Invitation for Expression of Interest From Town Planning Consulting Firms in Respect of the Preparation of the Masterplan for the National Tax Academy, Gwagwalada at Federal Inland Revenue Service (FIRS)

Federal Inland Revenue Service

15 Sokode Crescent, Wuse Zone 5, P.M.B 33, Garki, Abuja, Nigeria

www.firs.gov.ng

 

Invitation for Expression of Interest From Town Planning Consulting Firms in Respect of the Preparation of the Masterplan for the National Tax Academy, Gwagwalada.

 

1.0     Introduction:

The Federal Inland Revenue Service [FIRS] in a bid to improve human capital capacity on taxation issues in Nigeria intends developing an academic institute to be known as the National Tax Academy on a 131 hectares site in Gwagwalada Area Council of the Federal Capital Territory (FCT). Abuja. The Academy is conceived as a first class educational institution providing specialist training and research facilities. It is also proposed to provide meeting, conferencing and recreational facilities of international standards, all in a ser   ene environment.

The FIRS subsequently announces a two stage bidding process for the master-plan preparation consultancy services. The Expression of interest represents the first stage of the selection of participants’ for the preparation of master plan that will guide the development of the academy.

 

2.0     Features of the National Tax Academy.

The academy, with total carrying capacity of over 2500 persons is expected to have the following Facilities:

i.        Administrative Block (to accommodate the offices of the Principal Officers of the Academy)

ii.       Academic Building (to accommodate training/ meeting rooms, library and archives)

iii.      Conference Centre (to accommodate conference halls)

iv.      Tax Museum Building

v.       Guest Houses and Restaurants

vi.      Staff Accommodation

vii.     Common facilities like Gate Houses, Police Post, Clinic, Shops, Creche, Mosque, Church, Drivers and Cleaners’ Posts and Generator House

viii.   Maintenance building

ix.      Boreholes and water treatment plants

x.       Recreational Facilities to include Gym. Indoor Games Hall, Swimming Pools, Lawn Tennis Court, Football Pitch, Basket Ball Court, Volley Ball Court, Hand Ball Court and Badminton court.

 

2.1     Green Technology

It is important to note that the Service places emphasis on green technology. As such, the master-plan of the academy must incorporate processes that are resource efficient and environmentally friendly.

 

3.0     Eligibility Criteria for this Expression of Interest

The basis for selection of participants for the competition from this EOI is the eligibility criteria employed to establish the ability of invited firms to satisfactorily carry out the required services by reason of experience demonstrated competence, strength and stability of firm and staffing.

 

To this end, town planning firms are to forward the requisite information and declarations establishing their compliance with the eligibility criteria by way of comprehensive profiles which shall be evaluated in line with the following categorization of mandatory and professional selection criteria:

 

Mandatory Criteria

a.       Competing town planning firms and their principals are to submit evidence of registration with Nigeria Institute of Town Planners, Town Planners Registration Council (TOPREC ). Firms must have current registration status while principals must possess current practising license

b.       Copy of certificate of Incorporation/Registration with Corporate Affairs Commission (CAC).

c.       Copies of genuine 2012 Tax Clearance Certificate (TCC) (showing the Tax Identification Number – N), of the firms. The certificate should reflect the true turnover of the company in the relevant tax periods.

d.       Copies of last audited accounts of the firm for the last three years.

e.       Evidence of having fulfilled all obligations with regards to pensions and health insurance contributions as provided in the Pensions act and NHIS act.

f.       A sworn affidavit that the firm is not bankrupt, in receivership or under liquidation or involved in any litigation which can potentially affect the company’s ability to conclusively participate in this engagement,

g.       Sworn affidavit of disclosure to indicate if any of the officers (or related persons) of the Federal Inland Revenue Service (FIRS) or Bureau for Public Procurement (BPP) is a Chairman/Director of the company and that the company does not have any Chairman/Director who has been convicted in any country for any criminal offence relating to fraud or financial impropriety.

 

Professional Selection Criteria

Quantitative

Verifiable documentary evidence of experience with similar jobs successfully executed within the last five years based on the following:

a.       List of similar assignment of comparable land size/area and comparable functional complexity with supporting details comprising brief description contract value, implementation role, size and current status of project.

b.       Proof of implementation across the various phases such as outline proposal, detailed proposal and final design realization; tender action through to practical completion: – supported by letters of commission or request for submissions; consultancy agreements and payment certificates

c.       Proof of Green Technology competence.

d.       Proof of continuous professional activity for the last five years as an indication of professional reliability.

e.       Verifiable documentary evidence of adequacy of human and technical resources in line with the following:

 

Personnel requirement backed by a functional organogram reflecting the attainment of baseline staffing needs (Number of staff /qualifications); with possession of technical resources to execute the design in terms of appropriate computer hardware and software.

 

Submission of Expression of Interest documents

Participating town planning firms are advised to carefully study the eligibility requirements conveyed in the Expression of interest solicitation documents and complyfully with all requirements therein. Failure to provide mandatory information will lead to disqualification. All compilation/ profiles responding to Expression of interest MUST be sealed and should be marked:

 

“Expression of Interest for Master Plan Preparation for the National Tax Academy Gwagwalada” and Hand Delivered to

 

The Director,

Procurement Department,

Federal Inland Revenue Service,

Revenue House (Room 128)

15, Sokode Crescent, Off Michael Okpara Street,

Wuse Zone 5, Abuja.

 

5.0     Closing date of Submission of Expression of Interest:

Submission of Expression of Interest closes at 12:00 noon on 15th August, 2012   All responses received will be opened by 1.00pm on  be same day in the presence of representatives of participating firm who choose to attend Venue for this event is:

 

Conference Room, 4th floor

Revenue House

15, Sokode Crescent, off Michael Okpara Street,

Wuse Zone 5, Abuja.

 

6.0     Additional Enquiries       regarding the Expression of Interest

For all enquiries, please    email- firsprocurement@firs.firs.gov.ng

 

Signed

Secretary, FIRS Tenders Board

For: Acting Executive Chairman FIRS

Invitation for Submission of Technical and Financial Bids (Pre-Qualification and Tender) at Abia State Polytechnic

Abia State Polytechnic

P.M.B. 7166 Aba, Abia State Nigeria.

 

Invitation for Submission of Technical and Financial Bids (Pre-Qualification and Tender)

 

A.      Introduction

The Abia State Polytechnic, Aba has obtained approval in principle from the Tertiary Education Trust Fund (TETFUND) for the execution of her 2011 Special Intervention Projects.

 

The Polytechnic is desirous of erecting a Three Storey Science Block and ancillary works. Consequently, interested and competent construction firms are hereby invited to pre-qualify and subsequently tender for the project.

 

B. Eligibility Criteria

Technical bids will be evaluated based on the following criteria:

(i)      Evidence of incorporation by Corporate Affairs Commission.

(ii)     Evidence of registration with Abia State Polytechnic, Aba

(iii)    Company’s Tax Clearance Certificate for the last three (3) years.

(iv)    VAT registration and evidence of past VAT remittance.

(v)     Evidence of financial capability and banking support backed by bank statement and audit reports.

(vi)   Verifiable evidence of previous experience in construction projects of similar magnitude (attach Letters of Award and Certificates of Completion).

(vii)   Experience /Technical qualification of key personnel to be employed in the project, if awarded.

(viii) List of equipment proposed for use in the project and their sources.

 

C.      Collection of bid documents

Interested bidders are expected to obtain technical and financial bid documents from the Office of the Bursar, Abia State Polytechnic, Aba on payment of the sum of N30,000.00 (Thirty thousand naira) only.

 

D. Submission of Bid Documents

The completed technical bid and supporting documents (10 copies), and the financial bid (2 copies) shall be placed in two different sealed envelopes, marked, “Technical Bid for Abia Poly Science Block” and “Financial Bid for Abia Poly Science Block” respectively. The two envelopes should be placed in a third sealed envelope marked, “Bid for Abia Poly Science Block” and addressed to the undersigned, with the name of the contractor written on the back of the envelope.

 

E.      Only Suitably Qualified

Contractors who participated in the pre-qualification exercise may be allowed to tender for the project.

 

F.      Closing Date

Application for pre-qualification received on or before 24th August, 2012 shall not be considered.

 

G.      Disclaimer

i.        Notwithstanding the submission of technical and financial bids, the Abia State Polytechnic neither commits nor obligates itself to include any company in any bid list or award any form of contract to any company or agent.

 

ii.       The Polytechnic reserves the right to annul the tendering process at any time without incurring liabilities from participating bidders and assigning any reason thereto.

 

Chief P.B.O. Aharauka

Registrar/Secretary to Abia State

 

Invitation to Tender at National Agricultural Seeds Council (NASC) of the Federal Ministry of Agriculture and Rural Development

National Agricultural Seeds Council

Federal Ministry of Agriculture and Rural Development

 

Invitation to Tender

 

The National Agricultural Seeds Council (NASC) of the Federal Ministry of Agriculture and Rural Development intends to procure some goods and services as provided for in the 2012 Capital Budget in respect of the items indicated below:

 

A: Goods

 

LOT

 

DESCRIPTION

 

A1

 

Supply of Seed Testing Equipment

 

A 2

 

Construction and Supply of Branded Seed Display Kiosk

 

A3

 

Supply of Office Equipment and Furniture

 

 

 

B:  Consultancy

 

LOT EXPRESSION OF INTEREST
B1

 

Preparation of National Seed Development Plan

 

 

 

 

Eligibility Criteria Tender Requirements

In order to be considered. Interested Companies, which must be Nigerian Companies must submit Tender/Bid documents accompanied with the following:

 

  • Evidence of registration with the Corporate Affairs Commission (CAC);
  • Provide detailed Company Profile;
  • Evidence of VAT registration & past VAT remittances
  • Evidence of payment of tax for the last three (3 ) years as and when due;
  • Letter of Financial Capability & Banking Support
  • Evidence of 2-3 similar jobs previously executed or currently being executed with verifiable letters of contract award, job completion, payments, etc);
  • Company audited accounts for last 3 years
  • Evidence of compliance with Pensions Act.

 

Collection of Tender Documents

Tender  Documents are  obtainable   from   the   Procurement   Unit    National

Agriculture Seeds Council, (6th Floor) BOA Plaza, Independent Way, Central Business District, Abuja on presentation of written application and payment of a non-refundable tender fees of Ten thousand naira (N 10,000) into the Council’s Account Number: 1012308258 at Zenith Bank Plc.

 

Submission of Bid Documents

Completed Technical and Financial Proposals for the project(s) of interest should be submitted in three (3) copies; including one (1) original and two (2) copies enclosed in separate sealed envelopes marked “Technical” and “Financial” and both sealed in a third envelope marked with the appropriate “Lot Number and Project title” addressed and returned to address below not later than 12 noon on Wednesday September 5th, 2012 for Goods and Services. Late submission will be rejected:

 

Ag. Director General,

National Agricultural Seeds Council,

6th  Floor, BOA Plaza, Independence Way,

Central Business District, Abuja.

 

Bid Opening and Venue

Technical Bids will be opened on the closing date of submission Wednesday, September 5th, 2012 in the Conference Room of National  Agricultural Seeds Council by 1.00 pm. All Bidders, NGOs and the General Public are invited to the opening of the Technical Bids.

 

Please Note

This advertisement shall not be construed as a commitment on the part of the National Agricultural Seeds Council nor shall it entitle  any bidder submitting documents to claim any indemnity from the Council

 

Signed

A.O. OLATOKUN

Ag. Director General

Invitation for Pre-Qualification of Prospective Contractors for the Execution of Projects under the Millennium Development Goals – 2011 Scale Up Of Conditional Grants Scheme Project to LGAs (MDGS-CGS) at Lagos State Government

Lagos State Government

In collaboration with

Office of the Senior Special Assistant to the President on Millennium Development Goals

 

Millennium Development Goals Conditional Grants Scheme Project

 

Invitation for Pre-Qualification of Prospective Contractors for the Execution of Projects under the Millennium Development Goals – 2011 Scale Up Of Conditional Grants Scheme Project to LGAs (MDGS-CGS)

 

The Lagos State Government in collaboration with the Federal Government of Nigeria represented by the Office of the Senior Special Assistant to the President on Millennium Development Goals wishes to undertake the various projects approved under the Scale Up of 2011 Millennium Development Goals- Conditional Grants Scheme, to this end, reputable Contractors are hereby invited for pre-qualification as potential Contractors that would execute the ‘CGS to LGA track’ approved projects.

The projects to be undertaken include:

1.       Ikeja LGA

i.        Construction Of PHC at Olusosun

ii.       Construction of PHC at Opebi

iii.      Upgrading of Health Post at Wasimi to PHC

iv.      Provision of Medical Equipment at Olusosun, Opebi and Wasimi PHCs

v.       Purchase of   4 Nos Ambulances including Registration, Branding, Insurance   and Tracking

 

2)    Ibeju Lekki LGA

i.        Construction of 6 room VIP Toilets in 6 Locations

ii.       Construction of Borehole. Pumping Machine, Overhead tank and brick support in 5 locations.

iii.      Renovation of a 6 classrooms

iv.      Reconstruction/Rehabilitation of Two (2) PHCs and 1 Staff Quarters

v.       Procurement of 2 Ambulances

VI      Procurements of 2 Nos Hilux pick Ups for Transportation of Vaccines

 

 

3)      Eti Osa LCA

i.        Construction of a new block of eight Classrooms with water source and water plant treatment.

ii.       Rehabilitation of Addo- Langbasa PHC in water source.

iii.      Construction of new PHC in water source and P4 plant at Araromi

iv.      Supply of basic equipment and furniture to Araromi Community

v.       Construction of a block of additional ten (10) classrooms at Olomu Pry School

 

 

General Instructions

  1. Interested Contractors are required to obtain a set of pre-qualification form from

Conditional Grants Scheme Technical Committee,

c/o Project Support Unit (PSU)

Block 19, Room 32

The Secretariat, Alausa-Ikeja

 

 

  1. Please note that this is an invitation to pre-qualify as a bidder, and only pre-qualified bidders would be eligible to bid for the projects.
  2. Application for purification to Tender shall be made by completing and submitting detailed information in the order as listed herein.

 

Submission for Pre-Qualification

Interested Contractors are requested to submit the under-listed pre-qualification documents to the above mentioned address:

I.       Certificate of Incorporation obtained from Corporate A ft airs Commission

II.      Evidence of Registration with Lagos State Tenders Board

III.     Tax Clearance for the last three years

IV.    Evidence of Financial Capability and Banking Support

V.      Company’s profile including names of key professional staff and their resume

VI.     Relevant and veritable projects embarked upon within the last 5 years

VII.  Project Manager with B.Sc Engineering with at least 10 years experience in works of equivalent nature and volume where applicable.

VIII. Evidence of availability of relevant equipment and technical capacity

IX.     Evidence on similar job executed with certificate of satisfactory conclusion issued

X.      payment of non-refundable application fee of Ten Thousand Naira (10,000.00) only Closing date for the submission and receipt of pre-qualification document close on 22nd August, 2012

 

Chairman.

Technical Committee on Conditional Grants Scheme

Request for Expression of Interest at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndlc.org.ng  Website: www.ndic.org.ng

 

Selection of Contractors for the Construction of the Corporation’s Branch Offices at Yola, Sokoto, Port Harcourt and Bauchi

 

Request for Expression of Interest.

 

The Nigeria Deposit Insurance Corporation (NDIC) intends to develop its branch offices at Yola, Sokoto and Portharcourt.

 

The Corporation invites Expression of Interest (EOI) for pre-qualification from contractors with proven experience and competence in building construction of its branch offices as follows:

 

Scope of Work

The construction work would be implemented as follows:

Lot 1.         Construction of Yola branch Office at Yola;

Lot 2.         Construction of Sokoto branch Office at Sokoto:

Lot 3.         Construction of Port Harcourt branch office at Port Harcourt

Lot 4.          Construction of Bauchi branch office at Bauchi

 

 

Conditions for Eligibility

Interested Construction firms are required to submit pre-qualification documents detailing their Company’s  capabilities. The Construction firms should be registered with relevant professional body. Firms must be willing to enter into a formal agreement with the Corporation.

 

Submissions must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2007-2010).
  • The Company’s audited accounts for the last three years (2009-2011).
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years of not less than N5.0 billion.
  • Annual turnover.
  • Comprehensive Company profile and Organizational structure.
  • Evidence of Operational Capacity to execute the project.
  • Resume of key technical staff to be deployed
  • Evidence of availability requisite and appropriate staff/skill for the job.
  • Evidence of VAT registration and remittance
  • Evidence of compliance with Pension Act; including proof of remittance to PFCs and PFAs

 

 

Verification Claims

Please note that the Corporation reserves the right to verify all indicated references and Operation Capacities as submitted by interested contractors.

 

 

Submission of Pre-qualification

Note that 2no copies of the EOI should be submitted in sealed envelopes clearly marked Pre-Qualification for Construction of NDIC Offices at Yola, Sokoto and Port Harcourt and addressed to:

Director of Administration Department

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District, Abuja, Nigeria.

 

The closing date for submission is on 6th August, 2012  by 12:00 noon, The submissions are to be dropped in the tender box on the ground floor, reception in the Head Office. Companies dropping EOI are expected to sign the EOI register on the 2nd floor, Admin Dept, before dropping the tenders. Submission of EOI by post or courier will not be acceptable, and any EOI received at the designated location after the specified time and date shall be considered late and non-responsive.

 

 

Opening of Documents

Opening of documents will hold  in  the  presence  of the last three  applicants or their representatives at the Conference room of the Head Office building on Monday 10th September by 2.00pm

 

Important Notice

All applicants are to note that:-

  1. Nothing in this advert shall be construed to be a commitment by the Corporation.
  2. Failure to comply with any of the above instruction or to provide any of the above listed documents may automatically result to disqualification
  3. The   Corporation    shall   not   enter   into   any correspondences with unsuccessful tenderers
  4. Only firms capable of executing the project would be contacted.

 

Signed

Management