Invitation to Tender at National Commission for Museums and Monuments, Abuja

National Commission for Museums and Monuments

 

Block C, First Floor, Federal Secretariat-Head of Service,

Phase II Shehu Shagari Way, Central Business District, Abuja.

P.M.B. 171 Garki Abuja

Email: ncmmadm@yahoo.com  

 

Invitation to Tender

 

In compliance with the provisions of the Public Procurement Act, 2007 the National Commission for Museums and Monuments wishes to bring to the attention of the public her intention to carry out the following procurement activities in the Commission as provided for in the 2012 Capital Appropriation. In view of the above, bids are hereby invited from interested and reputable contractors with relevant experience and good track records in respect of the following projects.

 

Lot 1:             Renovation of Aba museum

Lot 2:             Upgrading of Facilities in Lokoja museum

Lot 3:             Construction of Adamawa Heritage Centre/Museum Shelleng

 

 

Qualification Criteria and Tender Requirements

In order to be considered, interested Contractors are required to submit the following documents along with the financial bids.

 

i)          Evidence of company registration with Corporate Affairs Commission (CAC) and forms C07

ii)         Company profile and organizational structure, including names and resume of key personnel with addresses and phone numbers

iii)        Detail evidence of compliance with Pension Act 2004 including evidence of remittances

iv)        Last three (3) years Tax Clearance certificates (2009, 2010 and 2011)

v)         Verifiable list of previous/similar major works carried out in recent past with their locations and clients, (copies of award letters, completion certificates/final payment   certificate   should   be attached)

vi)        Evidence of VAT registration certificate and past remittances Audited Accounts for the last three years Evidence of financial strength and banking support

vii)       Evidence of registration with Financial Reporting Council (FRC) of Nigeria

x)         List of Equipment to be used for the project and their location.

(State   Whether   the equipment are leased, hired or owned, if owned attach proof).

 

Collection of Tender Documents

Bid documents are to be collected upon payment of non-refundable fee of twenty thousand naira (N20, 000.00) only per project in certified draft in favour of National Commission for Museums and Monuments, Abuja.

 

Submission of Tender Documents

Completed bid should be submitted in three copies (one original and two other copies) and all pages dully endorsed by the bidders. The documents should be sealed and labelled (Technical / Financial Bids as appropriate) separately with the appropriate project title and lot number, clearly written at the top left hand corner of the envelope and addressed to: THE SECRETARY, PROCUREMENT PLANNING COMMITTEE, NATIONAL COMMISSION FOR MUSEUMS AND MONUMENTS, BLOCK C, FIRST FLOOR, FEDERAL SECRETARIAT-HEAD OF SERVICE, PHASE II SHEHU SHAGARI WAY, CENTRAL BUSINESS DISTRICT, ABUJA.

 

Closing date and time of submission of bid documents is 12 noon Monday,17th  September, 2012  and tenders shall be opened at 1.00pm same day at the MEETING ROOM OF THE NATIONAL COMMISSION FOR MUSEUMS AND MONUMENTS, BLOCK C, FIRST FLOOR, FEDERAL SECRETARIAT-HEAD OF SERVICE, PHASE II SHEHU SHAGARI WAY, CENTRAL BUSINESS DISTRICT, ABUJA,. Bidders or their representatives are strongly advised to be present.

 

Please Note:

(i)         Bidders are to enclose a photocopy of the receipt as evidence for the payment of the fee for tender documents

(ii)        NCMM reserves the right to reject any document it considers to be of doubtful authenticity

(iii)       Late submission will not be entertained,

(iv)       This notice shall not be construed to be a commitment on the part of the NCMM to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the commission.

 

Signed

Management

Procurement of Goods, Works and Services at Ministry of Defence Headquarters, Abuja

Ministry of Defence Headquarters

Ship House, Area 10, Garki – Abuja

 

The Ministry of Defence Headquarters Ship House. Area 10, Garki Abuja, hereby invites Reputable and Interested contractors and Buyers to tender for the following:

 

A:                    Procurement of Goods, Works and Services

 

Lot A1:           Supply of Diesel to MOD HQ, Abuja

Lot  A2:          Printing of MOD News MOD New Bulletin

Lot  A3:          Installation of Solar Powered Lights in MOD HQ,  Abuja

Lot  A4:          Network Cabling for Skill Laboratory

Lot  A5:          Up-grading of existing Network in Ship House: Replacement of 3 COM  with layer 3 Cisco Manageable Switches

Lot  A6:          Replacement of Cat 5 ethernet cables with Cat 6 to accommodate voice and data

Lot A7:           Deployment of Enterprise edition of Antivirus (Eset NOD 32)

Lot A8:           Deployment of Electronic File Tracker in Ship House

Lot A9:           Supply of Fundus Digital Camera (Ophthalmology Equipment) to Staff Clinic, Ship House

 

B.                    Disposal of Assets

Lot  B1:         Sale of Decommissioned Aircraft

 

2.         Pre-Qualification Requirements

Interested companies must show:

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

(ii)        Tax Clearance Certificate for the past three (3) years (2009, 2010, 2011);

(iii)       VAT Registration Certificate

(iv)       Evidence of financial capability, including attestation letter from bidder’s bankers;

(v)        Company profile with CV’s of key officers including photocopies of relevant professional/technical qualifications;

(vi)       Verifiable evidence of successful completion of similar works within the past three (3) years.

Attach copies of letters of award and certificates of successful completion. (Not applicable to Disposal of Assets);

(viii)     Evidence of compliance with the Industrial Training Fund Act…..(as amended), (ix)         Affidavit disclosing whether or not any officer of MOD or BPP is a former or

present Director, Shareholder or has any pecuniary interest in the bidder;

 

3.         Verification of Claims

The ministry reserves the right to verify claims made in the submission

 

4.         Collection of Bidding Documents

A complete set of bidding Documents may be collected by interested bidders or their representatives from the address below:

 

Office of the Director (Procurement)

Ministry of Defence Headquarters

Room G-39, Ship B

Area 10, Garki- Abuja.

 

5.         Enquiries

Further enquiries regarding this advertisement should be directed to the Office of the  Director (Procurement) between 9.00am and 3.30pm. (Mondays – Fridays), at the address stated in paragraph 4 above.

 

6.         Submission of Bids

Bids must be submitted in sealed envelopes, boldly marked at the top left corner, “Lot… (Description)…” and addressed to:

 

The Secretary

Ministerial Tenders Board

Ministry of Defence Headquarters,

Ship House, Area 10,

Garki – Abuja.

 

7.         Closing Date

All bids must be dropped in the bid box located at the address in Paragraph 4 above, on or before 10.00am of Tuesday, 2nd October, 2012. Bids submitted after 10.00am of Tuesday, 2nd October, 2012 will be rejected.

 

8.         Bid Opening

Opening of bids received is hereby scheduled as follows:

 

Venue: Dr Ezekiel Oyemomi Auditorium

Ministry  of Defence Headquarters

Ship House, Area 10

Garki – Abuja.

 

Date: Tuesday, 31st October 2012

Time:  2.00pm prompt

 

9.         This notice serves as an invitation to the contractors, their representatives and interested members of the public please.

 

10.       This advertisement shall neither be construed to be a commitment on the part of the Ministry of Defence nor shall it entitle any bidder to any claims whatsoever or seek any indemnity from the Ministry by virtue of any response to the said advertisement.

 

Note:

Interested suppliers, contractors, service providers and members of the public are hereby invited to regularly check on the notice boards of the Ministry for invitations to tender for procurements that are within the approval thresholds of the Permanent Secretary.

 

Signed

Permanent Secretary

Ministry of Defence

 

Pre-qualification to Tender at Ministry of Information Youth Sport and Culture, Jigawa State

Jigawa State Government

Ministry of Information Youth Sport and Culture

 New Secretariat Dutse, Jigawa State

The Ministry of Information Youth, Sport, and Culture hereby invite reputable and experienced contractors for pre-qualification on the projects below:-

 

Lot A:             Supply and installation of broadcast equipment for the TV service of the State Broadcasting Corporation (Dutse).

Lot B:             Supply and installation of TV service equipment for 3 nos. Booster Stations.

Lot C:             Supply of 1 no digital 4-camera television Outside Broadcast (OB) Vom  with microwave link and all other accessories.

 

Pre-Qualification Requirement:

 

1.         Certificate of incorporation/business name registration.

2.         Certificate true copy of memorandum and articles of association.

3.         Registration with the state works registration board in relevant category.

4.         Evidence of membership of relevant professional bodies (eg COREN, NIQS, NIA, CORBON etc).

5.         Profile of company including CV of key personnel.

6.         Evidence of work directly executed or handled by the company and evidence of knowledge of the industry.

7.         Company audited accounts for the last three years.

8.         Last three years tax clearance certificate.

9.         VAT registration and evidence of past remittance.

10.       Evidence of financial capacity and banking support.

11.       A sworn affidavit certified as follows:-

 

A.        That the documents submitted are genuine and correct.

B.        That none of the directors/partners of the company has been convicted by a court of law.

C.        That the firm/company is not bankrupt.

D.        That none of the officers of the procuring entity is former or present director of the company.

E.        Original copies of item 1,3,4,6,7,8,9,10 and 11 will be requested for signing after bid opening.

 

Submission of Pre-Qualification Documents:

The pre-qualification documents shall be spiral bound and packaged in an envelope and clearly marked Pre-Qualification for Project, project no. lot no at the top left hand corner of the envelop. The name, address of the company and telephone number should be clearly written on the reverse side of the envelop.

 

All documents are to be addressed to the DAF Ministry of Information, Youth, Sport, and Culture Jigawa state and submitted on or before 20th August, 2012

 

Please Note:

1.         A submission of the pre-qualification documents to the Ministry is neither a commitment nor an obligation to any contractor or his or her agent.

2.         All claims are subject to verification, please take note that any false claim shall be ground for disqualification.

3.         The ministry reserves the right to reject any or all documents submitted at any time prior to tendering or acceptance.

4.         The ministry reserves the right to cancel procurement proceeding at any stage in the public interest without incurring any liability to any firm.

 

Signed

Permanent Secretary

Invitation to Bid for the Provision of Catering Services at National Orthopaedic Hospital, Igbobi, Lagos

National Orthopaedic Hospital, Igbobi, Lagos

 

Invitation to Bid for the Provision of Catering Services

 

National Orthopaedic Hospital, Igbobi Lagos hereby invites applications from suitably qualified, experienced and reputable catering companies to bid for the provision of catering services for the Hospital’s patients.

 

Interested companies with similar expertise in the provision of such services in a Hospital are to submit 15 (Fifteen) copies of their applications with the following:

  • Company profile
  • Evidence of Incorporation with the Corporate Affairs Commission.
  • Copies of three (3) years Tax Clearance Certificates
  • Evidence of payment of VAT
  • Copies of three (3) years Audited Annual Report and Account
  • Evidence of financial capability and bank support
  • Evidence of verifiable relevant experience in executing a similar project, giving scope, locations, value and schedule.
  • Evidence of registration with PENCOM

 

Eligibility

Only applying companies that meet the specified requirements will be pre-qualified

 

Method of Application

Interested companies should pay a non-refundable tender fee of N15, 000.00 (Fifteen Thousand Naira) only, into the Hospital’s Account

A photocopy of the receipt should be attached to the Tender Documents.

 

The Tender Documents should be enveloped, sealed and marked “HOSPITAL CATERING SERVICES” in capital letters at the left hand corner of the sealed envelope and addressed to:

The Medical Director

National Orthopaedic Hospital,

Igbobi,

Lagos.

 

 

The completed Tender documents are to be submitted by hand and Deposited in the Tenders Box in the office of the Head of Administration on or before 6th August, 2012.

 

The submitted documents will be opened on the 7th August 2012 by 12 noon at the Hospital’s Board Room, Bidders or their representatives are required to be present at the event.

 

Please note that the National Orthopaedic Hospital, Igbobi is not bound to accept the lowest of any bid/quote and will not be liable for any cost) or expenditure incurred by any contractor(s) for this exercise.

 

Signed

Head of Administration

For: Medical Director.

 

Invitation to Tender at Investments and Securities Tribunal

Investments and Securities Tribunal:

Plot 823, Ralph Sodeinde Street Central

 

Invitation to Tender

 

1.         Introduction:

In compliance with Public Procurement Act, 2007 for the procurement of goods, works and services in the public service of the Federation, the investments and Securities  Tribunal hereby invites tenders  from qualified  contractors for the supply and installation of the  following  items under its  2012 capital vote:

 

2.         Scope of Work: Capital Vote 2012

S/No Items
1. Purchase of Court Automation Equipment
2. Provision of Library/Chamber Books & Equipment  for Kano, Enugu and Lagos Zonal Offices
3. Legal, Capital Market and Pension Books/Publications and  Library Furniture

 

3.         Qualification Requirements

a.         Evidence of registration with Corporate Affairs Commission

b.         Comprehensive list of all Directors of the bidders company and key staff

c.         Financial Reports, Balance Sheets, Profit and Loss Statements, Auditor’s Report and Bank References with documents for the past 3 Years.

d.         Current Tax Clearance Certificate for three (3) years (2009, 2010, 2011).

e.         VAT registration certificates showing FIRS Tax Identification Number.

f.          A reference letter from bidder’s bank

g.         List and evidence of satisfactory similar supplies/jobs executed for government agencies or/and the private sector within the past 5 years, stating value, evidence of award and completion certificate.

h.         Evidence of compliance to Pension Reform Act (PRA), 2007 and remittances to

PENCOM.

i.          Information on past 5 years litigation in which the bidder has been involved or in

which the bidder is currently involved (IF ANY)

j.          Evidence of payment of non refundable tender fees.

k.         Evidence/link with manufacturers will be an added advantage.

l.          Evidence of well equipped service/repair workshop as well as spare parts availability where necessary.

m.        A sworn Affidavit that none of the Directors has been convicted in any court of any criminal offence.

n.         A sworn Affidavit that all information presented and attached are true and correct of the bidder and that no officer of the Investments and Securities Tribunal is a former or present Director, or has any pecuniary interest in the bidder.

 

4.         Instructions to Bidders

a.         Prospective bidders are expected to collect bid documents upon payment of a non refundable tender fee of N10,000.00 (Ten Thousand Naira) only per lot in Bank draft payable to INVESTMENTS AND SECURITIES TRIBUNAL (IST)

 

b.         Bidders are expected to respond to this advert, simultaneously with the TECHNICAL and FINANCIAL bids in separate envelopes clearly marked. However, only bids from companies which meet the qualification criteria will have their financial bids considered.

c.         All prices shall be quoted in Naira.

d.         All bidders shall bear all costs associated with the preparation and submission of their tenders; the Tribunal shall not be responsible for or be liable for these costs regardless of the conduct or outcome of the tendering process

e.         Any bidder or company which fails to submit the required documents will not be considered.

f.          All bids should be sealed and dropped in the tender box at the reception area on or before 17th September, 2012.

 

g.         Pursuant to (f), the deadline for submission of all tenders is 12 noon, 18th

September, 2012.

h.         ALL bids must be accompanied by a sworn affidavit from a Court of record detailing copies of submissions made by the bidder,

i.          The tender as well as all correspondence and documents relating to the Tender shall be written in English Language.

j.          The sealed envelope containing the documents should be marked with the appropriate LOT NO. at the top right hand corner and addressed to:

 

The Secretary,

Tenders’ Board,

Investments And Securities Tribunal,

Plot 823 Ralph Shodeinde Street,

Central Business District.

Abuja.

 

k.         Any bid submitted after the close of submission will be rejected.

I.          All qualified bidders are enjoined to be physically present or be represented by persons with the requisite authority at the Tribunal’s Head Office on 18th Sept6mber, 2012 for the opening of bids by1.00pm prompt .

m.        This Invitation to Tender shall not be construed as a commitment on the part of Investments and Securities Tribunal (IST) to award any contract, nor shall it entitle the submitting firm to make any claims  whatsoever and or seek any indemnity from IST by virtue of such firm having  responded to this  advert.

 

Management

6th August, 2012