Re-Invitation to Tender at Accident Investigation Bureau (AIB)

 

Accident Investigation Bureau (AIB)

P.M.B. 016, Murtala Mohammed International Airport, Ikeja, Lagos

 

Re-Invitation to Tender

 

  1. Introduction.

The Accident Investigation Bureau (AIB) expressed it’s intention to use part of its 2012 menially-Generated Revenue (GR) to fund the procurement of the under listed jobs in its Lagos and Abuja offices in The Federal Tenders Journal of Monday, March  19th Sunday April 1, 2012   Daily Trust Newspaper of March, 19th,  2012 and Thisday Newspapers of March 19th, 2012 but due to non- competitive bids response from contractors, the jobs are being re-advertised to ensure compliance to the Public Procurement Act 2007.

 

In line with the above, the Bureau wishes to re-invite qualified and experienced contractors to Tender for the jobs.  Contractors who applied earlier need not pay the Ten Thousand Naira (N10,000.00) Tender Fee again for the jobs they applied for before collecting the Tender documents.

 

 

LOT 1.        Equiping of Technical Library in Lagos.

LOT 2.        Procurement of accident Investigators-Go-Kits. LOT

LOT 3.        Furnishing of Directors offices.

 

 

B. Scope of Work.

The scope of work for the various jobs is as follows:

LOT. 1.       The provision of Library equipment for the Bureau’s Technical Library.

LOT 2.        Purchase and supply of durable accident investigators Go-Kits.

LOT 3.        Provision of furniture in the offices of 3 Directors of the Bureau in Abuja and Lagos.

 

 

The tenders document can be collected from the office of the Secretary of the Tenders Board on payment of Tenders fee of Ten thousand naira (N10,000. 00) only in bank draft from any bank made payable to Accident Investigation Bureau (AIB).

 

 

C. Eligibility/Requirements

Interested Contractors should submit the following documents:

 

  1. Evidence of registration and updated status with the Corporate Affairs Commission (CAC).
  2. Certified true copy of memorandum and articles of association with CO2 & CO7.
  3. Evidence of remittance of Withholding Tax for the last three (3) years /current Tax clearance certificates where applicable.
  4. Value added Tax Registration Certificates with PIN/Past three (3) years remittances.
  5. Company profile including the full address, E-mail and telephone numbers of the company and professional experience of key staff including their CV’s where applicable.
  6. Name and address of banker(s) including a letter of reference from the bank.
  7. Evidence of involvement/experience in similar jobs stating contract sum, copies of award letters, completion certificates, must be enclosed.
  8. Audited financial statements of the firm for the past three (3) years.
  9. An affidavit confirming the authenticity and genuineness of the documents submitted.
  10. Interested firms must show evidence of compliance with the Pensions Act-004.

 

D. Submission of Tender Documents.

Interested contractors shall submit their Technical and Financial Tenders on or before 27th of July, 2012 and the tenders/bids documents shall be opened by 12.noon on the same day. The submission shall be made in one soft copy in a flash drive and two hard copies sealed in an envelope with the lot number and with the name of the job the firm is intending to undertake clearly written on the envelope and addressed to:

The Secretary,

Tenders Board,

Accident Investigation Bureau, P.M.B. 016,

Murtala Mohammed Int ‘1 Airport, Ikeja, Lagos.

 

The sealed envelopes are to be dropped in the tenders box at the reception of the Bureau at its office at the Murtala Mohamed International Airport, Ikeja, Lagos.

 

E. Important Information.

1.       Accident Investigation Bureau (AIB) reserves the right to:

I        verify the authenticity of any claims made on the documents submitted by the companies.

ii        verify the company’s address/location.

2.       Failure to comply strictly with the instructions above and to provide any required documents may result in the disqualification of the company.

3 .      Original documents listed in item c above must be produced for sighting.

4.       Tender documents submitted after the closing date and time shall be rejected.

5.       Interested firms are to note that the Accident Investigation Bureau shall not be held liable for the expenses incurred by them on their submission and that the Bureau shall short list only firms whose submissions are considered to be responsive to the requirements of the Bureau

 

 

Signed:

Management

Invitation for Pre-qualification at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

 

Invitation for Pre-qualification

FMENVT/2012/PREQ-1

 

 

1.     Introduction:

The Federal Ministry of Environment as part of the Implementation of its 2012 Capital Budget intends to carry out the procurement of the following projects.

 

2. Scope: The scopes of the contracts vary for the various lots and are as follows:

 

Civil Works-

 

S/No Lot Number Project Description
1 PREQ-I-EC-1 Erosion Control in Oyo North Senatorial District, Oyo State
2 PREQ-I-EC-2

 

Ofat/Ochon Flood and Erosion Control, Cross River State
3 PREQ-I-EC-3

 

Erosion Control Work at Ifitedunu Down Stream Section Dunkofia LGA, Anambra State
4 PREQ-I-PC-1

 

Completion of Scrap Metal Recovering and Recycling Plant, Sokoto State.
5 PREQ-I-PC-2

 

Completion of Scrap Metal Recovering and Recycling Plant, Kaduna State. Phase IV Machinery, Tools, Civil Works and Technical Training, Kaduna Industrial Layout, Kaduna

 

Tender Requirements:

Interested companies are required to posses and submit the following as part of the submission of pre-qualification documents. Firms without any of I-XII need not apply.

(i)                Certificate of Registration with Corporate Affairs Commission (Limited liability only)

(ii)             Evidence of VAT Registration and Remittance.

(iii)           Company’s current Tax Clearance certificate for the last three (3) years.(State Tax Identification Number TIN)

(iv)           Evidence of Compliance (Registration and Remittance) with the provision of the Industrial Training Fund (ITF) Amendment Act 2011

(v)             Evidence of Compliance (Registration and Remittance) with the provision of the PENCOM Act 2004.

(vi)           Provide details of Company’s profile including the Curriculum Vitae of 5 most important professional staff and other resources

(vii)        Verifiable evidence of previous experience in the jobs of this magnitude/nature in the last five years. (Attach letters of Award and Certificates of Completion)

(viii)      List of Equipment Owned or Leased with identification numbers,

(ix)           Company Audited Account for the last 3 Years,

(x)             Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.

(xi)           Name/e-mail Address and phone number of contact person,

(xii)        A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.

 

Please provide ONLY coloured photocopy of the documents listed as  items i, ii and iii

 

 

Additional Information

(i)      Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.

(ii)     The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.

(iii)    The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only.

(iv)    All bids for must be accompanied with a 2% Bid Security from a Nigeria Commercial Bank.

 

 

Submission and Deadline:

The Submission is to consist of one original and two duplicate copies in the envelope marked “CONFIDENTIAL” on the Top left corner and written PREQUALIFICATION (Specify LOT) at the centre. The submission is to be addressed to:

The Secretary,

Ministerial Tenders Board

Federal Ministry of Environment, Abuja.

Telephone: 08094912628

E-mail: mtbfmenvt_abuja@yahoo.com

 

and Submitted at:

Room.Ol9, Ground Floor, Green Building,

Federal Ministry of Environment Plot 14 Aguiyi IronsI Street,

Maitama, Abuja.

 

 

Deadline for submission is 11.00 a.m. on 16th July, 2012 (late bids will be rejected) while the submissions received will be opened by 12.00 noon same day at:

Auditorium, Ground Floor, Green Building,

Federal Ministry of Environment

Plot 14 Aguiyi Ironsi Street,

Maitama, Abuja.

 

NOTE:

Only prequalified firms will be notified. Complete set of tender documents shall be issued to prequalified firms at a later date from Secretariat of MTB Federal Ministry of Environment, Room B301, Mabushi upon the payment of a non-refundable fee of N20,000.00 in bank draft issued in favour of Federal Ministry of Environment for each of the Lot. (Bids switching after purchase will not be allowed)

 

Signed:

Permanent Secretary

Invitation to Tender for Construction of Twin Lecture Theatre and Supply of Teaching and Research Equipments- 2012 Capital Projects at Modibbo Adama University of Technology Yola, (formerly, Federal University of Technology, Yola)

Modibbo Adama University of Technology, Yola

 

Invitation to Tender for Construction of Twin Lecture Theatre and Supply of Teaching and Research Equipments- 2012 Capital Projects

 

 

The Modibbo Adama University of Technology Yola, (formerly, Federal University of Technology, Yola) wishes to invite interested Companies/Contractors to tender the under listed capital projects for the University:

 

LOT I:         Construction of twin Lecture Theatres and Studios.

LOT II:       Construction/Rehabilitation of Roads within the Campus.

LOT III:      Supply of Teaching & Research Equipments for:

  1. Department of Building
  2. Department of Technology Education

 

Technical Bid Documents to Be Submitted Along With Financial Bids:

Interested   Companies/Contractors   are   expected to   forward   the   following documents along with the technical and financial bid documents:

  1. Certificate of the Company’s incorporation in Nigeria as a Limited Liability Company,
  2. Tax Clearance Certificate for the past 3 years issued by a Board of Internal Revenue Service of any State of the Federation and Abuja or the Federal Inland Revenue Services (FIRS),
  3. Evidence of VAT Registration,
  4. Evidence of compliance with section 16(6) (d) of the Public Procurement Act 2007
  5. List of similar projects executed in the last three years with certificates of completion of such projects from employers,
  6. Evidence of financial capability to execute the job to be tendered for and supported with latest audited account,
  7. List of key personnel to  be assigned to the project with professional qualifications,
  8. List of relevant equipments at the disposal of the company to be deployed for the work and their locations.

 

 

 

Tender Fees

Interested Companies/Contractors are required to pay a non refundable tender fees of the sum of Sixty thousand naira only (N60, 000.00)

 

 

Collection of Tender Documents

Tender documents containing the details of works can be obtained from the Office of the Director, Physical Planning Unit Room J1, Old Admin Block of the University on presentation of evidence of payment of the prescribed tender fee.

 

 

Submission of tender Documents

All technical and financial bid documents are to be sealed in a single envelope, to be clearly marked for the Lot(s) tendered as the case may be before submission.

Example: “Tender for Lot I: Construction of twin Lecture Theatres and Studios”.

 

The envelope containing the tender documents shall be submitted to the Office of the Registrar at the New Admin Building of the University, not later than 12.00 noon of Monday 6th August. 2012. Late submission shall not be accepted.

 

 

Opening of Tenders

All tenders shall be publicly opened on Tuesday  7th August. 2012. in the New Council Chamber of the University. All Companies/Contractors are required to attend or send their representatives.

 

Signed

Alh. Abubakar Babajo

Ag. Registrar

Construction of National Youth Development Centres in various locations in some selected States of the Federation at Federal Ministry of Youth Development

Federal Ministry of Youth Development

Invitation to Tender

 

Introduction:

The Federal Government of Nigeria through the Federal Ministry of Youth Development is desirous of constructing Youth Development Centres in various locations in some selected States of the Federation, therefore, interested contractors are hereby invited to tender for the various projects as detailed in the scope of work below:

 

Scope of Work

The scope of work to be carried out consists of the following:

  1. Construction of National Youth Development Centre, Gashua L.G.A. Yobe State

Lot la          –        Site Clearing. Fence. Gate. Gate House and Generator House

Lot 1b         –       External Mechanical Installations

Lot 1d         –        Administrative Block

Lot 1f          –         Classroom/ICT Block

 

 

2. Construction of National Youth Development Centre, Azare, Katagum L.G.A. Bauchi State

Lot 2a         –        Site Clearing, Fence. Gate, Gate House and Generator House

Lot 2b         –        External Mechanical Installations

Lot 2d         –        Administrative Block

Lot 2f                    –        Classroom ICT Block

 

3. Construction of National Youth Development Centre, Ilorin West L.G.A. Kwara State

Lot 3a         –        Site Clearing, Fence, Gate. Gate House and Generator House

Lot 3b        –             External Mechanical Installations

Lot 3d         –         Administrative Block

Lot 3f          –        Classroom/ICT Block

 

 

4. Construction of National Youth Development Centre, Okpokwu L.G.A. Benue State

Lot4a          –        Site Clearing, Fence, Gate, Gate House and Generator House

Lot 4b         –        External Mechanical Installations

Lot 4c         –        External Electrical Installations

Lot 4d         –        Administrative Block

Lot4c          –        Multi-Purpose Hall

Lot 4f                   –       Classroom and ICT Block

Lot 4g         –        Clinic Block

Lot 4h         –        Male Hostel

Lot 4i          –        Female Hostel

 

 

5.     Construction of National Youth Development Centre, Udi L.C.A. Enugu State

Lot 5a         –        Site Clearing, Fence. Gate, Gate House and Generator House

Lot 5b         –        External Mechanical Installations

Lot 5c         –        External Electrical Installations

Lot 5d         –       Administrative Block

Lot 5e         –        Multi-Purpose Hall

Lot 5f          –        Classroom and ICT Block

Lot 5g         –        Clinic Block

Lot 5h         –       Male Hostel

Lot 5i          –        Female Hostel

 

 

6.     Construction of National Youth Development Centre, Ogriagbene Town, Bomadi, Delta State

Lot 6a         –        Site Clearing, Fence, Gate, Gate House and Generator House

Lot 6b        –          External Mechanical Installations

Lot 6c         –        External Electrical Installations

Lot 6d         –        Administrative Block

Lot 6f          –        Classroom and ICT Block

 

 

7.     Construction of Iron Pot Production Cottage Industry in Eket LGA, Akwa Ibom State

Lot 7k         –       Iron Pot Production Cottage Industry

 

 

8.       Construction of National Youth Development Centre Abonnema, Akuku-Toru Rivers State

Lot 8a         –        Site Clearing, Fence, Gate, Gate House and Generator House

Lot 8b        –          External Mechanical Installations

 

 

9.       Construction of National Youth Development Centre, Alimosho LGA. Lagos State

Lot 9a         –        Site Clearing, Fence. Gate, Gate House and Generator House

Lot 9b         –       External Mechanical Installations

Lot 9e         –        External Electrical Installations

Lot 9d         –        Administrative Block

Lot 9e         –        Multi-Purpose Hall

I.ot9f                    –        Classroom and ICT Block

Lot 9g         –        Clinic Block

Lot 9h         –        Male Hostel

Lot 9i          –        Female Hostel

Lot 9j          –        2 No. Semi detached bungalows

 

 

10.     Construction of Skill Acquisition Centre, Obnt Akara, Ikot Ekpene, Akwa Ibom State

Lot l0a        –        Site Clearing, fence. Gate, Gate House and Generator House

 

 

11.     Construction of Skill Acquisition Centre, Kssien Udim. Ikot Ekpene, Akwa Ibom State

Lot 11a       –        Site Clearing, Fence, Gate, Gate House and Generator House

 

 

12.     Construction of Multi Purpose Hall at Nsit, Atai, Akwu Ibom State

Lot 12e       –        Multi-Purpose Hall

 

 

13.     Construction of National Youth Development Centre, Damaturu LGA, Yobe State

Lot 13a       –       Site Clearing, Fence, Gate, Gate House and Generator House Lot 13b      –          External Mechanical Installations

Lot 13d       –        Administrative Block

Lot 13f        –        Classroom and ICT Block

 

 

14.     Construction of National Youth Development Centre. Aboh Mbaise L.G.A. Imo State

Lot 14a       –        Site Clearing. Fence, Gate, Gate House and Generator House

Lot I4b        –        External Mechanical Installations

Lot 14e       –        External Electrical Installations

Lot 14d       –        Administrative Block

Lot I4e        –        Multi-Purpose Hall

Lot 14f        –        Classroom and ICT Block

Lot 14g       –        Clinic Block

Lot 14h       –        Male Hostel

Lot 14i        –        Female Hostel

Lot 14j        –        2 No. Semi detached bungalows

 

15.     Construction of National Youth Development Centre, Ikun Ekiti, Moba L.G.A. Ekiti State

 

Lot I5a        –        Site Clearing, Fence, Gate, Gate House and Generator House

 

16.     Construction of National Youth Development Centre, Sabon-Gari Federal Constituency, Zaria, Kaduna State

Lot 16a       –        Site Clearing, Fence, Gate, Gate House and Generator House

Lot 16b       –        External Mechanical Installations

Lot 16c       –        External Electrical Installations

Lot 16d       –        Administrative Block

Lot 16f        –        Classroom and ICT Block

 

 

Qualification to Tender

Interested and competent contractors should submit the following qualification documents along with their tenders in a separate envelope marked as qualification document properly addressed and enclosed in a large envelope together with the tender.

  1. Evidence of Registration with Corporate Affairs Commission, including Memorandum and Articles of Association; forms CO2 and CO7 where applicable;
  2. Evidence of similar contracts executed in the last five (5) years;
  3. Evidence of financial capability and Bank’s support (this shall include certified Bank Statement of Account, Bank reference letter with commitment);
  4. Company Profile indicating details of key Staff with their CVs;
  5. The Company’s Annual audited accounts for the last three (3) years ( 2009 – 2011);
  6. Tax Clearance Certificate for the last three (3) years, to be valid up to December 31st , 2011;
  7. VAT registration Certificate and TIN;
  8. Evidence of registration with National Pension Commission and remittance of employees’ contribution/deductions to the Pension Funds Administrators;
  9. Evidence of payment of non refundable tender fee of N20,OOQ in bank draft for each project Lot, in favour of Federal Ministry’ of Youth Development and thereafter presented to Cash Office for Receipt;
  10. Any additional information that may enhance the chances of the Company/Contractor compliance to the above requirements, in addition to the degree of responsiveness to the Bidding Document will form the major Evaluation criteria to be considered/applied for selection of the successful contractors.

 

 

Collection & Submission of Tender

Tender documents with detailed specifications are to be collected from Office of the Director (PMI) upon presentation of evidence of payment of non-refundable Tender Fee of N20 000 only (by Bank draft payable to FEDERAL MINISTRY OF YOUTH DEVELOPMENT) Completed Tender documents should be submitted in sealed envelope marked at the right hand corner” Tender for………(indicate the specific project and Lot No. of intent)” addressed to: The Secretary,

Ministerial Tenders Board, Federal Ministry of Youth Development, Room 521, 5th floor, Block E, Federal Secretariat Phase II, Bullet House, Shehu Shagari Way, Abuja with the qualification documents both enclosed in a large envelope indicating the specific project and Lot No., and deposit same in the Tender Box at the Secretary’s office on or before 6th August, 2012

 

Opening of Tender

The tenders will be opened at 12:30 pm on the closing date, Monday 30th July, 2012, at the Permanent Secretary’s Conference Room, 2nd Floor, Block D.   Representatives of the Tenderers, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Bid Opening.

 

PLEASE NOTE

a.       Late submission will be rejected:

b.       False claims and failure to comply with the instructions above or to provide the listed documents, may automatically lead to disqualification; c.

c.       Nothing in this advertisement shall be construed to be a commitment on the part of Federal Ministry of Youth Development to undertake the project, reply any company not found suitable or entitled to make any claim(s) whatsoever in respect of any expenses incurred in preparing a tender response.

 

For any further enquiry, contact the Office of the Secretary to the Ministerial Tenders Board.

 

Signed:

BABA UMAR FARUK, mfr, oon

Permanent Secretary

Project Execution at Nigeria Export Processing Zones Authority

Nigeria Export Processing Zones Authority

No 2 Zambezi Crescent, Cadastral Zone A6,

Behind Merit House Maitama, Abuja

 

Invitation to Tender

 

1.0    Introduction

The Nigeria Export Processing Zones Authority invites interested Companies to tender for the underlisted contracts.

 

2.0     Project and Scope of Work

Below are the project slated for execution in the year 2012.

 

2.1     Kano Free Trade Zone

Lot 1 The Extension of Low Voltage Electricity Recticulation Along Roads: G, F, Part of L, D, 7 and Road J within Phase I & II at KFTZ.

 

Lot 2 The Running and Maintenance of 2Nos. 500KVA Generating Set at KFTZ (1 Year).

 

3.0     Calabar Free Trade Zone

Lot 3 The Refurbishment of Second Circuit 33/11 KV, 7.5MVA Transformer and      33 KV Gantry at CFTZ Switch Yard.

 

4.0     Tender Criteria:

Each tender should include the following:

1.       Company Profile which will include the following:

a.       Evidence of Registration with Corporate Affairs Commission (C.A.C);

b.       Company Audited Account for the last three (3) years/Bank Statement (2009, 2010 and 2011);

c.       VAT, Registration Certificate and Evidence of Past Remittances;

d.       Evidence of Technical Capacity and Experience in similar project activities; e.   Evidence of Current Tax Clearance Certificate for the last three (3) years:

(2009, 2010 and 2011);

f.       Evidence of Compliance with the Pension Act (2004);

g.       Equipment and Technology Capacity;

h.       Ability to provide Bid Security;

i.        Annual Turnover;

j.        Experience/Technical qualification of key personnel staff;

k.       Verifiable list of similar and other jobs successfully executed and the total         monetary value of the jobs;

l.        Details of work at hand and clients who may be contacted for further       information on those contracts;

m.      Any other relevant information deemed necessary can be included such as Telephone, Fax and E-mail address of company’s representatives.

 

5.0     Please Note:

i.        Tender must be submitted separately for each Lot specified above and     should be indicated as such.

 

ii.      Interested companies will be required to pay a non-refundable tender fee of N20,000.00 (Twenty Thousand Naira only) in bank draft to obtain full tender documents for any of the advertised Lot.

 

iii.      The Nigeria Export Processing Zones Authority reserves the right to verify any claim by the companies. Companies shall therefore include necessary authority and guarantee for such verification.

 

iv.     The Notice of Invitation to Tender shall not be construed as a commitment on the part of the Nigeria Export Processing Zones Authority nor shall it entitle any Company to make claims whatsoever or seek any indemnity from the Authority.

 

6.0     Submission of Tender Documents

The Tender Documents should be neatly packaged in a sealed envelope and marked at the top left corner “Confidential Tender Documents” with the Lot No. stated and addressed to:

 

“The Managing Director,

Nigeria Export Processing Zones Authority,

No. 2 Zambezi Crescent, Cadastral Zone A6,

Behind Merit House, Maitama, Abuja.”

 

7.0     Date of Submission

The closing date for the submission is 9th July 2012 by 12:00 noon prompt and the Tenders will be opened on Monday 9th July 2012 at Ndanusa Hall, NEPZA Head Office, Abuja.

 

Singed

Management

Nigeria Export Processing Zones Authority

(NEPZA)