank statement of account for the last three (3) months and letter authorizing the        Polytechnic to verify from the named bank,

e.       Evidence of similar and verifiable projects successfully executed by your company in the past five (5) years including scope of project, location of       project, contract sum, letter of award and completion certificate,

f.       Company profile with list of staff, including curriculum vitae, competencies,          qualifications, registration with relevant professional bodies and experienced    key personnel,

g.       Evidence of possession of plants and equipment and list of such plants as          possessed/owned by the company, state location for ease of verification,

h.       Evidence of current Audited accounts of company for the last three (3) years (i.e. 2009, 2010 and 2011)

i.        Evidence of compliance with Pension ACT 2004.

j.        State clearly your company’s full contact address, GSM phone number and

Email for ease of communication,

k.       Any other relevant information.

 

3. Collection of Bid Documents

Only those that meet the requirements and are pre-qualified will be invited to collect financial bids from the procurement officer upon payment of a non-refundable tender fee of N25, 000.00 (Twenty five thousand naira) only. The payment should be made to the following account and payment teller returned to the bursary department of the Polytechnic to obtain a receipt.

 

Bank:                   Access Bank Nigeria Plc

Account Name:             Federal Polytechnic Ekowe

Account No.;                 0033022787

Sort Code:           044321350

 

4.       Submission of Pre-Qualification and Tender Documents

Pre-qualification Document should be submitted in a sealed envelope with “Pre-qualification as contractor/supplier” written at the top left corner on the envelope, it should be hand delivered on or before 3rd September 2012. Also financial bid document of the Pre-qualified contractor/supplier should reach the Polytechnic on or before 1st October 2012. The submission of bid documents closes on Monday 3rd  September, 2012 by 12:00 noon and the opening of pre-qualification documents will be on Tuesday 4th September, 2012 by 12:00 noon at the Council Chambers of the Polytechnic. The documents should be addressed to: The Chairman Expanded Management Committee, Federal Polytechnic Ekowe, Bayelsa State and deposited in the tender box at the Works and Physical Planning department at the Polytechnic’s campus in Ekowe, Bayelsa State.

 

Please note:

1.       The participation in the bid does not guarantee any company the right to be      selected or given any job.

2.       That by the submission of tender documents, the Polytechnic is neither committed nor obliged to award any contract to any contractor/supplier or Agency.

3.      That this advertisement for invitation to pre-qualification and tender shall not be misconstrued as a commitment on the part of the Polytechnic, nor shall entitle any contractor/firm to make any claims whatsoever and/or seek indemnity from the Polytechnic.

4.      Polytechnic reserves the right to reject any or all expression of interest and/or to terminate the selection process without any liability to the Polytechnic

5.      Any bid submitted after the closing date shall not be considered.

 

Signed

Rector

Federal Polytechnic Ekowe

 

Invitation to Participate in the Tendering Exercise for Various Projects Under Council for the Regulation of Freight Forwarding in Nigeria at Federal Ministry of Transport

Federal Ministry of Transport

Bukar Dipcharima House, Central Business District, Abuja

 

Invitation to Participate in the Tendering Exercise for Various Projects Under Council for the Regulation of Freight Forwarding in Nigeria

 

Federal Ministry of Transport, through the Council for the Regulation of Freight Forwarding in Nigeria has provisions in the CRFFN 2012 Statutory Appropriation and is hereby inviting competent and interested Companies to submit Technical and Financial bids for the following:

 

1.       Supply of (Maikano) Power Generator

2.       Supply of Library books and Equipments

3.       Supply of Kits for Security Personnel

 

(A)    Technical (Pre-Qualification) Requirements

Interested Companies should forward copies of the following documents and the originals to be made available for sighting during the Tender opening:

i.        Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.       Interested Companies should have up to date returns with CAC and be   informed that due diligence could be conducted;

iii.      Company’s Audited Account for the last three years from a Chartered     Accounting Firm;

iv.      Tax Clearance Certificate for the last three years; expiring in December, 2012.

v.       List of verifiable documentary evidence of similar jobs successfully executed within the last three years (copies of letter of contract award, completion certificate)

vi.      Current Reference Letter from a Reputable Bank and Statement of Account for the last twelve (12) months.

vii.     Sworn Affidavit in line with the provisions of Part IV, Section 16, subsection 6(e-f) of the Public Procurement Act 2007;

viii.    List of key staff and their Evidence of professional registration;

ix.      Letter of Authority to CRFFN to cross check the company’s account;

x.       Bidders should show evidence of Registration and up to date remittance of Employee Pension Fund Contribution in line with section 6d of the Public Procurement Act, 2007.

xi.      Letter introducing an authorized representative of bidder with his/her sample signature and position in the Company.

xii.     Evidence of payment of Training contribution to the Industrial Training Fund.

 

(B)     Collection of Tender Documents:

Interested Companies are to collect tender documents from the Director, Administration & Human Resources, Council for the Regulation of Freight Forwarding in Nigeria, 51, Khartoum Street, Zone 5, Wuse District, Abuja, upon the presentation of a payment of N10,000.00 (Ten Thousand Naira) only, non-refundable Tender Fee into CRFFN Treasury Revenue Account at Diamond Bank, AC/NO. 0612130000670.

 

(C)    Submission

The pre-qualification and Financial Bid Documents should each be sealed and labeled “Technical and Financial Bids” as appropriate separately and the two separate envelopes be put in another envelope that should be sealed and labeled as “(Project Title)”. The Financial Bids should be submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the Bidder.

 

This document is to be dropped in the Tender Box in the Office of the Secretary, Tenders Board, CRFFN, on or before 14th September 2012 by 10.00am. This Tender is for a period of six weeks. The representatives of Bidding companies are invited to witness the opening of the Tenders on the same day at 12:00pm in the conference hall of the office complex at Freight Forwarders’ House 51, Khartoum Street, Zone 5, Wuse District, Abuja.

 

(D)    Successful companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

 

Please Note

This is an invitation for expression of interest. Response(s) to this invitation do not place any obligation of the Authority to consider any responding company for:

 

1.       Award of contract

2.       Information of any resultant action

3.       Acceptance of tender submission

4.       Refund of costs incurred as a result of the EOI invitation or any subsequent requests for information from bidding companies

5.       Late submission will not be entertained and only short-listed companies will be contacted

 

Signed

Secretary, Tenders’ Board