Invitation for Pre-Qualification (Addendum) at National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NAPTIP)

National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NAPTIP)

 

Plot 2028, Dalaba Street, Wuse Zone 5, Abuja

 

Invitation for Pre-Qualification (Addendum)

 

The Agency wishes to draw the attention of the prospective bidders and the general public to the advertisement in respect of the projects below published in the Thisday Newspaper of Friday 22nd June, 2012 page 39, Daily Trust of Monday 25th June, 2012 page 26 and the Federal Tenders Journal page 15 of June 25th – Sunday 8th July, 2012.

 

2.       Please note the complete requirements for pre-qualification to tender, deadline for submission of pre-qualification document, time and date of bid opening for the following projects.

 

A. Scope of Work:

LOT 1:        Renovation and Upgrading of Facilities of the Agency’s Headquarters in Abuja.

LOT 2:        Erection of a New Perimeter Fence/Gate House in Benin Zonal Office, Benin City – Edo State.

LOT 3:        Renovation and Upgrading of Facilities in Benin Zonal Office, Benin City, Edo State.

LOT 4:        Renovation and Upgrading of Facilities in the NAPTIP Shelter, Gwarimpa, Abuja.

LOT 5:        Provision of Sensitization Materials.

 

B. Pre-Qualification Requirements:

The following are the pre-qualification requirements that should be submitted by interested Contractors.

 

  1. Evidence of Incorporation of Company in Nigeria with the Corporate Affairs Commission (C AC).
  2. Audited Accounts for the last three years (2009,2010 and 2011) respectively.
  3. Evidence of Tax Clearance Certificate (2009, 2010 and 2011) respectively.
  4. Evidence of Tax Identification Number (TIN Number).
  5. Evidence of similar and verifiable projects successfully executed within the last five (5) years (supported with certificate of job completion).
  6. Evidence of VAT Registration and Remittances.
  7. Evidence of Pension contribution for employees or staff with a Pension Fund Administrator supported with compliance certificate issued by National Pension Commission,
  8. Evidence of Compliance with the Provisions of the Industrial Training Fund (ITF) Amendment Act 2011.
  9. Comprehensive company profile and organizational structure.

 

 

C.      Submission of Pre-Qualification Documents:

The Pre-qualification documents should be in six copies and sealed in a separate envelope and the job reference number must be clearly written at the top side corner of the Envelope (e.g. LOT 3).

 

The name of the company should be boldly written on the reverse side of the envelope.

All documents to be addressed and submitted to;

The Head (Procurement Unit),

National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NAPTIP),

Plot 2028, Dalaba Street, WuseZoneS,

Abuja.

 

2.       Please, note that closing date for submission of tenders has been extended by.

All submission closes on the 17 of August, 2012 by 12:00noon.  

 

Bid opening commences immediately on the same date at 12:00noon within the

Agency’s Headquarters premises at the;

National Agency for the Prohibition of Traffic in Persons and Other Related Matters (NAPTIP),

Plot 2028, Dalaba Street, Wuse Zone 5, Abuja and should he dropped in a box at the Agency’s Gate House.

 

Signed                                                  

Management

Provision / Construction of Projects at Sokoto Rima River Basin Development Authority

Federal Republic of Nigeria

Sokoto Rima River Basin Development Authority

 

Damale Kaita House, Gusau Road, PMB 2223, Sokoto, Sokoto State of Nigeria

 

Introduction

The Sokoto Rima River Basin Development Authority wishes to invite qualified and competent companies and firms to submit their technical and financial proposals for the execution of various projects with provisions in the 2012 Appropriation.

 

Scope of Works

Lot A2:       Construction Supervision of Minor Irrigation Scheme in 6No LGAs of Zamfara State.

Lot C65:     Construction of Hand Pump Borehole at Kaita/Jibia Fed. Constituency Katsina State

Lot C72:     Construction of Community based Water Supply Scheme at Gidan Alarama Doro, Katsina State

Lot C74:     Construction of Hand pump B/H Kafur/Malumfashi Fed. Constituency Katsina State

Lot C75:     Construction of Hand pump B/H Kankia/Kusada/Ingawa Fed. Constituency Katsina State

Lot C78:     Provision of Hand pumps at Zango/Baure Federal Constituency Katsina State

Lot C85:     Provision of Hand pumps at Mamman Suka & Matse Gwadabawa Local Govt. Sokoto State

Lot C90:     Construction of Hand pump at Kafur, Katsina State

Lot C9l:      Construction of Hand Pump at Kwarago Katsina State

Lot C93:     Construction of Hand Pump at Mashi, Katsina State

Lot C95:     Provision of hand pumps at Makiyawa, Tarke, Kofar Maigari, Isyawa, Matsiga Gidan Icce, Katsina State

Lot C96:     Provision of H/P at Dutsin Ma A Wakaji, Kuki A. Doro, Makera Koro Gabas da Kasuwa, Rawayau A Dangawa and

Rayawau B Dorogo Katsina State

Lot C99:     Provision of hand pumps at central market Daura Katsina State

Lot C98:     Provision of Handpump at Bakori/Danja Federal Constituency Katsina State

Lot C103:   Construction of Comm. Base water Supply project at Felande Kebbi State

Lot C145:   Provision of hand pumps in Bagudo/Suru LGA Kebbi State

Lot C146:   Provision of hand pumps in Funtua/Dandume LGAs in Katsina State

Lot C158:   Construction of Bunza Water Supply Project, Kebbi State

Lot C159:   Construction of Malumfashi/Kafur Water Supply Project Katsina State

Lot C160:   Rehabilitation of Funtua Water Works, Katsina State

Lot C161:   Rehabilitation of and Procurement of Equipment for Bakolori Irrigation Project, Talata Mafara, Zamfara State

Lot C162:   Rehabilitation of Bakolori Irrigation Project (Electromechanical, Canals, etc),Talata Mafara Zamfara State

 

 

Eligibility Criteria

  • Evidence of experience as main Contractor in at least (5) jobs of similar nature and complexity executed with verifiable letters of contract award and certificate of job completion within the last five years (to comply with this requirement, works quoted should be at least 70% physically completed). Evidence of two(2)number completed similar projects in the last three years
  • Having liquidity and or evidence of access to or availability of confirmed credit facilities of not less than 50,000,000.00 Naira from a reputable bank Detailed company profile
  • Submission of three (3) years Audited Accounts (2009-2011).
  • Evidence of registration with CAC by inclusion of certificate of incoperation and Article of Association,
  • Last 3years Tax Clearance Certificate
  • Evidence of financial capability/ reference letter from reputable bank.
  • For JVs include MOU and each Company must have a separate registration with CAC
  • Full accounts details including SORT code
  • Evidence of Pension and Social Security Contribution
  • VAT Registration with evidence of remittances

 

 

Collection of Financial Document

Interested companies can, on presentation of written application and evidence of payment of tender fee, =N=30,000.00 to be paid in SKYE Bank with Account No 1771029413, collect tender documents from 12.00 noon, Monday August 6th 2012 from the office of:

The Managing Director

Sokoto Rima River Basin Development Authority,

Damale Kaita House, P.M.B 2223, KM 10, Gusau Road, Sokoto

 

 

Submission/Opening of Documents

Completed Technical and Financial proposals for the project of interest should be submitted in two (2) hard copies and one (1) electronic copy in Microsoft Office and enclosed in separate sealed envelopes marked “Technical” and “Financial” and both in a third envelope with the project name marked clearly on top right hand comer, and addressed to:

The Managing Director,

Sokoto Rima River Basin Development Authority,

Damale Kaita House, PMB 2223, KM 10, Gusau Road, Sokoto

 

To reach him on or before Monday 27th August, 2012 at 12.00 noon.

 

Bids with values of more than =N=50,000,000.00 must be accompanied with a 2% Bid Security

 

Only the Financial bids for pre-qualified consultants and Contractors shall be opened. .

Bid Opening exercise shall be conducted publically in the Board Room of the Sokoto Rima River Basin Development Authority on the closing date of submission at 12.00 noon.

 

 

All Bidders are expected to bring along the ORIGINAL COPIES of their Certificates of Incorporation and Tax Clearance, for sighting, if required. All Non Governmental Organization (NGOs) are invited to witness the Bids Opening.

 

 

DISCLAIMER

Late submission shall be rejected.

This invitation is published for information purposes and does not constitute an offer by this Authority with any party for the projects, nor does it constitute a commitment or obligation on the part of this Authority to procure concession services.

 

This Authority will not be responsible for any costs or expenses incurred by any interested party in connection with any response to this invitation and or the preparation or submission in response to an RfP.

 

This Authority reserves the right to annul the bidding process at any time without incurring any liabilities and assigning any reason thereof.

 

This Authority reserves the right to take final decision on any of the documents received in your proposals

 

Signed

Management

Invitation for Pre-Qualification of Contractors for Internally Generated Fund (IGR) Projects at Federal Polytechnic, Oko

Federal Polytechnic, Oko

P.M.B. 021, Aguata, Orumba North L.G.A. Anambra State

 

Invitation for Pre-Qualification of Contractors for Internally Generated Fund (IGR) Projects

 

Preamble:

The Federal Polytechnic, Oko wishes to invite for pre-qualification of interested and reputable Contractors for the execution of Internally Generated Fund (IGR) Project.

 

The Works is as follows:

1.       Construction of the Polytechnic Medical Centre Complex.

 

 

Pre-Qualification Requirement

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

b.       Current Tax Clearance Certificate

c.       VAT Registration and evidence of past Remittances for three (3) years

d.       Evidence of financial capacity and Banking Support.

e.       Company Audited Account for three (3) years.

f.       Evidence of Technical Capacity,

g.       Annual Turn-Over.

h.       Company profile and organizational structure.

i.        Evidence of compliance with Pension Fund Act for Registration/ Remittances

 

 

Verification of Claims in Pre-Qualification Documents

Please note that the Federal Polytechnic, Oko will on its own verify the claims made in the pre-qualification documents. Pre-qualification analysis will be based on technical capacity of the Bid.

 

Submission of Pre-Qualification Documents:

Pre-qualification documents will be submitted with a non-refundable fee of Ten Thousand Naira (N10, 000.00) only in Bank draft made payable to Federal Polytechnic, Oko.

 

The pre-qualification documents should be enclosed in a sealed envelope addressed to;

The Director,

Physical Planning Unit (Rectory Unit 3)

Federal Polytechnic, Oko

P.M.B. 021 Aguata,

Orumba North LGA. Anambra State.

 

The project title being pre-qualified for should be boldly written at the left hand top corner of the sealed envelope.

 

The documents must be submitted not later than Monday, 20th August 2012 at 12 noon and opening of the pre-qualification documents shall be done on Monday, 20th August, 2012 at 1.00p.m.

The commercial Tender documents would be issued to pre-qualified Contractors on payment of a non refundable fee of Thirty Thousand Naira

(N30, 000.00) only, made payable to Federal Polytechnic, Oko and the Commercial Tenders opening will be held on Monday,  17th September, 20121 at 12noon.

 

Names of successful and pre-qualified Contractors would be notified by text messages (SMS) and published on the Federal Polytechnic, Oko Notice Board.

 

Lastly, interested Contractors may obtain further information from the contact and the address above from 9:00am – 4:00pm, Monday to Friday.

 

Signed:

Mr. Tony Olih Nwaokolabia

Registrar

Invitation for Pre-Qualification –Addendum at Federal Neuropsychiatric Hospital, Calabar

Federal Neuropsychiatric Hospital, Calabar

P.M.B.  1052 123, Calabar Road, Calabar

 

Invitation for Pre-Qualification –Addendum

 

Introduction:

The   Federal   Neuropsychiatric   Hospital, Calabar   is   inviting   competent   and   reputable Contractors/Companies to submit pre-qualification documents as pre-requisite to tender for jobs in the Hospital.

  • Rehabilitation and Renovation of Buildings –
  • Lot I –  Occupational Therapy Building (Phase II)
  • Lot II – Conference Hall/Library Block
  • Supply of Medical Equipment
  • Supply of Vehicles

 

Pre-Qualification Requirements

Application for pre-qualification should be accompanied with the following:

(i)                Evident of registration with Corporate Affairs Commission,

(ii)             Tax Clearance Certificate for the last three years (2009 – 2011).

(iii)           Evidence of previous experience on similar job(s).

(iv)           Detailed Company Profile.

(v)             Letter from the Company’s Bankers indicating the financial capacity of the company to undertake the job, if awarded.

(vi)           Evidence of compliance with the amended ITF Act 2011.

(vii)        Evidence of Pension remittance and Social Security.

(viii)      Evidence of VAT registration.

(ix)           Evidence of payment of a non-refundable fee of Thirty Thousand Naira (N30, 000.00) only. Failure to submit any of the listed documents will result in disqualification.

 

Submission of Pre-Qualification Documents

The Pre-qualification documents should be sealed in four (4) envelopes marked on the left hand corner “CONFIDENTIAL” for the job, and addressed to:

The Medical Director

Federal Neuropsychiatric Hospital

P.M.B. 1052, Calabar

 

Your submission should reach the Medical Director from 6th August, 2012 and not later than 12.30 p.m. on the 21st August, 2012. Tenderers that would be pre-qualified and found capable of executing the works and supplies would be invited to collect full tender documents from the office of the Medical Director.

Bidders who had earlier submitted pre-qualification documents are requested to submit the additional requirements as listed on (vi) & (vii) above.

 

Signed

Medical Director

 

Invitation for Bids (IFB) at Federal Ministry of Education

Federal Government of Nigeria

Federal Ministry of Education

Government Girls’ College, New Bussa

 

Invitation for Bids (IFB)

 

Execution of New and On-Going Projects

 

2012 FGN Capital Project

 

1.       This Invitation for Bids follows the 2012 FGN capital expenditure details as| appropriated by the National Assembly of Nigeria.

 

2.       The Government of the Federal Republic of Nigeria intends to apply part of the 2012 budget for the payment of the execution of her new and on- going projects in FGGC New Bussa Niger State

 

3.       The Tenders Board of Federal Government Girls’ College, New Bussa, now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

Lot Description of item. Project Code Quantity/Length Bid Security Validity Period Deliver Period Delivery Location
1 Rehabilitation of Staff Quarters 23020104 5 2.5%   of bid price 90 days 60 days F.G.G.C New Bussa
2 Completion of Abandoned Staff Quarters 23020104 5 2.5%   of bid price 90 days 60 days F.G.G.C New Bussa
3 Construction of Perimeter Fence 23020118 200m 2.5% of Bid 90 days 60 days F.G.G.C New Bussa

 

4.     Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the 2007 Public Procurement Act of Federal Republic of Nigeria, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from Tenders Board of Federal Government Girls’ College, New Bussa at the address below and inspect the Bidding Documents  from 8:00am to 4:00pm Mondays to Fridays except on public holidays.

 

6.       Qualifications requirements include:

  • Evidence of Certificate of Incorporation with CAC
  • Evidence of Tax Clearance for the last 3 years valid up to December 31st 2011
  • Evidence of VAT certificate
  • Verifiable list of similar job successfully executed with Federal or State establishment including letter of awards, certificate of completion and list of service currently being rendered if any.
  • Evidence of registration with the college (N10,000.00)
  • Audited financial statements for the last 3 years to demonstrate the financial capability of the contractor in terms of Profitability and adequate working capital.
  • Evidence of payment of staff pension (Pension Act).

 

A margin of preference for eligible national contractors shall not be applied; Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment or a non refundable fee of N10,000.00 (Ten Thousand Naira). in favour of Tenders Board federal Government Girls’ College, New Bussa. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

8.       Bids must be delivered to the address below at or before 12:00pm on 5th September, 2012. Electronic bidding will not be permitted. Late Bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12:00pm on 5th September, 2012. All bids must be accompanied by a Bid Security of’2.5% of the Bid Price or an equivalent amount in a freely convertible currency.

 

NOTE: Bidders can win a maximum of one lot

 

9.     The address referred to above is:

The Secretary,

Tenders Board,

Federal Government Girls’ College, RM.B229

New Bussa Niger State, Nigeria.

 

Signed

Principal