Invitation for Pre-Qualification/Tender at Federal Government Girls’ College Owerri, Imo State

Federal Government Girls’ Collage Owerri, Imo State

 

Invitation for Pre-Qualification/Tender

 

Issue Date: 9th July, 2012

 

1.0     Introduction

Federal Government Girls’ College, Owerri intends to carry out Construction 12 Nos. 3 Bedroom Staff Quarters.

 

2.0 Pre-qualification Requirements

Prospective Contractors are required to submit the following pre- qualification document:

 

a)       Evidence of incorporation of Business name Registration with Corporate Affair Commission.

b)      Evidence of Registration with the College

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

d)      Evidence of Financial Capability and Banking Support

e)       Company’s Audited Account for the last three years i.e. 2009, 2010 and 2011

f)       Verifiable Evidence of Technical/Key Personnel Qualifications and Experiences.

G)      Refundable Bid Security of 21/2 %of bid sum in Bank Certified Cheque must accompany bid documents,

h)      Verifiable list of similar and other jobs successfully executed with their locations, together with letters of Awards and Certificate of Job

Completion,

i)       Verifiable Evidence of Equipment and Technology Capacity with Evidence of Purchase where Applicable.

J)       Evidence of Remittance of Pension Contribution of Employees to PENCOM in line with Section 8(d) of the Procurement Act.

k)      Evidence of VAT Registration and Remittance:

I)        An affidavit disclosing whether or not any Officer of the Relevant

Committers of the FGGC, Owerri or the Bureau of Public Procurement a former or present Director or shareholder has any pecuniary interest in the bidding Company and confirming that all the information it presented in its bid are true and correct in all particulars,

m)     Evidence of compliance with Section 6(ii) of the Industrial Training Fund

(ITF) Amended Act, 2011.

 

 

 

3.0 Tender Procedure

Interested Tenderers are required to pay the Sum of Twelve Thousand naira

(N12, 000.00) to the College Bursary and Collect the Bill of Quantities and other Tender documents.

 

 

4.0. Submission Guide

The pre-qualification and Tender documents are to be neatly bound and sealed in two separate envelopes and marked at the top Technical and ‘Financial’ Bids as appropriate and the two envelopes be put in one envelope that should also be sealed and labeled Tenderer construction of Staff Quarters. The completed document should be addressed to:

 

The Principal,

Federal Government Girls’ College, Owerri.

 

The envelopes should be dropped in a tender box in the office of the Principal, FGGC, Owerri, not later than 10am on the 24th of July, 2012

 

5.0     The Opening of the Pre-Qualification Documents

The Opening shall be by 11am on the 25th of July, 2012 and all bidders are required to be present at the date of Opening.

Only the bids of pre-qualified Tenderers shall be opened and considered.

 

 

Note:

Federal Government Girls’ College, Owerri is not obliged to reply to any company not found suitable or pre-qualified.

 

Signed of:

Secretary,

School Tender’s Board, FGGC, Owerri

General Procurement Notice for the Execution of 2012 Capital Projects at Federal Ministry Of Science and Technology

Federal Ministry Of Science and Technology

Federal Secretariat Complex, Phase II- Abuja

 

General Procurement Notice for the Execution of 2012 Capital Projects

 

Introduction

The Federal Ministry of Science and Technology intends to undertake the construction of perimeter fencing and gate house for the Science and Technology Park located at SHESTCO, Complex, SHEDA, Abuja.

In compliance with the Public Procurement Act 2007, the Ministry therefore invites interested and reputable contractors with relevant experience and good track record to submit documents necessary for consideration for the perimeter fencing and construction of gate house.

 

 

 

Description of Work

  1. Perimeter Fencing/Gate house

 

 

Requirements

Prospective bidders are required to submit the following documents:

  1. Certificate of Incorporation/Registration with corporate Affairs Commission (CAC);
  2. Evidence of Certification/Exemption from PENCOM in accordance with me Pension Reform Act,  2004  including evidence of remittance of Employees Pension Contribution/Deduction;
  3. Evidence of Tax Clearance Certificate for the last three years (2009, 2010 & 2011 corresponding to declared turnover;
  4. Company Audited Accounts for the last three years (2009, 2010 & 2011) showing annual turnover;
  5. Evidence of VAT Registration with TIN No. and past remittance for the last 3 years;
  6. Verifiable list of similar jobs successfully executed in me last three years including letters of award of contracts, projects cost, job completion certificates and payments (Please provide contract address of the clients);
  7. Evidence of Financial Capability to execute the projects (Bank Guarantees from reputable banks will form part of the evaluation criteria);
  8. Company profile and Technical qualification of key personnel with evidence of experience on similar jobs;
  9. A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence;
  10. Evidence of Registration with Financial Reporting Council (FRC) of Nigeria; and
  11. Evidence of compliance with the provisions of the industrial Training Fund Amendment Act 2011 as relate to Training contribution by liable organization.

 

Collection of Tender Documents

Interested companies/firms should collect bid documents containing detailed specification for the jobs from the Procurement Division of the Ministry at Phase II, Block ‘D’ Room 609,6th Floor, Federal Secretariat Complex, Abuja on payment of N20.000.00 non-refundable tender fee into Bank name: Fin Bank, Account No. 3000897972, Account Name: Federal Ministry of Science and Technology

 

Submission of Tenders and Documents

One copy of Technical and Financial proposal must each be sealed in separate envelopes and clearly marked “Technical or Financial proposal” and put together in a bigger SINGLE envelope with project title boldly written at the right hand corner of the envelope and addressed to:

 

The Secretary 

Ministerial Tenders Board 

Federal Ministry of Science and Technology,

Phase II, Block ‘D’

Room 609, 6th Floor

Federal Secretariat Complex

Abuja.

 

The sealed envelope should be deposited in the Tender Box in the office of the Deputy Director (Procurement) in Room 609, 6th Floor, Phase II, Block ‘D’ Federal Secretariat, Abuja not later than 12.00 noon. 22nd August, 2012.

Late submission of bids shall not be accepted, please.

 

 

Opening

Opening of the received tenders will commence at 1.00pm same day at the Federal Secretariat Phase II Block D Conference Room on 1st floor. All bidders and/or their Representatives, Relevant Professional Bodies and NGOs are invited to witness the Public evening exercise accordingly.

 

 

Please Note That:

  1. All CAC VAT, PENCOM and TAX clearance Certificate may be referred to the security Agencies; Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission and other relevant bodies for verification
  2. The Federal Ministry of Science and Technology reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.
  3. The Evaluation of the received documents shall be strictly based on the requirements specified above; and
  4. Only companies that have been successfully screened and found competent will have their financial tenders considered.

 

 

Signed

Permanent Secretary

Federal Ministry or Science and Technology

Abuja,

Invitation for Pre-qualification of contractors/Suppliers for 2012 Capital Projects at Ahmadu Bello University, Zaria

Institute for Agricultural Research,

(Federal Ministry of Agriculture & Rural Development)

Ahmadu Bello University, Zaria

 

Invitation for Pre-qualification of contractors/Suppliers for 2012 Capital Projects

 

The Institute for Agricultural Research, Ahmadu Bello University, Zaria intends to execute capital projects under the 2012 Capital Appropriation. The management invites experienced and reputable contractors/suppliers to apply for pre-qualification in respect of the underlisted projects:

 

Lot 1: Improvement to infrastructural facilities at Agric, Research Station, Kano

 

Lot 2: Improvement to infrastructural facilities and Rehabilitation of a Tractor at Irrigation Research Station, Kadawa

 

Lot 3: Improvement to infrastructural facilities and upgrading of weather station at Irrigation Research Station, Talata Mafara.

 

Lot 4: Supply of Office Equipment to Monitoring and Evaluation Unit

 

Lot 5: Rehabilitation of Buildings at IAR Headquarters.

 

Lot 6: Supply of Heavy duty Harrow, Mould Board Ridger and Rotary Slasher to Agric. Estate Unit.

 

Lot 7: Supply and Installation of three Mini Ginneries and spare parts to Cotton Research Programme and Seed Production Unit.

 

Lot 8: Supply of Assorted Fertilizers, Agro Chemicals and Laboratory Chemicals to Research Programmes.

 

Lot 9: Improvement to infrastructural facilities and construction of Drainages at the IAR Headquarter

 

Lot 10: Supply of Equipment to Agric Extension Unit

 

Lot 11: Supply and Installation of Equipment for IAR Research Programmes

 

 

2.       Technical Bid:

 

The Pre-qualification documents should include:

a) Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).
b) Current Company Tax Clearance Certificate for the last three (3) years (2009-2011).
c) Company Audited Accounts for the last three (3) years (2009-2011)

 

d) VAT Registration and Evidence of Remittances in the last three (3) years (2009-2011)
e) Evidence of Remittance of Pension contribution fund for staff of the Company from reputable Pension Administrators as provided in section 16, Sub section 6(d) of the Public Procurement Act 2007 .

 

f) Evidence of payment of Training Contribution to ITF for Staff of the Company as provided for by Section 6(1-3) of the Amended ITF Act 2011.

 

g) Evidence of financial capability to execute the project i.e. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.

 

h) List of similar, verifiable and successfully executed projects or ongoing by the company with letters of award and completion certificates in the last five (5) years, Only letters of award and in trim certificate of payment should be attached for projects that are ongoing.

 

i) List of managerial staff, key Technical Staff and Administrative staff of the company which should include names, CV’s and copies of certificate of each staff.

 

j) List of equipment owned or lease-hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company logo is an added advantage.

 

k) Interested Bidders are not expected to pay for Expression of interest for Pre-qualifications

 

 

3.       Submission of Pre-qualification/Expression of Interest Documents:

 

The documents should be addressed to:

The Institute Secretary. Institute for Agricultural Research, Ahmadu Bello University Zaria and to be deposited in the designated tender box at the office of the Institute Secretary. The receipt of pre-qualification documents will close on 20th August 2012. All pre-qualification documents will be opened at 1:30 p.m. in the IAR Conference Hall in the presence of Bidders or their representatives.

 

4.       Please Note:

 

i) Submission of Pre-qualification document to IAR/ABU, Zaria is neither a commitment nor an obligation to award any Contract to any Supplier/Contractor or Agent.

 

ii) Advertisement for Invitation for Expression of interest for Pre-qualification should not be construed as commitment on the part of IAR/ABU, Zaria or shall it entitle Supplier/Contractor to make any claims whatsoever or seek an indemnity from IAR/ABU, Zaria.

 

iii) Due diligence should be followed as all documents submitted would be verified. Past executed works and Supplier/Contractor offices may be visited.

 

iv) Any discrepancies found would summarily disqualify the contractor.

 

Signed

Institute Secretary

 

Bidding Document for the Procurement of Goods and Equipment at Economic and Financial Crimes Commission (EFCC)

Economic and Financial Crimes Commission (EFCC)

Federal Government of Nigeria

 

Bidding Document for the Procurement of Goods and Equipment

 

Invitation to Tender Addendum No. 1

9th July, 2012

 

1.         This invitation for Tenders follows the approval of 2012 Budget.

 

2.         The Federal Government of Nigeria has an appropriation for capital and recurrent items in the 2012 Budget of the Economic and Financial Crimes Commission, and intends to apply part of the money for the procurement of Goods and equipment.

 

3.         The Economic and Financial Crimes Commission now invites sealed Bids from eligible Bidders for the supply of Goods and Equipment listed below.

 

Lot Description Quantity Delivery Period

 

Bid Security

 

Location

 

1 Electric Power Backup

 

Lump sum

 

30 Days

 

At least 2% of the Bid price

 

EFCC

No 5 Fomella Street, Wuse 2, Abuja

 

2 Supply of Security Equipment

 

Lump sum

 

30 Days

 

At least 2% of the Bid price

 

EFCC

No 5 Fomella Street, Wuse 2, Abuja

 

3 Supply of assorted furniture

 

Lump Sum

 

21 Days At least 2% of the Bid price

 

EFCC

No 5 Fomella Street, Wuse 2, Abuja

 

4 Supply of Office Stationeries

 

Lump Sum

 

21 Days At least 2% of the Bid price

 

EFCC

No 5 Fomella Street, Wuse 2, Abuja

 

5 Supply of Laptops, IPAD, Blackberry Phones

 

Lump Sum

 

14 days At least 2% of the Bid price

 

EFCC

No 5 Fomella Street, Wuse 2, Abuja

 

 

Tender Requirements and Procedures

  • Certificate of Incorporation Registration of Company
  • Company Profile, including management structure and ownership
  • Evidence   of   Technical   Competence, covering the range of services
  • Audited Accounts for the last three years
  • Tax Certificates for the last three years
  • Copies of form CO2 & CO7
  • Evidence of registration and remittance of Value Added Tax (VAT)
  • Experience Track record of the firm
  • Evidence   of     Payment   of Training contribution to Industrial Training Fund ‘ITF’
  • Evidence of Similar projects executed over the last three years
  • Evidence of compliance with the relevant provisions of the Pension   Reform Act
  • 2004
  • Evidence of Financial Capability from Bank

 

4.         Bidding will be conducted through National Competitive Bidding Procedures and is open to all Bidders within Nigeria

5.         Interested eligible Bidders may obtain further information from the Economic and Financial Crimes Commission, No 5 Fomella Street, Wuse 2, Abuja and inspect the bidding documents at the address given below from 8:00 am – 3:00 pm Local time (Mondays – Fridays).

 

6.         A complete set of bidding documents in English Language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) in form of Bank Draft payable to the Economic and Financial Crimes Commission.

 

7.         Bids must be delivered to the address below on or before 11.00am on Monday 6th August 2012.

 

All Bids must be accompanied by a Bid Security of at least 2% of the bid amount. Late Bidding will be rejected. Tenders will be opened in the presence of Bidders’ representatives, who choose to attend, at 11.00am on Monday 6th August, 2012 at the Commissions Conference Room, Second Floor.

 

8.         Note

This cancels the earlier advert of May 28th June 11th. Contractors who were involved in the initial exercise of bid opening on June 11th 2012 are invited to pick new documents for free

 

Signed

The Director, Organizational Support

Economic and Financial Crimes Commission 5, Fomella Street, Wuse 2, Abuja.

Request for Expression of Interest for Operation and Maintenance of NIPP Power Stations at Niger Delta Power Holding Company Limited

Niger Delta Power Holding Company Limited

(National Integrated Power Project)

 

Request for Expression of Interest for Operation and Maintenance of NIPP Power Stations

 

Background

The Federal, States and Local Governments of Nigeria have invested in the construction of ten power stations as part of the National Integrated Power Project. The Niger Delta Power Noting Company Limited (NDPHC) is the special purpose vehicle established to own fee assets. The Board of Directors of NDPHC, acting on behalf of the owners, has approved the involvement of the private sector in the operation and eventual ownership of the power stations in order to ensure that they are managed in accordance with best international business practices.

 

To this end, NDPHC has engaged a transaction advisor to recommend and implement a sale/concession framework. NDPHC is also making Arrangements for the Operation and Maintenance of any of the ten power stations that become operational prior to the to the implementation of the sate/concession framework.

 

Therefore, NDPHC now invites experienced and competent companies to submit expressions of interest for the operator and maintenance (O&M) of the following power stations:

Lot A- Calabar 563 MW Power Station – 5 x GE Frame 9E Gas Turbines

Lot B- Egbema 338 MW Power Station – 3 x GE Frame 9E Gas Turbines

Lot C- lhovbor 451 MW Power Station – 4 x GE Frame 9E Gas Turbines

Lot D- Gbarain 225 MW Power Station – 2 x GE Frame 9E Gas Turbines

Lot E- Omoku 451 MW Power Station – 2 x GE Frame 9E Gas Turbines

Lot F- Alaoji 1,074 MW Power Station – 4 x GE Frame 9E Gas Turbines + 2x285MW Steam Turbine (Combined cycle)

Lot G- Omotosho 451 MW Power Station – 4 x GE Frame 9E Gas Turbines

Lot H- Geregu 434 MW Power Station – 3 x Siemens V94.2 Gas Turbines

 

Requirements:

Interested companies are required to submit the following as part of their Expression of interest:

  • Full name, incorporation details and country of domiciliation of the company
  • Corporate profile
  • Contact details (names, addresses, telephone numbers and email addresses) and identification and authorization of a Single point of contact
  • Full name and incorporation details of Nigerian affiliate and letter of association or consortium, partnership or joint venture agreement
  • Ownership structure
  • Organization structure
  • Names and profiles of directors and key executives of the company
  • Annual reports and audited accounts for last three years with evidence of financial strength to cover damages arising from their operation of the plants
  • Statement of relevant experience confirming successful commissioning, operation and maintenance of similar power stations. Four of these should be open cycle power stations with a minimum of 400MW capacity each in the last ten years.
  • Statement of preparedness and ability to mobilize immediately to the respective power plants supported by evidence of capacity to deploy requisite equipment and personnel.

 

All claims made in the Expression of Interest must be substantiated and Verifiable.

 

Instructions

Expressions of interest should be submitted stating Lot A, B, C, D, E, F, G or H of interest in hard copies (one original and two copies) and by e-mail to: – obikwelu@ndphc.net .

 

The hard copies should be submitted in a sealed envelope clearly marked on the top left hand corner -Expression of Interest for O&M of NIPP Power Stations – Lot A/B/C/D/E/F/G or H as applicable.

Only qualified companies will be invited to purchase the Request for Proposal with a non-refundable fee of N250, 000.00 (Two Hundred and Fifty Thousand Naira) per Lot only. The Expressions of Interest should be submitted on or before Monday 30th July 2012 by 12 noon to:

 

The Managing Director

Niger Delta Power Holding Company Limited

17 Nile Street, Maitama District,

Abuja, Federal Capital Territory

Nigeria

 

 

Additional Information

For further information contact NDPHC at above from 10:00 to 4:00 pm on Mondays through Fridays (except public holidays) or send an email enquiry to obikwelu@ndphc.net . NDPHC shall deal directly with only authorized officers of the companies and NOT agents.