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

A2     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 Agricultural Seeds Council, (6th Floor), BOA Plaza, Independence Way, Central Business District, Abuja on presentation of written application and payment of a non-refundable tender fees of Ten thousand Naira (N10,000) 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 on or before Wednesday 5th September, 2012 by 12 noon for Goods and Services. Late submission will be rejected:

 

Coordinating Director,

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 5, 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

Coordinating Director

 

Invitation for Pre-Qualification of Contractors and Tender for the Execution of Year 2011 TETF Special Intervention Project at Ambrose Alli University, Ekpoma

Ambrose Alli University, Ekpoma

Year 2011 TETF Special Intervention in Ambrose Alli University, Ekpoma

 

Invitation for Pre-Qualification of Contractors and Tender for the Execution of Year 2011 TETF Special Intervention Project in Ambrose Alli University, Ekpoma

 

The Ambrose Alli University, Ekpoma hereby invites competent and interested contractors for pre-qualification/Tender for the following:

 

(1)     Construction of Faculty of Arts (Office Block) and Lecture Hall with Furnishing

 

Pre-Qualification Criteria

The interested contractors are expected to furnishing the University with following:

a)       Evidence of Registration with Corporate Affairs Commission

b)      Evidence of Registration with Ambrsoe Alli University/current update of registration for the year 2011.

c)       Evidence of similar jobs executed by the Company in the last three years (preferably with a government organization or corporate bodies), presentation of letters of award, completion certification and photographs will be added advantage, state cost of projects, location, client date of award and status of project.

d)      Evidence of financial capacity with letter of reference from the Bank(s).

e)       Tax Clearance Certificate for year 2009, 2010 and 2012.

f)       Evidence of registration with Federal Ministry of Works.

 

(2)     Pre-Qualification/Tender Fees

Interested contracts are to pay to the Bursary a non-refundable pre-qualification/Tender fees of N100,000.00 (One Hundred Thousand Naira Only).

 

(3)     Collection of Tender Documents

Bidders are advised to collect the Tender documents from the office of the Director of Physical Planning, Ambrose Alli University, Ekpoma on presentation of receipt for the pre-qualification/Tender fees.

 

(4)     Return of Documents

Pre-qualification/Tender documents should be returned along with original receipt for the payment of the non-refundable pre-qualification/ Tender fees in two separate scaled envelop with one marked “Pre-qualification for (LOT)” and the other Marked Tender for LOT)” and both enclosed in an envelope wax-sealed and marked “Year 2011 TETF Special Intervention Lot…)” At the right hand corner and addressed to the’

 

Ag. Registrar and Secretary to the Tender Board

Ambrose Alli University

P.M.B 14

Ekpoma

 

To reach him on or before 16th August, 2012 by 11.00am.

 

(5)     Opening

All bids duly received shall be opened on the 16th August, 2012 by 12.00 noon of the Ag. Vice Chancellor Conference Room. All Bidders or their representative and interested members of the public are hereby invited to witness the opening of the Bids as scheduled.

 

(6).    Important Notice

(i)      This advertisement shall be construed to be commitment of the part of Ambrose Alli University to award any form of contract to your company.

(ii)     The University shall not be bound to accept the lowest tender or any  Tender for that matter.

 

Signed:

F.A. Ojo-Maliki, MNIM, MANUPAY

Acting Registrar

 

 

 

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

P.M.B 5161, Wuse – Abuja

 

Invitation for Pre-Qualification (Addendum)


The Agency wishes to draw the attention of the proactive 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 prequalification 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 Slate.

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.

i.        Evidence of Incorporation of Company in Nigeria with the Corporate Affairs Commission (CAC).

ii.       Audited Accounts for the last three years (2009, 2010 and 2011) respectively.

iii.      Evidence of Tax Clearance Certificate (2009, 2010 and 2011) respectively.

iv.     Evidence of Tax Identification Number (TIN Number).

v.       Evidence of similar and verifiable projects successfully executed within the last five (5) years (supported with certificate of job completion).

vi.      Evidence of VAT Registration and Remittances.

vii.     Evidence of Pension contribution for employees or staff with a Pension Fund Administrator supported with compliance certificate issued by National

  • Pension Commission.

viii.    Evidence of Compliance with the Provisions of the Industrial Training Fund (ITF) Amendment Act 2011.

ix.      Comprehensive company profile and organizational structure.

 

C.      Submission of Pre-Qualification Documents:

The Pre-qualification documents should be in six copies and scaled in a separate envelop and the job reference number must be clearly written at the top side corner of the Envelop (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,

Wuse Zone 5,

Abuja.

 

2.       Please, note that closing date for submission of tenders has been extended. All submission closes on the 17th 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 be dropped in a box at the Agency’s Gate House.

 

Signed:

Management

 

Invitation for Expression of Interest from Town Planning Consulting Firms in Respect of the Preparation of the Master plan 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 Master plan 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 serene 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:

  1. Administrative Block (to accommodate the offices of the Principal Officers of the Academy)
  2. Academic Building (to accommodate training/ meeting rooms, library and archives)
  3. Conference Centre (to accommodate conference halls)
  4. Tax Museum Building
  5. Guest Houses and Restaurants
  6. Staff Accommodation
  7. Common facilities like Gate Houses, Police Post, Clinic, Shops, Creche, Mosque, Church, Drivers and Cleaners’ Posts and Generator House
  8. Maintenance building
  9. Boreholes and water treatment plants
  10. 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.

 

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

  1. 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 practicing license
  2. Copy of certificate of Incorporation/Registration with Corporate Affairs Commission (CAC).
  3. Copies of genuine 2012 Tax Clearance Certificate (TCC) (showing the Tax Identification Number- TIN), of the firms. The certificate should reflect the true turnover of the company in the relevant tax periods.
  4. Copies of last audited accounts of the firm for the last three years,
  5. Evidence of having fulfilled all obligations with regards to pensions and health insurance contributions as provided in the Pensions act and NHIS act.
  6. 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
  7. 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:

  1. 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.
  2. 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.
  3. Proof of Green Technology competence.
  4. Proof of continuous professional activity for the last five years as an indication of professional reliability.
  5. Verifiable documentary evidence of adequacy of human and technical resources in line with the following:
  • Personnel requirement backed by a functional organ gram 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.

 

4.0 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 comply fully 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 the 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.gov.ng

 

Signed

Secretary, FIRS Tenders Board For:

Acting Executive Chairman FIRS

National Competitive Bidding Invitation to Tender 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

 

National Competitive Bidding Invitation to Tender

 

Introduction

The Federal Inland Revenue Service Invites prequalified contractors under catergory A and B (WORKS) to tender for the Partitioning of First Floor Firs Building, 17 Awolowo Road, Ikoyi, Lagos under the 2012 financial year

 

2.       Eligibility to Participate

Interested pre-qualified contractors must have necessary competences and possess the following:-

  1. Certificate of the Company’s Registration/Incorporation verifiable from Corporate Affairs Commission
  2. Company’s Current Tax Clearance Certificate (2012 TCC)

 

 

3.       Not Eligible

All Contractors who have defaulted on previous contracts) awarded to them by FIRS.

 

 

4.       Collection of Tender Documents

From the date of this advert, interested contractors are required to collect detailed tender documents from Procurement Department, Support Services Group, Federal Inland Revenue Service, (HQ) Revenue House (Room 114) 15 Sokode Crescent, Off Michael Okpara Street Wuse, Zone 5, Abuja after presenting evidence of payment of a non-refundable tender fee of N2.000.00 (Two thousand naira only) to the FIRS Central Pay Office (CPO) Revenue House.

 

5.       Submission of Tender Documents

Interested pre-qualified contractors are required to submit all tender documents in sealed envelopes, appropriately marked as indicated in the tender document and addressed to.

Director,

Procurement Department

Support Service Group

Federal Inland Revenue Service

Revenue House (Room 128)

15, Sokode Crescent, Off Michael Okpara Street

Wuse, Zone 5, Abuja.

 

The envelopes must be registered in the office of the Director of Procurement Department and thereafter dropped in the tender box provided for the purpose on or before 12noon 14th August, 2012

 

 

6.       Closing Date and Time for Submission of Tender Documents

All tender documents must be Hand Delivered on or before 12noon, 14th August, 2012. Any document received after the date and time specified above stands automatically disqualified.

 

 

7.       Opening of Tender Documents

Tender documents shall be opened at 1.00pm immediately after the close of submission on 14th August, 2012 at the Conference Room FIRS Headquarters, 15 Sokode Crescent, Wuse Zone 5, Abuja. Bidders and their representatives, civil society organizations (CSO) and the general public are invited to witness the opening process.

 

8.       Notes

  • The Federal Inland Revenue Service reserves the right to verify claims made by any contractor.
  • Submission of tender does not commit FIRS to awarding contracts to a tenderer
  • Tendering false documents is an offence and will lead to disqualification and prosecution

 

 

9.       Enquiries

For all enquiries:

Email; firsprocurement@firs.gov.ng

 

Signed: Secretary

FIRS Tenders Board For:

Ag. Executive Chairman FIRS