Invitation for Pre-Qualification of Companies for Nan 2012 Capital Projects at News Agency of Nigeria (NAN) Abuja

News Agency of Nigeria (NAN) Abuja

NAN House Independent Avenue, Central Business District (CBD), Abuja.

 

Invitation for Pre-Qualification of Companies for Nan 2012 Capital Projects

 

1.0     Preamble

The News Agency of Nigeria (NAN) hereby invites interested and reputable Companies with, relevant experience to apply for pre-qualification in the agency’s 2012 Capital projects as indicated below.

 

2.0     Scope of Work

Generally the work involves:

Lot 1:       Reconstruction of State Office, Completion of Fence/Gate House and External works at Minna, Niger State.

Lot 2:       Construction of State Office (Main Building), and External works at Osogbo, Osun State.

Lot 3:       Construction of Boundary Fence of State Office (Fence/Gate House) and Generator House at Osogbo, Osun State.

Lot 4:       Renovation / upgrading of State Office (Main Building /Fence) at Kano, Kano State.

Lot 5:          Multimedia professional public display screens

Lot 6:          Technical consulting and support services

Lot 7:          Display Subscriber Control Unit

Lot 8:          Screen Mounts

Lot 9:          Extended range power backup

 

3.0     Pre-Qualification Requirement

Interested and reputable Companies are to note that pre-qualification documents should include the following:

i.        Evidence of registration with the Corporate Affairs Commission (C AC).

ii.       Evidence of registration with Pension Funds Administrators (PFA) and necessary remittances.

iii.      Evidence of verifiable previous experience in the relevant jobs.

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

v.       Evidence of VAT Registration with Federal Inland Revenue Service (FIRS). vi.          Company Audited Account for the last three (3) years.

vii.     Evidence of financial capability and banking support (Bank Reference).

viii.    Evidence of technical capabilities of the firm.

ix.      Evidence of relevant equipment to be deployed for work.

x.       Comprehensive Company profile including list of staff indicating curriculum vitae, qualification and registration with relevant professional bodies.

xi.      Evidence of similar project(s) executed and knowledge of the Information Technology business

 

4.0     Submission and Opening

Completed pre-qualification documents should be submitted in sealed envelopes and marked on the top left corner:

“Pre-Qualification for NAN Projects 2012” indicating clearly Lot No. applied for and addressed to:

The Managing Director

News Agency of Nigeria (NAN),

Nan House Independent Avenue

Central Business District (CBD),

Abuja.

 

The submission-should on or before Monday, 3rd September 2012 by 4:00pm. The opening of the pre-qualification documents shall be on Tuesday, Sept. 4th 2012 by 12 Noon in the conference room, 5th floor, NAN House CDB, Abuja. All Companies who applied are invited to attend the opening on the date, time and venue stated above.

 

Please note that:

l.        Only technically qualified companies shall be invited for the competitive tendering.

2.       Contractors with previous poor performance on NAN projects need not apply.

3.       Companies are to indicate clearly Name of Company, Address and functional Telephone number behind the envelopes.

 

Signed:

Management

 

Invitation to Tender at The West African Examinations Council

The West African Examinations Council

Private Mail Bag 1022, Yaba, Lagos

 

Invitation to Tender

 

Preamble

The West African Examinations Council (WAEC) is desirous of engaging the services of competent companies/contractors for the under-listed projects. Reputable companies/contractors are hereby invited to tender.

 

 

2. Scope of Works

 

1.   Repair of leaking roofs in offices:

(a) Ilorin

(b) lbadan

(c) Benin and

(d) Yaba.

 

2.   Construction of Security Blocks in offices

(a) Makurdi

(b) Uyo

(c)Osogbo and

(d) Ojo

 

3.   Supply /Installation of new lift at Yaba Office

 

4.   Supply/Installation of Transformers (Substations) in offices:

(a) Ojo

(b) Ikorodu

(c) Port Harcourt and

(d) Makurdi

 

(5)   Replacement of fire fighting/detection equipment at Yaba Office

 

(6)   Construction of Braithwaite water tank with treatment plant at Yaba

Office

(7)  (a) Construction of demarcating dwarf fence wall at Ojo Office

(b) Tarring of access road at Ojo Office

 

 

(8)    Construction of Office complex in Lokoja

(9)    Conduction of multipurpose halls:

(a) Ikeja and

(b) Ilorin

 

(10)  Supply/Installation of metal racks in Script rooms:

(a) Ikeja

(b) Enugu and

(c) Bauchi

 

3. Pre-Qualification Requirements

 

(1) Company profile

(2) Evidence of tax clearance for the last 3 years

(3) Certificate of company incorporation with Corporate Affairs Commission

(4) VAT registration certificate

(5) Evidence of execution and completion of similar projects in the last 3 years

(6) Company audited accounts

(7) Availability of verifiable plants and equipment that would be used for the      project

(8) Evidence of registration with the relevant professional body

(9) Letter of reference from Bankers

 

4. Pre-Qualification and Tender Documents

Interested bidders are requested to submit their pro-qualification documents and pay a non-refundable processing fee of N10, 000.00 (ten thousand naira only). Thereafter they should collect the tender documents from the office of the Deputy Registrar (Head of Works Department), WAEC, 21 Hussey Street Yaba, Lagos between the hours of 10.00 am and 3.00 pm on working days.

 

The tender documents should be submitted in a sealed envelope to the office of the Director of Finance, WAEC, 21Hussey Street, Yaba, Lagos on or before 12.00 noon. Friday, 14th September, 2012 with reference at the top left hand marked “Tender for ___ “(for each of the works listed above). Opening of the documents shall take place by 2:00pm the same day at Excellence Hotel & Conference Centre, Ogba, Ikeja, Lagos. The tender documents should be addressed to:

 

The Head of National Office

WAEC, 21 Hussey Street,

Yaba, Lagos

 

Management

Invitation to Tender for 2012 Capital Projects at National Park Service

National 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 Technical and Financial Tender for the Execution of 2012 Capital Projects at Federal Ministry of Agriculture and Rural Development

Federal Ministry of Agriculture and Rural Development

FCDA Secretariat

Area 11, Garki

Abuja

 

Invitation for Technical and Financial Tender for the Execution of 2012 Capital Projects

 

The Federal Government of Nigeria has allocated Funds to the Federal Ministry of Agriculture and Rural Development in the Year 2012 Appropriation for the Procurement of Goods, Works and Services for the execution of policies, programmes and projects towards achieving the mandate of the Ministry.

 

2.       Accordingly, the Federal Ministry of Agriculture and Rural Development invites qualified, interested and eligible vendors; suppliers; contractors; Original Equipment Manufacturers (OEMs) to tender for the procurement of the following Goods and Works appropriated under the various Departments and Agencies of the Ministry in the Year 2012 Appropriation as specified in the following paragraphs:

 

  1. A.     Livestock and Pest Control Services.

(National Grazing Reserve Development Programme)

 

Works

Lot     Item

 

Location

 

1 Construction of 10.7km Samo Village Road at Iwajowas LGA of Oyo State.

 

As in the Bidding Document

 

 

 

 

  1. B.   Rural Development Department. Works;

 

Lot Item Location
2 Construction/Consolidation of 3.5Km Lake Chad Research Institute, New Marte LGA

 

Borno
3 Construction/Consolidation of 3.0Km Owu-Aiyedade road, Irewole LGA,

 

Osun

 

4 Construction/Consolidation of 3.0Km Iwoye-Ekuro Idoo road, Egbedore LGA.

 

Osun

 

5 Construction/Consolidation of 32.0Km Idiori-Eruku road, Abeokuta LGA

 

Ogun

 

6 Construction/Consolidation of 1.0Km Abidoye-Flower Garden road, llorin South LGA

 

Kwara

 

7 Construction/Consolidation of 2.0 Diogbe-Umumko Junction road, Igbo Etiti LGA

 

Enugu

 

8 Construction/Consolidation of 2.0Km Akpoha Community road, Afikpo LGA

 

Ebonyi

 

9 Construction/Consolidation of 2.0Km Gwazange-Kisawa road, Kisawa LGA

 

Kebbi

 

10 Construction/Consolidation of 2.0Km Kalogu-Wili road, Kaltungo/Shongom LGA

 

Gombe

 

11 Construction/Consolidation of 2.0Km Baima-Tiyyin  road, Warji LGA

 

Bauchi

 

12 Construction/Consolidation of 2.0Km Grave yard road, Monguno LGA

 

Borno

 

13 Construction/Consolidation of 2.0Krn Oke Eri- Sungbo road, Ijebu North East LGA

 

Ogun

 

14 Construction/Consolidation of 4.0Km Maisandari MMC road, Maisandari LGA

 

Borno

 

15 Construction/Consolidation of 2.0Km dalakam- Potiskum-Bade road Jakusko LGA

 

Yobe

 

16 Construction/Consolidation of 2.0Km Dala-Nguru Main road, Bade LGA

 

Yobe

 

17 Construction/Consolidation of 2.0Km Dogon Jeji-Bakurdi-Nguru-Gasua Main road, Nguru LGA

 

Yobe

 

18 Construction/Consolidation of 2. 0Km Monguno-Mandala road, Monguno LGA Borno

 

19 Construction/Consolidation of 2.0Km Shaffa-Debiro road, Hawul LGA

 

Borno

 

20 Construction/Consolidation of 3.0Km Songbe-Araro-Off Awo Highway, Ejigbo LGA

 

Osun

 

21 Construction/Consolidation of 2.0 Km Aboto-Awo roads, Egbedore LGA

 

Osun

 

22 Construction/Consolidation of 2.5Km Olorunda-Omidoyin road, Orire LGA

 

Oyo

 

23 Construction/Consolidation of 2.5 Km Enclave Project road, Oredo LGA

 

Edo
24 Construction/Consolidation of 2.5 Km Pulka-Ngoshe road, Kugum Gwoza LGA

 

Borno
25 Construction/Consolidation of 2.5 Machika Dungu road.Dansokwo Wasuga LGA

 

Kebbi
26 Construction/Consolidation of 2.5 Km Etiti-Amokwe road, Udi LGA

 

Enugu
27 Construction/Consolidation of 2.5 Km Mustapha A-Dangi road, Bida LGA

 

Niger

 

 

  1. C.    Human Resource Department.

 

 Works

L

Lot     Items

 

L Location
28  Renovation and Furnishing works at state Offices of the Ministry

 

As in the Bidding Document

 

 

D.        Federal Department of Livestock Works

LO

Lot     Items

 

L Location
Rehabilitation of 10.7km Access Road from Samoa to Ijio Village,Wasimi Gracing Reserve, Oyo State

 

As in the Bidding Document

 

 

T    ITEM

E.       Extension Value Chain

LO

 Goods

Lot     Items

 

Location
30 Procurement of 5.000 unit of CP-3 Knapsack sprayers

 

As in the Bidding Document

 

31 Procurement of 1,215 units of Motorcycles

 

As in the Bidding Document

 

32 Construction of building for ICT help line facility helpline at Zaria

 

As in the Bidding Document

 

T    ITEMS

 

F.         Federal Department of Agriculture

Sorghum Value Chain (Goods)

Lot     Items

 

33 Multi-purpose grain threshers of 800-1000kg/hr capacity As in the Bidding Document

 

34 Integrated Sorghum processing consisting of  hamer mill, mixer, cooler and packing machine As in the Bidding Document

 

 

 

Rice Value Chain (Goods)

 

Lot Items Location
35 750Nos. 3HP Gasoline Powered Engine irrigation pump As in the Bidding Document

 

36 185Nos.7HP Diesel Powered Engine irrigation pump As in the Bidding Document

 

37 Procurement of 8,015 units of CP 15 Knapsack sprayers As in the Bidding Document

 

38 Procurement of 50 units of Rice destoners. As in the Bidding Document

 

39 Procurement of 37 units of Rice steam boiler As in the Bidding Document

 

40 111Nos 7HP Diesel Powered Engine mobile Rice Fan thresher

 

As in the Bidding Document

 

41 37Nos Batch Paddy dryer fired by 7HP Diesel or Kerosene burner with Flame Control Device etc As in the Bidding Document

 

42 37Nols.Motorised rice reaper with reciprocating cutter bar of 1100mm with walking capacity of 1.5 to 2.0ha/day

 

As in the Bidding Document

 

 

 

Horticulture Value Chain (Goods)

 

Lot Items Location
43 1No.OFA4 Ton/day mobile Multi-purpose fruit processing machine for tomatoes and Citrus As in the Bidding Document

 

44 Bench Dryers consisting of stainless steel etc As in the Bidding Document

 

45 STAINLESS STEEL Hand Press Juice Extractor

 

As in the Bidding Document

 

 

 

ii.       Works

 

Lot Items Location
46 Fabrication of a prototype Orange Juice Extractor

 

As in the Bidding Document

 

 

 

LOT    ITEMSLOT     ITEM

Qualification Criteria and Tender Requirements

3.       In order to be considered, interested companies, which must be Nigerian companies, must submit tenders/bid documents accompanied with the following:

i.   Evidence of registration with Corporate Affairs Commission (CAC) and Forms; C07;

ii.  Provide detailed Company Profile;

iii. Detailed evidence of compliance with Pensions Act;

iv. Company Audited Accounts for last 3 years;

v.  Detailed copy of current Tax Clearance Certificate (2009 -2011) verifiable from Federal Inland Revenue Service (FIRS);

vi. Evidence of Contribution to Industrial Training Fund (ITF)

vii. Evidence of VAT Registration & past VAT remittances;

viii. Letter of Financial Capability & Banking support;

ix. Evidence of payment of non- refundable Tender Fee of N10,000.00.only for    the Goods and Works in favour of Federal Ministry of Agriculture and Rural Development;

x. Evidence of 2-3 similar jobs previously executed or currently being executed (including letters of award, completion certificates, payment);

xi. Submission of technical details & brochures of items being tendered for and evidence of Manufacturers’ Authorization of dealer/distributorship appointment;

xii. Any other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents;

xiii. Bidders for Roads Construction Lots must be registered with COREN;

xiv. Bidders are free to bid for as many lots as possible, but shall not be offered more than two lots for award of contract;

xv. Any Bid above 100 million Naira (Goods and Services) and 300 million Naira (for Works) must be accompanied with Bid Security of 2% of Bid Price;

xvi. All the requirements stated in paragraph 3(l – xv) shall be enclosed in the Technical envelopes.

 

4.         Collection of Tender Documents

Qualified Companies shall on application collect tender documents from the Ministry’s Office of:

 

The Director

Procurement Department

Federal Ministry of Agriculture and Rural Development

Area 11, Garki,

Abuja.

 

Upon the presentation of evidence of payment of non-refundable tender fee of N10, 000.00(Goods and Works only) into the Ministry’s Account as follows:

 

Account Name:   Federal Ministry of Agriculture and Rural Development

Account Number:         321-207270113

Bank:  Guaranty Trust Bank Plc

 

 

5. Submission of Tender and Expression of Interest Documents

 

The completed tender, Pre-qualification and Expression of Interest (EOI) documents must be submitted in three (3) copies each; including one (1) original and two (2) copies Each of the documents should have two (2) separate sealed envelopes clearly marked “Technical” and “Financial Envelopes” and both sealed in a third envelop marked with the appropriate project title, Company Name and lot number at the top right hand corner of each of the three envelopes and delivered to the address below not later than 12.00 noon of Tuesday 2nd October, 2012.

 

The Secretary;

Ministerial Tenders Board;

Federal Ministry of Agriculture and Rural Development;

2nd Floor, Room 213,

FCDA Secretariat, Area 11, Garki, Abuja.

 

6. Opening of Bids

 

Technical bids will be opened at 1.00p.m at the National Agriculture Research Council, Mabushi, Abuja after the close of the submission date- Tuesday 2nd October 2012 and only qualified bidders, relevant NGOs and CSOs will be invited to witness the public opening of the financial bids documents.

 

Please Note:

7.       Contravention of the conditions in Paragraph 3(l to xv) could lead to disqualification of bid.

 

8.       Late submission of bids will be rejected

 

9.       This advertisement shall not be construed as a commitment on the part of the Federal Ministry of Agriculture and Rural Development nor shall it entitle any bidder submitting documents to claim any indemnity from the ministry.

 

Signed

Dr Ezekiel O. Oyemomi

Permanent Secretary

Public Notice Invitation for Submission of Tender at Nigeria Immigration Service Headquarters, Sauka, Federal Ministry of Interior

Federal Ministry of Interior

Nigeria Immigration Service

 

Headquarters, Sauka – Abuja

 

Public Notice Invitation for Submission of Tender

 

1.0     Introduction:

The Nigeria Immigration Service (NIS) invites suitably qualified and competent contractors for the execution of the following jobs/projects under 2012 Budget.

 

S/N. Project Title

 

Locations

 

Project Code
1

 

Supply of Border Patrol Motorcycles

 

Service Headquarters, Sauka, Abuja

 

NIS/PROC/20 12/01
2

 

Supply of Office furniture for HE Offices

 

Alagbon Close, Ikoyi, Lagos

 

NIS/PROC/20 12/02

 

3

 

Supply of Office furniture for Passport Offices

 

Service Headquarters, Sauka, Abuja

 

NIS/PROC/20 12/03

 

4

 

Landscaping of Office Complex, Headquarters Annex

 

Service Headquarters, Sauka, Abuja

 

NIS/PROC/20 12/04

 

5

 

Construction and Fencing of Immigration Divisional Offices

 

Dutse LGA, Jigawa State

 

NIS/PROC/20 12/05

 

6

 

Construction and Fencing of Immigration Divisional Offices

 

Keffi LGA, Nassarawa State

 

NIS/PROC/20 12/06

 

7

 

Construction and Fencing of Immigration Divisional Offices

 

Oshogbo, Osun State

 

NIS/PROC/20 12/07

 

8

 

Furnishing of Auditorium

 

Immigration Training School, Kano

 

NIS/PROC/20 12/08

 

9

 

Furnishing of Immigration Office

 

Aboh Mbaise, Imo State

 

NIS/PROC/20 12/09

 

10

 

Fortification of Immigration Headquarters Fence

 

Service Headquarters, Sauka, Abuja

 

NIS/PROC/20 12/10

 

11

 

Maintenance of Office, Building

 

 

 

NIS/PROC/20 12/11

 

12

 

Maintenance of Female Hostel

 

Nigeria Immigration Training School, Orlu, Imo State

 

NIS/PROC/2012/12

 

 

 

 

 

2.0       Objective:

The projects are aimed at enhancing welfare and providing conducive working environment for the N1S personnel.

 

3.0     Requirements for Tendering:

3.1     Eligible contractors are required to forward their tenders with the following information:

(i)      Comprehensive   Company   Profile   indicating   managerial, structural, financial, technical and operational capabilities.

(ii)     Evidence of Valid Certificate of Registration of company with Corporate Affairs Commission (CAC)

(iii)    Tax Clearance Certificate for the past three (3) years (i e 2009 2010 and 2011).

(iv)    Company Tax Identification Number (TIN) obtainable from FIRS

(v)     VAT Registration Certificate and evidence of VAT Remittances

(vi)    Evidence of Verifiable past experience in handling similar projects (Past award letters and job completion certificates as proof)

(vii)   Evidence of Registration with the National Pension Commission in accordance with provision of the Pension Act 2004 and section 16(6)-d of the Public Procurement Act 2007

(viii)  Clearance letter from Industrial Training Funds (ITF) in compliance with the provisions of the ITF Amended Act 2011.

(ix)    any other additional information/documentation that will enhance the company application.

 

3.2     Bidders are expected to submit separate application for each Lot.

3.3     Tenders documents  can  be  obtained  from  Service Tenders Secretariat   at   Room  A66,   Ground   Floor,   Immigration Headquarters, Sauka-Abuja after payment of a Processing fee of  N10,000.00 (Ten Thousand Naira) only, for each lot, and must be submitted on or before 17th September, 2012.

 

3.4     Bid submissions should be in two (2) separate sealed envelopes for Technical and Financial bids. Each envelope should be clearly marked “TECHNICAL BID” OR “FINANCIAL BID” with appropriate project code Number at the top right hand corner of each envelope and dropped in the respective tender boxes. All bids not so marked will be rejected.

 

3.5     Bids should be submitted not later than 10:00 am on 17th September, 2012, addressed to;

 

The Secretary

Immigration Service Tenders Board Secretariat,

Room A66, Ground Floor,

Nigeria Immigration Service Headquarters, Sauka-Abuj

 

4.0     Opening

4.1     The Technical and Financial Bids are to be publicly opened on 17th September, 2012 and shall be conducted at the Conference Room, First Floor of the Service Headquarters, Sauka-Abuja at 12:00pm.

 

Bidders or their representatives and members of the public are invited to be present.

 

Note:

(a)  Original copies of items ii, iii, and v of paragraph 3.1 must be presented for sighting before the date for the opening of the technical bids.

(b) This advertisement of invitation to Tender shall not be construed as a commitment on the part of the Ministry of Interior/Nigeria Immigration Service nor shall it entitle bidders to make any claim(s) whatsoever and/or seek any indemnity from the Ministry/Nigeria Immigration Service and/or any of their partners by virtue of such bidders having responded to this advertisement. Neither will the Ministry nor Nigeria Immigration Service incur any liability in an event that a particular procurement is cancelled

 

Signed

Comptroller-General

Nigeria Immigration Service

For: Honourable Minister of Interior