Invitation for Pre-Qualification for Execution of Capital Projects at National Youth Service Corps Directorate Headquarters, Abuja

National Youth Service Corps

Directorate Headquarters, Abuja

 

Invitation for Pre-Qualification for Execution of Capital Projects

 

1.0      Introduction

The Management of the National Youth Service Corps (NYSC) intends to execute a limited number of projects for 2012 financial year. Interested, competent and reliable contractors are therefore invited to express their intention for the contract items through submission of pre-qualification documents.

 

2.0     Scope of Works

Supply of items listed below:

Category A:   Supply of 8 Nos 60/80 Tents/Marquees of 1300 people sitting capacity Category B:              Supply of 1 No Water Tanker (Mercedes Benz)

 

3.0     Pre-Qualification Requirements

Letters of intent should be accompanied by photocopies of:

(I)         Evidence  of Company  Registration/Certificate  of Incorporation;

(ii)        Colour photocopies of current Company Tax Clearance Certificate for the last three (3) years (2009 -2011);

(iii)       Colour photocopy of VAT registration certificate and evidence of VAT remittances;

(iv)       Evidence of verifiable  similar jobs successfully executed  in the past;

(v)        Evidence  of financial capability from a reputable bank

(vi)       Evidence  of company’s  Staff contributory Pension

(vii)      Company’s audited  accounts for the last three (3) years (2009 – 2011)

(viii)     Comprehensive Company Profile with convincing proof of competence to undertake  the job

(ix)       Evidence of technical, operational and managerial capabilities; and

(x)        Any other relevant document(s) that will place  the  company on a comparative advantage over others.

 

4.0       Submission

Pre-qualification documents should be spirally bound and enclose in an envelop, sealed and marked at the top left corner “PRE-QUALIFICATION FOR 2012 CAPITAL ITEMS” with the category (‘A’ or ‘B’) clearly indicated and addressed to:

 

The Director-General

National Youth Service Corps Yakubu Gowon

House 416 Tigris Crescent

Off Aguiyi Ironsi Street Maitama-Abuja.

 

Documents are to be submitted by hand  on or before 23rd July, 2012 at the:

 

NYSC Tenders Board Secretariat, Room 317

Procurement Department, 3rd Floor Wing ‘B’

NYSC Directorate Headquarters

Yakubu Gowon House

Maitama – Abuja.

 

5.0     Note

(i)         Only pre-qualified companies will be communicated in writing and invited to tender.

ii)         Pre-qualified contractors will be required to pay a non-refundable tender fee of twenty thousand Naira (N20, 000.00) only in certified Bank Draft at the NYSC Accounts Department.

(iii)       Failure to fulfill any or all of the conditions in 3.0 (i-x) above shall render an application invalid for further consideration.

 

(iv)       The National Youth Service Corps shall reserve the absolute right of rejecting any document it considers doubtful.

(v)        In view of the disperse location of NYSC operations across the federation, contracts for some of the listed categories may be awarded to more than one contractor for purposes of spontaneous execution and timely delivery prior to the orientation course(s).

 

This advertisement shall not be construed as a commitment on the part of the National Youth Service Corps, nor shall it entitle responding contractors to seek any indemnity from NYSC by virtue of such contractors having responded to this advertisement/invitation for pre-qualification/ tendering.

 

Signed

Management

 

Invitation for Pre-qualification and Tendering for years 2000-2010 Tertiary Education Trust (TET) fund (Merged) Normal Intervention at Maritime Academy of Nigeria, Oron

Maritime Academy of Nigeria, Oron

P. M. B. 1089, Oron, Akwa Ibom State

 

Invitation for Pre-qualification and Tendering for years 2000-2010 Tertiary Education Trust (TET) fund (Merged) Normal Intervention for Maritime Academy of Nigeria, Oron

 

1.0        Introduction

The Maritime Academy of Nigeria, Oron intends to execute the under listed projects under Tertiary Education Trust (TET) Fund 2000 – 2010 merged normal intervention.

 

The notice is to invite for Pre-qualification and Tendering from reputable contractors for the execution of the Projects.

 

2.0        Project Description

i.          Construction of 200 Capacity Hall and Offices – MAN/ORON/TETFUND06-10/01

ii.         Procurement of 2 Nos. Sony Data Projector (VPL ES531 CD) with Ceiling Mounted Hangers and White Board Screens each – MAN/ORON/TETFUND/06-10/02.

iii.        Procurement of 380 Nos. Metal Chairs 2ft x 2ft with Upholstered Leathered Seats and Attached Writing Frame each – MAN/ORON/TETFUND/06-10/03

 

3.0       Pre-Qualification Requirements

a)         Valid Certificate of Registration/Incorporation

b)         Evidence of Tax Clearance Certificate for the past three years.

c)         VAT Registration and Evidence of past VAT remittances

d)        Company Audit Accounts for three (3) years

e)         Evidence from the companies’ bankers as to their financial capacity/capability to undertake the project

f)         Evidence of similar project executed

g)         A comprehensive company’s profile to include evidence of execution of similar job in academic environment

h)        Equipment and Technology Capability

i)          Annual Turnover

j)          Evidence of timely completion of similar projects executed

k)         A verifying Affidavit under the Public Procurement Act 2007 sworn to a the Federal High Court (Proforma of this can be obtained at the Procurement Unit (PU) of the Maritime Academy of Nigeria, Oron

l)          Evidence of pension scheme for company staff

m)        Proof of compliance with the section 6(1)-(33) of the Amended ITF Act, 2011 (Contribution to Industrial Training Scheme)

 

4.0        Verification of Claims in Pre-qualification Documents

Please note that the Maritime Academy of Nigeria, Oron will on its own verify the claims made in the pre- qualification documents.

Contractors will be disqualified for providing false information

 

5.0        Pre-qualification and Tender Fees

Contractors are to pay non-refundable processing fee of N50, 000.00 (Fifty Thousand Naira) only for pre-qualification and tendering documents

 

6.0       Submissions of Documents

i.          The pre-qualification application with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelopes and marked at the top left, for example pre-qualification for the Construction of 200 Capacity Hall and Offices (MAN/ORON/TETFUND/06-10/01

 

ii.         The completed Tender documents is to be collected on or before 1st August, 2012 by 12 noon.

 

The companies submitting the pre-qualification and Tender documents should write the name and phone number of a contact person at the bottom left corner of the two (2) envelopes. This will allow for prompt communication.

 

Please Note:

i)          The pre-qualification and tender documents will be opened on the last day (of submission (i.e.  1st August, 2012) by 3.00p). All those who would have submitted their documents by the deadline are hereby invited to the meeting of the opening of the documents.

ii)         Only the tender documents of pre-qualified contractors will be processed further.

iii)        Pre-qualification bids should be very clear about the area(s) of proven competence and interest.

iv)        Failure to comply with any of the instruction above or to provide the information or any of the documents under Section 3.0 may automatically disqualify a contractor.

 

v)         Incorrect address or label on submissions and those received after the specified date shall be rejected.

vi)        “Invitation for Pre-Qualification” shall not be construed as a commitment on the part of the Maritime Academy of Nigeria to award any form of contract to any Company and/or associated companies, subcontractors or agents, nor shall it entitle any company submitting documents to make any claims whatever and seek any indemnity from the Academy by virtue of such contractors having responded to our advertisement.

vii)       All expenses incurred in preparing and submitting pre-qualification documents shall be borne solely by the prospective contractor.

viii)      The Academy will deal only with authorized officers of the companies submitting documents and NOT through individual’s agents.

 

7.0    Correspondence

All correspondence and enquiries in respect of this advertisement should be addressed to:

 

 

The Rector

Maritime Academy of Nigeria, College Road

P. M. B. 1089 Oron,

Akwa Ibom State

 

Signed

Sayid Adamu, MNIM

Registrar, For: Rector

Invitation to Tender at Nigerian Institute of Social and Economic Research (NISER)

Nigerian Institute of Social and Economic Research (NISER)

P.M.B 5, U.I. P.O., Ibadan, Oyo State, Nigeria

 

Invitation to Tender

 

The Nigerian Institute of Social and Economic Research (NISER) hereby invites reputable companies with relevant experience and good track record to tender as:

 

Security Services Provider to the Institute’s Headquarters located in Ibadan and Zonal/Liaison Offices in Akure, Minna, Owerri, Port-Harcourt, Bauchi, Sokoto, Abuja and Lagos

 

Eligibility Criteria

i.          Evidence of registration with the Corporate Affairs Commission, with copies of Memorandum and Article of Association

ii.         Detailed company profile showing technical capability in terms of staff and equipment, names, resume and telephone numbers of key personnel

iii.        Verifiable list of organizations to whom security services are being provided

iv.        VAT Registration Certificate

v.         Company’s Tax Clearance Certificate for the last three years

vi.        Company’s Audited Accounts for the last three years

vii.       Unique Tax Payer Identification Number (TIN)

viii.      Name and address of banker, including a letter of reference

ix.        Evidence of registration of employees with a Pension Fund Administrator

x.         A well established office in Ibadan, Oyo State

 

Collection of bidding Documents

Only those who possess the above listed criteria are eligible to collect Tenders Document from the office of the Secretary, Tenders Board upon payment of a non refundable fee of N20, 000.00 to the Accounts Unit of NISER, Ibadan.

 

Submission of Documents

Documents listed under Eligibility Criteria should be submitted in an envelope clearly marked ‘Eligibility Criteria’. Duly completed bids should also be packed in another envelope marked ‘Bid as security service Provider’. Both envelopes should be hand-delivered on or before 12.00 noon on Thursday 9th August, 2012 and submitted to:

 

The Secretary, Tender Board

NISER, Ojoo, Oyo Road

Ibadan.

 

Please Note:

i)          NISER is neither committed nor obliged to short-list any contractor or to award the contract to any contractor or agent.

ii)         NISER reserves the right to reject any and/or all bidding packages

iii)        This advertisement for invitation shall neither be construed as a commitment on the part of the Institute nor shall it entitle any contractor to make any claims whatsoever and/or seek any indemnity from NISER.

 

Signed

NISER Management

 

Invitation to Tender at National Theatre, Iganmu, Lagos

National Theatre, Iganmu, Lagos

 

Invitation to Tender

The National Theatre, Igamu, Lagos is desirous of upgrading its facilities to bring the edifice to its past glory.

In strict compliance with the Federal Government Procurement Guidelines, hereby in­vites experienced, reputable and registered contractors/suppliers to bid for the under listed projects:

 

(1a)     Supply of Banquet chairs for halls lot 1(a)

(1b)     Supply of Banquet Carpet for halls lot 1(b)

(2)       Supply and replacement of Electrical parts lot 2

(3)       Supply and installation of Sound equipment lot 3

(4)       Supply and installation of Lighting equipment lot 4

(5)       Plumbing works at -250 of National Theatre complex lot 5

 

Guidelines for qualification:

The prospective contractors/suppliers are expected to submit their company’s cor­porate profile containing the following information Documents:

1.         Current Certificate of Incorporation by the Corporate Affairs Commission (CAC)

2.         Evidence of Registration with National Theatre

3.         Tax clearance Certificate for the past 3 years

4.         VAT Registration Certificate

5.         Evidence of relevant experience

6.         Evidence of financial capabilities

7.         Evidence of Tax Identification Number (TIN)

 

Method of Application

The Tender documents should be in sealed envelopes and marked with the title of projects of interest as appropriate separately for each lot (1-5). The package (lot) number must be indicated on the top right hand of the envelop and addressed to:

 

The General Manager/CEO

National Theatre

National Theatre Complex,

 Iganmu, Lagos.

 

All Tender documents should be submitted by hand and deposited in the Tender Box  in the office of General Manager/CEO, National Theatre Iganmu, Lagos on or  before 30th July, 2012.

 

4.0       Please Note:

The national Theatre is not obliged to include  your company on its list of  contract award and reserves the right to verify the claim by your company.

 

Signed:

The General Manager/CEO

National Theatre,

National Theatre Complex, Iganmu,Lagos.

 

 

Invitation for Pre-Qualification and Tender for Capital Projects at Federal College of Education, Obudu

Federal College of Education, Obudu

P.M.B 1038, Obudu, Cross River State

 

Invitation for Pre-Qualification and Tender for Capital Projects

ENDER (ADDENDUM)

The Federal College of Education. Obudu. Cross River State, invites expression of interest from competent/qualified contractors and suppliers who may wish to ‘pre-qualify and Tender’ for the following capital projects in the College.

 

1.         Projects

1(A)     2012 Regular/Amended Capital

a)         Furnishing of completed Administrative Block

b)         Supply of Office Equipment (2012 Regular Capital)

c)         Furnishing of Staff offices (2012 Regular Capital)

d)         Construction of Multi-purpose Mini Sports Gymnasium (2012 Amended Capital)  Completion of Central Core (Female Hostel) main campus

 

1(B)     TETFLND   Projects (Special /Library Interventions Library Intervention)

 

(i)         2008 – 2010 Merged library Intervention

 

2011 Special Intervention

(I)         Lot 1: Renovation of 5nos. Science Laboratories

(II)        Lot 2: Supply of Teaching Aid and laboratory Equipment.

 

2.         Pre-Qualification Requirements

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

b)         Evidence of recent Annual Returns to corporate Affairs Commission (CAC)

c)         Evidence of current Tax Clearance Certificate for the last three (3) years (i.e 2009, 2010 and 2011)

d)         Evidence of VAT certificate and VAT Remittance to Federal Inland Revenue Services (FIRS)

e)         Evidence of financial capability and Bank Support (Bank reference, bank statement of account for the last three (3) months and letter authorizing the college to verify from the named bank.

f)          Evidence of similar and verifiable projects successfully executed by your company in the past five(5) years including scope of project, location of project, contract sum, letter of award and completion certificate.

g)         Company profile with list of staff, including curriculum vitae, competencies, qualifications, registration with relevant professional bodies and experienced key personnel.

h)        Evidence of possession of plants and equipment and a list of such plants as possessed/owned by the firm, state location of the plants and equipment for ease of verification.

i)          Evidence of current Audited accounts of firm for the last three (3) years (i.e 2009 2010 and 2011)

j)          Evidence of compliance with Pension ACT 2004

k)         State clearly your company’s full contact address, GSM phone number and Email for ease of communication.

 

l)          Sworn affidavit that:

a.         The firm is not bankrupt

b.         None of the Directors is an ex-convict or bankrupt

c.         No officer of the procurement entity is a former or present director, shareholder or has any pecuniary interest in the bidder

d.         All information presented in the bid is true and correct in all material particulars.

m.        Articulated work plan and methodology.

 

3.       Collection of Bid Documents:

Only those that met the requirements will be invited to collect financial bids from the Procurement Officer upon payment of a non-refundable tender fee of N50, 000.00 (Fifty Thousand Naira) only. The payment should be made to First Bank Nigeria Plc with Account number- 2012555550 Account Name: Trust fund Account FCE Obudu; payment teller returned to bursary department of the college to obtain receipt.

 

4.         Submission of Pre-qualification and Tender Document

Pre-qualification Document should be submitted in a sealed envelope with ‘pre-qualification as Contractor/Supplier” written at the top left hand corner on the  envelope: It should be hand delivered on or before 23rd July, 2012 and the opening of pre-qualification documents will be on Monday 20th August, 2012 at Council Chambers at 1.30pm. The document should be addressed to:

 

The Provost,

Federal College of Education Obudu,

 Cross River State

 

And deposited in the Box in Provost’s Office.

 

Please Note

(1)       The participation in the bid does not guarantee any Company the right to be selected or given any job

(2)       That by the submission of tender documents, the College is neither committed not obliged to award any contract to any Contractor/Supplier or Agency

(3)       That  this advertisement for invitation to pre-qualification and tender shall not be misconstrued as a commitment on the part of the College, nor shall entitle any Contractor/Firm to make any claims whatsoever and/or seek any indemnity from the College.

(4)       College reserves the right to reject any or all expression of interest and to terminate the selection process at any time without any liability to the College.

(5)       Any bid submitted after the closing date shall not be considered.

(6)       Only pre-qualified Contractors/Suppliers will be invited for collection of financial bids/have their bid documents analyzed.

 

Enquiries:

All enquiries should be directed to the Registrar/Secretary to Tenders Board, Federal College of Education, Obudu Cross River State.

 

Signed

Registrar/Secretary toTenders Board.