Invitation for Pre-qualification for Years 2010 Special TETFUND Intervention Projects Batch 3 at University of Jos

University of Jos

Invitation for Pre-qualification for Years 2010 Special TETFUND Intervention Projects Batch 3

 

The University of Jos intends to execute the under-listed projects:

Lot 1 –         Rehabilitation and Re-roofing of Bauchi Road Campus Library (UNI/JOS/SIP-S/TETFUND/l0/01.

 

Lot 2 –         Construction of 38.9m foot Bridge linking Students Village and Naraguta Campus (UNI/JOS/SIP-S/TETFUND/10/02)

 

Lot 3 –         Drilling of Motorized Borehole for Faculty of Education including a 25001itres Water Storage Steel Tank and Reticulation (UNI/JOS/SIP- S/TETFUND/10/03)

 

Lot 4 –         Construction of Centre for International Law and Diplomacy -UNI/JOS/SIP/ETF/10/1.

 

The University is therefore inviting reputable contractors with proven competence and experience for Pre- qualification. Interested contractors are requested to submit pre-qualification documents as follows:

 

Mandatory Requirements

1.       Evidence of Incorporation and Registration with Corporate Affairs Commission (CAC)

2.       Company’s Tax Clearance Certificate for the preceding three (3)years i.e. 2009 – 2011.

3.       Company’s Audited Accounts for the last three years including annual    turnover.

4.       Evidence of payment of ITF employers contribution.

 

Other Requirements

(i)      Evidence of Financial Capability to execute the project, Bank reference and a letter of credit facility from a reputable commercial bank with a commitment to provide loan facility for the execution of the contract if eventually the contract is won.

 

(ii)     List of similar verifiable and successfully completed or on-­going projects. Enclose copies of letters of award, interim payment certificates and practical completion certificates, in the last five years (i.e. 2007 to date only).

 

(iii)    List of key managerial, technical and Administrative staff of the company.        This should include names, qualifications, curriculum vitae and copies of         certificates and professional registration certificates.

 

(iv)    Have fulfilled all its obligations to pay taxes, pensions and social security contributions as contained in section 16, subsection 6 (d) of the Public Procurement Act 2007.

 

(v)               List of equipment owned or to be leased by the company for the execution of the project showing evidence of ownership.

 

(vi)    VATT registration with evidence of remittances in the last three (3) years.

 

(vii)  A sworn affidavit indicating that all documents submitted are genuine, verifiable and that, no Officer of the University of Jos has a pecuniary interest or is a former, present director or shareholder in the company.

 

(viii) Evidence of community social responsibility (if any).

 

Please come along with original copies of the documents for sighting on the day of opening of pre-qualification documents. All claims are subject to verification. Take notice that any false claim shall be a ground for disqualification.

 

Collection of Pre-Qualification Documents

The Pre-qualification document is to be collected in the office of the Director, Directorate of Physical (Facilities, University of Jos, Naraguta Campus (permanent Site) on payment in the Bursary Department of a non refundable processing fee of N35, 000.00 (Thirty five thousand Naira) only for each Lot.

 

Submission of Pre-Qualification Documents

The Pre-qualification document should be spiral bound, packaged in an envelope and clearly marked “Pre-qualification for Lot 1 or 2 or 3 or 4” at the top left hand corner of the envelope.

 

The name, address of the company and telephone number should also be clearly written on the reversed side of the envelope.

 

All documents are to be addressed to the Registrar, University of  Jos and submitted in the Tender box provided in Room 94 of the Registrar’s Office, Administrative Building, University of Jos, Bauchi Road Campus, on or before 23rd August 2012 by 10.00 am.

 

Opening of Pre-Qualification Documents

The Pre-qualification documents will be opened on August 23, 2012 at 10.00 am in the Senate Chambers, University of Jos, Bauchi Road Campus.

 

Contractors are to attend the meeting for the opening of the pre-qualification documents. The list of successful pre-qualified companies will be displayed on the University Notice Boards at the Administrative Building and Directorate of Physical Facilities. Only pre-qualified contractors shall be invited to tender for the projects accordingly.

 

Please Note:

1.       A submission of pre-qualification documents to the University of Jos is neither a commitment nor an obligation to award contract to any contractor or his agent.

2.       All claims are subject to verification. Take notice that any false claim shall be a ground for disqualification.

3.       The University of Jos may reject all bids at any time prior to the acceptance of a bid, without incurring any liability to the bidders as provided under the Public Procurement Act, 2007.

4.       The University of Jos may also cancel the procurement proceedings in the public interest without incurring any liability to the bidders in accordance with the provisions of the Public Procurement Act, 2007.

 

Jilli-Dandam D. Esq.

Registrar

 

Request for Proposals for the Provision of Alternative Energy (WIND) under its 2012 Budget for Capital Projects at Central Bank of Nigeria

Central Bank of Nigeria

Request for Proposals for the Provision of Alternative Energy (WIND) under its 2012 Budget for Capital Projects

 

The Central Bank of Nigeria situated at Plot 33, Abubakar Way, Central Business District, Cadestral Zone, Abuja, Nigeria Tel: +234946239701-02

Website: www.cbn.gov.ng

 

Proposed to undertake, Under its 2012 Capital Projects, the Provision of Alternative Energy Source (Wind Generator(s) at its CBN Katsina Branch.

 

The project involves feasibility studies to identify suitable locations, procurement of relevant permits and land lease, transportation & logistics, erection of wind generator(s),  connection to facility, commissioning of system, maintenance and decommissioning of system at the end of useful life

Consequently, the Bank invites proposals (RFP) from reputable firms interested in providing the services to the Bank as described above.

 

Bidders Meeting

There will be an opportunity for prospective Bidders to meet with the Bank’s staff for a Question and Answer session at CBN Main Auditorium, Ground Floor Wing C on 30th August, 2012.

Bidders Meeting details:

Date:           Thursday 30 August, 2012

Time:          2.00pm (local time)

Location:    Office of the Head, Projects Planning & Implementation Division. Procurement and Support Services Department, Central Bank of Nigeria

Participation at the Bidders Meeting is not mandatory; however, it is limited to two (2) people per firm. The purpose of this meeting is to give vendors the opportunity to ask the Bank questions about the intended works, if you are intending to send representatives to this meeting please send an RSVP to Engr M. K. Nuhu-Koko, who can be reached at Office of the Head, Projects Planning & Implementation Division, Procurement and Support Services Department, Central Bank of Nigeria.

Please provide us names and titles of those attending by 23rd August. 2012.

 

 

Requirements

Interested firms are required to submit Technical and Financial proposals prepared in English Language with the following requirements which shall be used as criteria for preliminary selection.

MANDATORY (without which the firm will be disqualified)

(i)      Evidence of registration with Corporate Affairs Commission.

(ii)     Certified true copy of Memorandum and Article of Association.

(iii)    Evidence of payment of tax for the last three (3) years as at when due, (such evidence should reflect the value of the projects undertaken by the firm in the last three (3) years).

(iv)    Evidence of Employees’ Retirement Savings Account (RSA) with Pension Fund Administrator.

(v)     Evidence of remitting employer and employees’ pension contribution to appropriate Pension Fund Custodian.

(vi)    Evidence of Transferring all Pension Funds and Assets prior to the commencement of the Pension Reform Act to Licensed Pension Operators.

(vii)   Evidence of Compliance with the Industrial Training Fund (Amendment) Act 2011; requiring firms to fulfill their statutory obligations to pay training contributions in respect of their employees.

(viii) Evidence of Compliance with the Financial Reporting Council of Nigeria Act, 2011; requiring registration with the Financial Reporting Council (FRC) of Nigeria.

(ix)    A sworn affidavit disclosing whether or not any officer of the relevant committees of the Bank or BPP is a former or present director, shareholder or has any pecuniary interest in the bidder and confirming that all information presented in its bid are true and correct.

 

Technical Proposals

  1.        i.            The technical proposals shall be developed based on the requirements below;
  2.      ii.            The capacity of power targeted. The amount of power targeted in this RFP is 1500KW.
    Operation Date. The Operation Date for the project shall be no later than December 31, 2013.
  3.   iii.            Site Control. The Proposal must be predicated on the use of land to which the Bidder has or will have project development rights. Not later than thirty (30) calendar days following final selection, each of the selected Respondents must have established formal site control and shall have provided evidence of the same to CBN. Such establishment of site control is a required step towards achieving cost, development, and operation assurance,
  4.   iv.             Production features and production capability. The Detailed description of the respective process of wind generation from stage 1 to the final stage, i.e. connection to facility; highlighting the product features; including tentative programme of works with milestone/time schedules from placement of orders to delivery of equipment to installation and commissioning: and include a modular budget tied to milestones.
  5.      v.            Experience in gathering respective empirical data. The Respondents shall include references of wind studies conducted; including an Environmental Impact Assessment (EIA) model that has been employed in the past
  6.   vi.             Total number of wind farms/projects completed/ underway
  7. Overall units constructed
  8. Total MWs of wind farm constructed
  9.   ix.            Range of turbine output and respective production figures

 

 

Financial Proposals

i)                   Terms, Conditions and Pricing. Respondents shall include all costs in their Proposals necessary to deliver capacity and energy to the CBN system including, but not limited to, construction of the wind generators), transmission (if necessary), development security, post-development security, all costs related to interconnection, maintenance, transportation and logistics, and decommissioning of the generator(s). All Proposal terms, conditions, ana pncing are binding through the final selection notification and subsequent negotiations (if required).

ii)                Cost of components and mandatory spare parts. Respondents shall include a priced list of components and mandatory spare parts to support the system for a period of five years.

iii)              Cost of training; Respondents shall include cost of training in technical, management and project skills.

 

General requirement

Introduction. The Respondents shall include general information detailing;

  • Corporate profile of the firm including Curriculum Vitae of key personnel supported by professional licenses (where applicable), registered address, functional contact email address. GSM phone number(s), facsimile numbers). Year corporation was founded
  • Audited accounts in the last three (3) years duly stamped by Licensed Auditors.
  • Years of experience in wind farms, turbine and/or wind park development/production
  • Evidence of participation in similar projects (of value not less than N250 Million).
  • Verifiable reference of related services rendered in the last three (3) years (attach letters of engagement)
  • References of satisfactory performance on similar projects from three (3) previous clients.

 

Selection Procedure

The short listed companies may be required to come and make a formal presentation to the selection panel of the Procurement & Support Services Department, CBN. The final selection procedure will include but not be limited to the following criteria:

  1. The submitted Presentation/information
  2. Validation of proposed time schedules
  3. The total budget and pricing of key elements
  4. Employment creation in line with the FGN local content act, to create employment for the local population
  5. Strategy for Education and Training on wind and other related technologies for local staff
  6. Maintenance and Service Arrangements for the proposed life span of the project; to include a service level agreement with terms and conditions of maintenance to that facility, and a detailed skills development program.

 

 

 

Bid Submittal

1. General Information

a.       Currency. Prices and figures must be dearly stated in Nigerian Naira.

b.       Extensions, CBN will not grant any extensions to the RFP schedule and will not accept late Proposals. Any Proposals received after the scheduled date will be disqualified and the Respondent will be notified.

c.       Reservation of Rights. CBN reserves the right or accept or reject in its sole discretion any or all Proposals for any reason at any time after submittal. CBN also reserves the right to select an offer that is not the lowest price, if CBN determines that to do so would result in the greatest value to CBN.

d.       Failure to Comply. Failure to comply with all requirements of this RFP will be grounds for rejection of a Proposal in CBN’s sole discretion.

e.       No Liability. Respondents that submit Proposals do so without legal recourse against CBN or its directors, management, employees, agents, contractors or Independent Monitor based on CBN’s rejection of the Proposal or for failure to execute any agreement tendered by CBN, CBN shall not be liable to any Respondent or to any other party, in law or equity, for any reason whatsoever relating to CBN’s acts or omissions arising out of or in connection with this RFP.

f.      Return of Documents. None of the materials received by CBN from Respondents in response to this RFP will be returned. All Proposals and exhibits will become the property of CBN.

 

2. Proposal Content

RFP Submission Fee. A non-refundable RFP submission fee of N100, 000.00 (One Hundred Thousand Naira only) in Bank Draft per Respondent is required in order to qualify its Proposal(s) for consideration. The Draft shall be made payable to the Central Bank of Nigeria.

 

3.       Changes to RFP, Schedules and Addenda

CBN reserves the right at any time to unilaterally revise, suspend or terminate this RFP process and any schedule related thereto in its sole discretion without liability to any Respondent. Any such changes will be posted on the CBN Website and a message will be sent to all Bidders.

 

 

4. Collusion

By submitting a Proposal to CBN in response to this RFP, the Respondent certifies that the Respondent has not divulged, discussed or compared its Proposal with other Respondents and has not colluded whatsoever with any other Respondent or parties with respect to this or other Proposals.

 

5. Miscellaneous Terms and Conditions

a        Compliance. Each Respondent is responsible for acquiring and/or verifying that it is in compliance with all licenses, permits, certifications, studies, reporting requirements and approvals required by federal, state and local government laws, regulations and policies in order for it to contract for and perform in accordance with its Proposal.

b.       Binding Agreements. All executed contracts will be binding, in accordance with their terms,

c.       Costs. Respondent shall be liable for all of its costs and CBN shall not be responsible for any of Respondent’s costs incurred in responding to this RFP or in connection with the negotiation and execution of any contract as a result of the RFP process.

 

Applications for RFP accompanied by the relevant documents should be forwarded in sealed envelop marked at the top left comer and boldly written: “RFP for the Provision of Alternative Energy (Wind) under the 2012 Capital Project at the CBN Katsina Branch Office” And addressed to:

The Secretary, Major Contracts Tenders Committee

2nd Floor, Wing C, CBN Head Office Complex, Central Business District,

Abuja, FCT Nigeria.

 

Closing Date:       All submissions must be received at the above Office not later Thursday 29th November, 2012.

 

Bid Opening Details:

Bid Opening Date:         Thursday 29th November, 2012.

Time: 2.00pm (local time)

Location: Office of the Secretary, Major Contracts Tenders Committee, Procurement and Support Services Department, Central Bank of Nigeria

 

Important Notice

Only short listed firms will be contacted

 

Signed

Management

Invitation for Pre-Qualification of Contractors for 2011 Tetfund and 2012 Normal Capital Projects at Federal University, Dutse

Federal University Dutse

Old Government House, Kiyawa Road, Dutse, Jigawa State.

 

Invitation for Pre-Qualification of Contractors for 2011 Tetfund and 2012 Normal Capital Projects

 

1.0 Preamble:

The Federal University Dutse in its effort to implement its Year 2012 Capital Projects and part of its 2011 Take-off projects hereby invites interested and reputable Contractors to bid for Tender for the Pre- qualification exercises as follows:

 

S/N

 

Lot No.

 

Projects Scope
A 2012 NORMAL CAPITAL PROJECTS

 

1 FAP/2012/1-A (Lot I-A)

 

Construction of Internal Roads (Phase I) Lot 1A.

 

Construction of new road from the present Car Park to the Block of Science Laboratories.

 

2 FAP/2012/1-B (Lot I-B)

 

Construction of Internal Roads (Phase I) Lot IB.

 

Construction of new road from the present New Academic office Block-A to link it to the main Access Road before the Car Park.

 

3 FAP/20I2/I-C (Lot I-C)

 

Construction of Internal Roads (Phase I) Lot 1C.

 

Construction of new Dual Carriage way and a New Gate House at the University’s Permanent Site in line with the University’s Master Plan.

 

4 FAP/2012/2-A (Lot 2-A)

 

Construction of Livestock Farm (Phase I) Lot 2A.

 

Construction of new building to house the Livestock for the Faculty of Agriculture.

 

5 FAP/20I2/2-B (Lot 2-B)

 

Procurement of Livestock/Farm Equipment   (Phase 1) Lot 2B.

 

Procurement of Equipment for the Livestock Farm.

 

6 FAP/20I2/3-G (Lot3-G)

 

Procurement of 4-No. Toyota Corolla I.8GLI.

 

Procurement of brand New Vehicle.

 

7 FAP/20I2/4-A

(Lot_4-A)

Construction of Perimeter Wall Fence 4A

 

Construction of part of University’s Perimeter wall Fence.

 

FAP/20I2/4-B(Lot4-B) Construction of Perimeter Wall Fence 4B

 

Construction of part of University’s Perimeter wall Fence.

 

FAB/2012/4-C (Lot 4-C) Construction of Perimeter Wall Fence and gate/Gate house

 

Construction of Perimeter Wall Fence and gate/Gate house

 

B 2011TETFUND TAKE OFF PROJECTS

 

1 TETF/2011/TOP/41-A Construction of Male Students Hostel Block C.

 

Construction of new bungalow type structure with 12-lrooms, common room and toilet facilities to house Male Students.

 

2 TETF/20M/TOP/41- B

 

Construction of Female Students Hostel Block C.

 

Construction of new bungalow type structure with 12-lrooms common room and toilet facilities to house Female Students.

 

 

 

2.0 Conditions for Eligibility:

Interested contractors shall be required to submit the following documents:-

a)       Evidence of incorporation of company with Corporate Affairs Commission.

b)      Company Audited Account for the last three (3) years

c)       Evidence of Tax Clearance Certificate & Remittance.

d)      Provision of Tax identification Number (TIN) by Contractor

e)       Evidence of compliance with Pension Reform Act, 2004

f)       Evidence of Financial capability and banking support

g)       Evidence of SIMILAR & verifiable projects executed not just awarded within the last five years.

h)      Annual turnover.

i)       Evidence of VAT registration.

j)       Comprehensive Company profile and organizational structure.

k)      Evidence of equipments and technology capacity.

I)       Evidence of Experience / Technical qualification and experience of key personnel.

m)     Sworn Affidavit to indicate that all information provided are true in every respect that the company is not in receivership and none of its Directors were ever convicted of fraudulent activity,

n)      Sighting of original copies of all the documents listed in the profile must be presented during opening of bids.


1.0       Verification of Claims:

Please note that Federal University Dutse reserves the right to verify claims made for the purpose of pre – qualification and financial tender as submitted by interested contractors.

 

2.0      Submission of Pre-Qualification Documents:

Pre qualification documents should be neatly packaged in a sealed envelopes marked “PRE – QUALIFICATION FOR YEAR 2012 APPROPRIATED/CAPITAL PROJECT” indicating in each case, the project Lot at the top left hand corner of each of the two envelopes to.- The Registrar, Federal University Dutse, P. M. B. 7156, Dutse, Jigawa State.

Submission of documents will close 30th August 2012 and should be made on or before 12 noon on Monday, August 27, 2012.

To be considered for Commercial tendering, a bidder must score at least 70% and above for the listed category / Lot.

 

3.0 Tender Processing Fee

All interested Contractors are expected to pay a non-refundable Pre-qualification fee of N15, 000.00 to the University’s Bursary Department and obtain receipt that should be attached to their respective bids.

 

4.0     Opening of Documents:

Opening of bids will hold in the presence of applicants or their representatives at the Senate Building of the University located at the former Government House, Kandahar along Kiyawa Road, Dutse, Jigawa State on Monday, August 27, 2012 by 2.30pm.

 

5.0    Sighting Of Original Documents Tendered:

Please note that the Federal University Dutse request all bidders to present all original Pre-qualification tender documents for sighting during the opening of bids exercise as any bidder who fails to present the original documents will be disqualified automatically.

 

8.0     Important Notice:

All applicants are to note that:-

1.       Only firms capable of executing the jobs would be published on the notice board and contacted.

2.       Nothing in this advert shall be construed to be a commitment by Federal University Dutse.

3.       Failure to comply with any of the above instruction or to provide any of the above listed documents may automatically result in disqualification.

4.       The University shall not enter into any correspondence with unsuccessful bidders.

 

Signed

The Registrar,

Federal University, Dutse,

P.M.B.7I56,

Dutse, Jigawa State.

 

Request for Expression of Interest at Federal Ministry of Transport, Abuja

Federal Ministry of Transport, Headquarters

Central Business District, Bukar Dipcharima House, Abuja

 

Request for Expression of Interest

 

1.     Specific Procurement Notice
In line with the National Transport Policy of re-establishing the railway as a major transport mode and Nigeria’s Railway 25-year Strategic Vision, the Federal Government of Nigeria wishes to extend rail links to some destinations in order to expand coverage and access to some areas of great economic importance to the country. In this connection, the Ministry intends to conduct feasibility studies of Standard Gauge New Rail Lines to the proposed destinations

 

  1. Also, the Ministry of Transport is desirous to carry out the following procurement:
  2. Applications are hereby invited from reputable and interested Consultants with relevant experiences track records for Pre-qualification for the following projects:

 

 

LOT NO PROJECT TITLE SCOPE OF SERVICES
1

 

 

 

a.

 

 

 

 

b.

Feasibility Study Standard Gauge, New Rail Line for the following routes:

 

(Eganyi (near Ajaokuta)-Lokoja-Abaji-ABUJA (Idu)(280 km approx.)

 

 

 

Rail Link to Tin Can Island Port-Lagos (9km approx.)

  1. Detailed Feasibility Study Standard Gauge.

Railway extensions to establish the technical economical and financial models/viability of the project and to generate an Outline Business Case (OBC) document in accordance with ICRC Act 2004.

  1. Provide proposal for alignment and connections to urban and commercial settlement along the proposed route.
  2. Carry out detailed survey and design of the selected alignment
  3. Identify potential Train Stations, Workshops and other Rail Based Infrastructure and to incorporate same in the design
  4. Carry out Environmental Impact Assessment (EIA)
  5. Submit Preliminary Engineering Designs
  6. Generate and outline Business Case (OBC) document in accordance with ICRC Act 2004
  7. Prepare the Bill of Engineering Measurement and Evaluation (BEME) and the Tender documents for the Contract award

 

 

c. Coastal Rail Line Route-Benin City-Sapele-Warri-Yenogoa-Port Harcourt-Aba-Uyo-Calabar Consultants are to update an existing report in line with i-viii above. (The existing report shall be part of the bidding document)

 

 

3.       Pre.-Qualification Requirements:-Feasibility Studies-Consultancy

 

Interested reputable Consultants are requested to forward for consideration, the following Pre-qualification documents:

  1. Evidence of company’s registration with the Corporate Affairs Commission.
  2. Company’s current Tax Clearance Certificate for the last three (3) years.
  3. Evidence of Company’s VAT Registration.
  4. Letter of Compliance with Pensions Act, 2004 from National Pensions Commission Pension
  5. Accompany every bid with an affidavit disclosing whether or not any officer of the relevant Committees of the procurement entity or Bureau 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 in all particulars.
  6. Company’s profile reflecting experience and works of similar nature and value.
  7. Curriculum Vitae(CV) including relevant experience of key personnel
  8. Evidence of Company’s Financial Capability with inclusion of reference/evidence of support from Bank
  9. Company’s Audited Account for the last 3 years
  10. Joint Venture Agreement where applicable
  11. Evidence of payment for Rid Document.
  12. Evident of compliance with the Employees’ Compensation Act which requires that all Employers of Labour must remit I % of the total annual emolument of their workers to the Nigerian Social Insurance  Trust Fund.

 

PLEASE NOTE:

  1. Quality and Cost Base Selection (QCBS) will be used for selection.
  2. Fees will be calculated on Man-Month and reimbursable

 

4. Collection of Tender Documents

Interested companies should collect Tender Documents from the Office of Director (Procurement), Federal Ministry of Transport. Bukar Dipcharima House, Central Business District, Abuja. Upon the presentation of evidence of non-refundable tender fee ofN25.000.00 for each project Lot issued in bank draft and payable into the FMOT Treasury Revenue Account.

 

5. Submission and Opening of Tenders

Original and two (2) copies of the Technical and financial bids are to be submitted in two separate envelopes duly marked “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” respectively. The two envelopes shall then be enclosed in one single outer envelope sealed and marked on the TOP left corner  boldly written “PROJECT TITLE AND LOT NUMBER” and the document shall be addressed to Permanent Secretary, Federal Ministry of  Transport Bukar Dipcharima House, Central Business District, Abuja, and submitted into the Tender Boxes at the Procurement Department 6th floor, Fedral Ministry of Transport not later than 12 noon on Friday, 3rd August, 20l2. The opening of tenders will take place at 12:30p.m same day. Bidders or their representatives, interested members of the public, PROFESSIONAL BODIES and Non-Governmental Organizations (NGOs) are invited to witness the opening of the bids.

 

6. Only firms whose pre-qualification and expression of interest documents fulfill the minimum requirements would be considered for the next stage.

 

 

7. All enquiries should be directed to:

 

Director of Rail & Mass Transit,

5th Floor, Federal Ministry of Transport,

Dipcharima House – Central Business District. Abuja

 

8. This announcement does not constitute an offer to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the ministry to procure concession services.

9. The Ministry is not bound to shortlist any bidder and reserve the right to annul the selection process at any time, in the public interest, without incurring any liabilities and assigning any reason thereof.

 

Signed

Permanent Secretary

For: Honourable Minister

Invitation for Pre-Qualification/Tender at Federal Ministry of Interior

Federal Ministry of Interior

Nigeria Security and Civil Defence Corps

National Headquarters, Wuse District, Zone 5, Abuja

 

Invitation for Pre-Qualification/Tender

 

The Nigeria Security and Civil Defence Corps, invites expression of interests from competent/ qualified contractors and suppliers who may wish to “Prequalify and Tender” for the following supplies and provision of services for the Corps:-

 

A.      purchase of Motor Vehicle

Lot 1 Toyota Hiace Bus Ambulance

Lot 2 Toyota 4×4 Double Cabin 2.7 Litres (Petrol Engine) Pick Up

Lot 3 Peugcot 308, Trend Auto Engine 1.6 Litres. Hatch Back

Lot 4 Peugeot 308, Trend Auto Engine 1.6 Litres. Station Wagon

Lot 5 Peugeot 408, Prestige Engine 2.0 Litres Auto

Lot 6 Toyota Camry 2012, Hybrid XLE. Black Colour 10 Airbags, Entune Multimedia System, Smart Key System, 6.1 –in touch-screen disply’ Blind Spot Camera

Lot 7 Toyota Hiace Bus (18 Seater)

Lot 8 Marco polo-Luxurious Bus, Mercedes Benz

B.      Purchase of Operational and Surveillance Equipment

Lot 1      Anti-Riot Shield

Lot 2      Anti-Riot Mask

Lot 3      Rain boot

Lot 4      Customized Reflective Jackets

Lot 6      Alarm Stun Gun

Lot 7      Hand Cuffs

Lot 8      Leg Cuffs

Lot 9      Swimming Jackets

Lot 10    “808” Micro Digital Camera

Lot 11    Tracking Machine

Lot 12    Designing of Mould for Hologram Laminate

Lot 13    Customized Hologram

Lot 14    Encoding Softwa

Lot 15    Compact Power Unit

Lot 16    Hose Reels

Lot 17    Rescue Cylinders

Lot 18    Water Evacuating Machine

Lot 19    Emergency Temporary/ Mobile Shelters

Lot 20    Tramigo T22 Portable Tracker

Lot 21    DMR Recorder 16 Channels PR 930 Surveillance Camera

Lot 22    Acquisition of VIGISCAN Surveillance Devices (Infrared Panoramic Surveillance System)

Lot 23    Motor Cycles

Lot 24    Walkie Talkie

Lot 25    Tape Recorder

Lot 26    Census Spy Glasses

 

C.      Uniforms & Other Clothing

Lot 1 Navy Blue Uniform

Lot 2           Grey Suit Material

Lot 3           Dark Blue Suit Material

Lot 4           Green Suit Material

Lot 5           Black Suit Material

Lot 6           Ox Blood Material

Lot 7           Lanyard

Lot 8           Belts

Lot 9           Berets

 

D.      Purchase of Office Furniture

Lot 1      Settee Furniture

Lot 2      2.0 HP Split Air Conditioners

Lot 3      Office Furniture

Lot 4      Executive Chairs and Tables

Lot 5      Bed with Mattresses (6 x7) in 12”

Lot 6      Student Furniture (Table and Chair)

Lot 7      Student Double Bunk Bed and Mattresses

Lot 8      Office Table with Drawers and Office chairs

Lot 9      Fire Proof Cabinet Model GB 4 x 3

Lot 10    HP Pavilion (Vista Premium) Model Laptop

Lot 11    Laptop computer (Touch Padpen Laptop)

Lot 12    Desktop Computer Set

Lot 13    Victory Shelves

 

E.      Construction

Lot 1       A Block of 6 units of 3 Bedroom Flat at Abuja

Lot 2       A Block of 4 units of 3 Bedroom Flat at Abuja

Lot 3       A Standard Football Pitch at Abuja

Lot 4       Administrative Complex Phase III for National Headquarters at Abuja

Lot 5       Warehouse with Perimeter Fencing

Lot 6       A Block of 20 Units of One Bedroom Flat

Lot 7       A Block of 10Nos. Classrooms at Abeokuta

Lot 8       A Block of 10Nos. Classrooms at Katsina

Lot 9       Male Hostel

Lot 10     Female Hostel

 

Pre-Qualification and Tender

It is expected that the potential contractors should be reputable and technically competent with verifiable track record of performance on similar supplies.

Consequently, interested contractors are invited to submit the following pre-qualification/tender documents.

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

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

iii.      Valued Added Tax (VAT) Registration Certificate

iv.      Evidence of similar jobs handled in the last three (3) years

v.       Evidence of Technical and Financial Capability

vi.      Evidence of compliance with PENCOM

vii.     Audited accounts for the past 3 years

viii.    Any other document that will enhance the Company’s chance

 

Submission of Pre-Qualification and Tender Documents

Tenderers are required to submit separate scaled pre-qualification and financial bids. The pre-qualification documents should be neatly bound and submitted separately in a sealed envelope boldly marked at the lop left hand corner “Pre-Qualification” Financial bid should also be neatly bound and submitted separately in another envelope, sealed and clearly, marked at the top left hand corner “Financial bids for…..” The job for which the tender is submitted should be clearly indicated on the envelope (e.g. Financial Bids for supply of Belts)

 

N.B,

i.        Late submission will be rejected.

ii.       This advertisement of “invitation to pre-qualification/Tender” shall not be construed as commitment on the part of the Corps to award any form of contract to a respondent or claim of any form of indemnity from Corps.

iii.      Tenders submission of Companies not pre-qualified will not be opened.

For further information contact the Secretariat of Civil Defence Tenders Board Office.

 

Signed: