Advertisement for Prequalification of Contractors and Consultants at Nigerian Press Council

Nigerian Press Council
No 26, Bissau Street, Wuse Zone 6, PMB 377 Garki Abuja

Advertisement for Prequalification of Contractors and Consultants

The Nigerian Press Council in its desire to commence the implementation of the year 2012 capital projects hereby invites interested and eligible Contractors and Consultants to apply for prequalification for the following projects:
1. Digitization of Archival Registry in Abuja and Lagos.
2. E-Library and Repositioning of Existing Libraries in Abuja and Lagos.

Requirements for the Above Projects
• Evidence of Registration with Corporate Affairs Commission (CAC)
• Evidence of tax clearance certificate for the past three years.
• Value Added Tax (VAT) registration certificate and evidence of past remittances.
• Registration with NITDA.
• Evidence of Registration with PENCOM and remittances of employee’s contribution to the PFA’s.
• Company profile indicating key personnel with years of experience.
• Evidence of Registration with Nigerian Library Council (NLC).
• Evidence of similar work successfully carried out and completed within the last five (5) years.
• Company Audited Accounts for the last three (3) years.
• Evidence from the Company’s Bankers as to its financial capacity/bank support to undertake the assignment, if awarded.

Submission of Pre-qualification Documents
The completed pre-qualification documents must be forwarded in sealed envelopes marked on top left corner; “Pre-qualification” indicating “Contractor” and “Consultant” and addressed to:

The Executive Secretary,
Nigerian Press Council,
26 Bissau Street,
Wuse zone 6 Abuja.

Pre-qualification documents in duplicates should be submitted on or before 6th August 2012.

Please note that only pre-qualified contractors and consultants will be contacted for tender.

Signed
Executive Secretary

Invitation to Tender for 2012 Capital Projects at National Park Service

National Park Service
Umaru Musa Yar’adua Expressway,
P. M. B. 0258, Garki, Abuja

Invitation to Tender for 2012 Capital Projects

The National Park Service invites competent and experienced contractors to tender for the execution of the following projects under the 2012 Appropriation Act.

S/N Projects Lot No.

Park Headquarters

1 Upgrading of museum /recreational facilities
NPH Lot 1
2 Provision of water for wildlife and tourists in Zugurma Sector
NPH Lot 2
3 Rehabilitation and equipping of Hq Office
NPH Lot 3
Kainji Lake National Park

4 Rehabilitation of Ibbi Tourist Facilities and provision of water for wildlife and tourists
KLNP Lot 1

Old Oyo National Park

5 Furnishing of multi -purpose hall/construction and furnishing of bar and restaurant
OONP Lot 1
Chad Basin National Park

6 Construction of rangers barracks and provision of water
CBNP Lot 1
7 Rehabilitation and stone pitching of 3 existing earth dams to supply water for wild animals
CBNP Lot2
8 Re-grading of range tracks and purchase of maintenance equipment
CBNP Lot 3
9 Drilling of boreholes and laying of pipes to tourist site
CBNP Lot 4
Gashaka Gumti National Park

10 Perimeter fencing of Bodel Head Office
GGNP Lot 1
11 Reconstruction of 15km Bodel -Mayokam Road
GGNP Lot 2
12 Re-grading of range tracks and purchase of maintenance equipment GGNP Lot 3
Cross River National Park

13 Construction and furnishing of students hostel
CRNP Lot 1
14 Upgrading and laying of asphalt on Erokut 7.5km Road
CRNP Lot 2
Kamuku National Park

15 Rehabilitation of 4 existing earth dams and laying of pipes to 2 watering; points KNP Lot 1

Interested contractors are required to provide the following:
i) Evidence of Registration with the Corporate Affairs Commission
ii) Comprehensive company profile
iii) Evidence of financial capability to handle work (bank reference)
iv) Details of verifiable record of competence
v) Tax Clearance Certificate for the last 3 years
vi) Certificate of Value Added Tax (VAT)
vii) Evidence of compliance with Pension Act 2004
viii) Any additional information that may enhance the chance of the company

Eligible bidders may obtain further information from the National Park Headquarters, Airport Expressway, Abuja. Bidding documents for the projects may be purchased by interested bidders upon payment of a non-refundable fee of N10,000.00 in cash or bank draft payable to the National in cash or bank draft payable to the National Park Service.

All tender documents are to be submitted in sealed envelopes, with the Park and Lot No. clearly written at the top left hand corner and addressed to: The Conservator-General, National Park Service, Nnamdi Azikiwe Airport Expressway, Abuja.

Bids must be delivered to the address above on or before Monday 16th July, 2012 by 12.00 noon. The bids will be opened by 12 noon same day in the Conference Room of the National Park Headquarters, Airport Expressway Abuja. Late bids will not be accepted.

Signed
Secretary, Procurement Planning Committee

Invitation for Pre-Qualification to Tender for the 2012 Capital Appropriated Projects at National Centre for Energy Research and Development

Energy Commission of Nigeria
National Centre for Energy Research and Development
University of Nsukka

Invitation for Pre-Qualification to Tender for the 2012 Capital Appropriated Projects

Introduction
The National Centre for Energy Research and Development hereby invites interested and credible companies with verifiable track record of performance to apply for pre-qualification for the various projects of the Centre for the 2012 fiscal year.

Scope
The scope of work includes:
Lot 1 Acquisition of Research Equipment for PV & Solar Thermal (NCERD, Nsukka).
Lot 2 Procurement of Biomass Research Equipment (NCERD, Nsukka).
Lot 3 Procurement of Laboratory Equipment for Production of Biofuel (Biogas, Biodiesel and Bioethanol) Plant Components.
Lot 4 Establishment of Energy Reference Library. Books, Journals and specialized software, Nsukka; To Achieve Effective Promotion and Coordination of Renewable Energy Research and Development Activity.
Lot 5 Completion of Access Road and Landscaping of Centre Ground (NCERD, Nsukka).

Pre-Qualification Criteria
Interested companies should submit their detailed pre-qualification documents for assessment containing the underlistcd documents:
i. Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).
ii. Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).
iii. Evidence of Current tax Clearance Certificate i.e. (2009, 2010 and 2011).
iv. Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS).
v. Company profile with list of staff, including curriculum vitae, competence, qualifications, registration with relevant professional bodied and experience of key personnel.
vi. Evidence of previous similar projects undertaken in the past five (5) year including scope of project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation & certificate).
vii. Evidence of possession of plants and equipment and a listing of such plants as possessed/owned by the firm. State location of the plants and equipment for ease of verification.
viii. Evidence of Current Audited Accounts of Firm for the last three (3) years i.e. (2009,2010 and 2011).
ix. Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the Center to verify same from the bank.
x. Sworn affidavit that:
(a) The Firm is not bankrupt;
(b) Non of the Directors is an Ex-convict or bankrupt.
xi. Articulate work plan and methodology for the execution of the project.
xii. Evidence of Employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator.
xiii. Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.
xiv. Evidence of transferring all pension funds and assets prior to the commencement of the pension Reform Act licensed pension operators.
xv. Please state clearly your company’s full contact address. GSM Phone number and e-mail address for ease of communication.

Submission
Pre-qualification documents must be in a scaled envelop marked “Confidential Pre-Qualification for NCERD 2012 Capital Projects” and the Lot of interest clearly printed at the top left corner of the envelop to be submitted on or before 16th July 2012. The document will be opened on the 17th July 2012 by 2.00pm prompt in the Centre Conference Hall. All companies that submit their pre-qualification documents are therefore invited to attend the opening of the document on the date, time and venue stated above.

Address to:
The Ag Director
National Centre for Energy Research and Development
University of Nigeria – Nsukka

Note: The submission of the pre-qualification documents is not a guarantee for the award of contract. Only pre-qualified companies shall be invited to pick the Bid document.

Signed:
Acting Director
National Centre for Energy R& D
University of Nigeria
Nsukka

Invitation to Tender for the Construction and Supply of 2 Nos. 2 Tonnes Tow Trucks at Nigerian Ports Authority

Nigerian Ports Authority
Public Notice No 3801
Invitation to Tender for the Construction and Supply of 2 Nos. 2 Tonnes Tow Trucks

1.0 Introduction:
The Nigerian Ports Authority (NPA) hereby invites interested and competent contractors with relevant experience in construction and supply of Tow trucks to tender for the construction and supply of 2 nos. 20 Tonnes Tow trucks for the Authority.

2.0 Brief Description of Scope of Works:
The scope of works includes but not limited to construction and supply of 2 nos. Tow trucks with 20 tonnes leverage capacity each for the Safety, Fire & Occupational Health Department, NPA.

3.0 Technical Tender Requirements
Interested Companies are required to submit the following documents in specific chapters, paginated and separated by dividers, in the same order as set out here under; I. Evidence of registration with Corporate Affairs Commission (CAC). Copies of
Certificate of Incorporation and Articles of Association should also be submitted.
II. Evidence of compliance with the Pension Reform Act 2004.
III. Evidence of audited accounts for the past three (3) years. (2009 – 2011).
Bidders with less than 150million annual turnover and appropriate tax payments need not apply.
IV. Evidence of Tax Clearance Certificate for the past three (3) years. (2009 – 2011)
V. Evidence of VAT registration and past VAT remittances.
VI Company profile to include names, qualifications, experiences of key Personnel.
VII. Technical expertise / resume of key personnel to be involved in the project execution.
VIII. Details of relevant verifiable experience of similar past projects. At least five (5) projects of similar nature and complexity executed within the last five (5) years.

Please attach copies of transaction documents including project completion, interim and final payment Certificates
IX. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.
X. Proof of available resources, warehouse, equipment, facilities, spares etc.

All relevant information concerning physical addresses, Telephone numbers, fax, e-mail address of the Company and its Representatives.

4. Collection of Bid Documents:
Standard Bid Documents for the project should be collected from the office of the General Manager (Procurement), 2nd Floor, NPA, HQ, 26/28 Marina, Lagos on evidence of payment of a non-refundable fee of N10,000.00 (Ten thousand naira only). A 2% bid bond should accompany all tenders above the sum of N50m and should be attached to the financial proposal.

5. Submission of Tender Document:
Three (3) copies of Technical and Financial proposals must each be SEPARATELY submitted in sealed envelopes clearly identified as Technical or Financial Tender and put together in a bigger SINGLE envelope which should be marked “TENDER FOR THE CONSTRUCTION AND SUPPLY OF 2NOS. 20TONNES TOW TRUCKS” and addressed to Secretary, Tenders Board, Nigerian Ports Authority, and dropped in the designated Tender Box on the 2nd Floor of Nigerian Ports Authority Headquarters, 26/28 Marina, Lagos. The submission of tenders closes at 10.00am on 7th August, 2012. All tenders will be opened at 11.00am, 7th August, 2012, at the Conference Room of Nigerian Ports Authority (Annex), No. 1, Joseph Street, Off Marina, Lagos.

For further enquiries, please contact General Manager (Procurement) or send e-mail info@nigerianports.org

Please note:
Response(s) to this invitation does not place any obligation on the Authority to consider any responding company for;
1. Award of Contract
2. Information of any resultant action

All costs incurred as a result of this tender invitation and any subsequent requests for information shall be borne by the bidding companies. While late submission will not be entertained and only short-listed companies will be contacted.

Signed
Management

Execution of Projects at Projects Development Institute (PRODA), Enugu

Projects Development Institute (PRODA), Enugu
(Federal Ministry of Science and Technology)

PRODA Road, P.M. B. 10609, Emene Industrial Layout, Off Enugu/Abakallkl Expressway. Enugu

Invitation to Tender

1. Introduction:
Projects Development Institute (PRODA) Enugu, a parastatal under the Federal Ministry of Science and Technology is desirous of carrying out some of its capital projects under 2012 Budget. To this end, interested and reputable contractors with relevant experience are invited to tender for the projects as indicated below:-

2. Project Description/ Scope of Work
The projects, which are mainly the construction of Agro-Processing centres to be equipped by Projects Development Institute (PRODA) with Agro-Processing Machines fabricated by the Institute are located in various geo¬political zones of the country and have been divided into different Lots as follows:-

Retooling/Replacement of PRODA Obsolete Machines
LOTA Supply and Installation of Office Furniture
LOT B Construction of Security Beat (Observation towers)
LOT C Furnishing of the Coal House
LOT D Supply of Laboratory Chemicals, Glassware and Sundry tools and cylinders and Accessories.

PRODA Agro-Processing Projects
LOT E Construction of PRODA Agro-Processing Projects (Civil Works, Building) Located at Oyo South West Nigeria
LOT F Construction of PRODA Agro-Processing Projects (Civil Works.,
Building) Located at Oyo South West Nigeria
LOT G Construction of PRODA Agro-Processing Projects (Civil Works.,
Building) Located at Ogun State, South West Nigeria
LOT H Construction of PRODA Agro-Processing Projects (Civil Works, Building) Located at Ogun State, South West Nigeria
LOT I Construction of PRODA Agro-Processing Projects (Civil Works, Building) Located at Ogun State, South West Nigeria
LOT J Construction of PRODA Agro-Processing Projects (Civil Works., Building) Located at Ogun State, South West Nigeria
LOT K Construction of PRODA Agro-Processing Projects (Civil Works., Building) Located at Ogun State, South West Nigeria

Construction of 4 No Agro-Processing Projects (Civil Works., Building) Located at Udi/Ezeagu Federal Constituency Enugu State South East Nigeria. Each to be sited at:
LOTL (1) Umana Ndiagu
LOT M (2) Umumna Ndiagu Ezeagu L.G.A
LOT N (3) ObunofiaNdiagu and
LOT O (4) UdiTown –Udi L.G.A.
LOT P Construction of Agro-Processing Projects (Civil Works., Building) for Rice Milling Machine Located in Kudan Maikarfl Kaduna State North West Nigeria.

3. Tendering Requirements
Intended Tenders are to submit the following documents for verification
(i) Evidence of Company Registration with the Cooperate affairs Commission (CAC) (ii) Evidence of Payment of Company’s Tax Clearance Certificate for the past (3)
Years
(iii) Company’s Tax Payer Identification Number
(iv) Evidence of VAT Registration Remittances (2009-2011)
(v) Bank Reference from reputable bank as evidence of financial capability
(vi) Evidence of Payment of non-refundable fee for collection of bid.
(vii) Verifiable list of previous similar works successfully carried out within the last three (3) Years with names of clients, evidence of award and practical completion.

(viii) Audited account for the past 3 years (2009-2011)
(ix) List of Curriculum Vitae of key professionals registration with relevant and professional regulatory bodies, to be attached to the project stating their roles designation, qualification and experience, enclose photocopies of professional certificates where applicable.
(x) Evidence of compliance with the provision of the Pension Reforms Act, 2007

Collection of Tender Documents
Tender documents will be available at the office of the Director (A & F) from (2days from date of publication) 25th June, 2012 and can be obtained upon submission of copy of receipt of payment of tender fee of N10,000.00 cash at the Institute’s Revenue Office, Headquarters Emene- Enugu.

Submission of Tender Documents
The Technical and Financial Documents should each be separately sealed and labeled (‘Technical” & Financial Bid”) as appropriate. The two (2) envelopes be put in a larger envelope that should also be sealed and labeled at the top left corner “Tender for Lot—–“with the name and Phone number of the tendering company clearly stated at the back of the envelope and addressed to

The Director (Admin & Finance)
Projects Development Institute (PRODA)
PRODA Headquarters Emene Industrial Layout,
Emene-Enugu.

All tenders should be dropped in the Tender Box in the Due Process Works., | Office at the PRODA Headquarters from 9:00am – 4:00pm, Mondays- Fridays. Submission of tenders ends by 12noon 24th July, 2012.

Opening of Tender
Tenders will be opened immediately after bid submission date as stated above by 2:00pm on 24th July 2012 at PRODA Headquarters Emene-Enugu.

Important Note:
Please Note that:
i. PRODA is under no obligation whatsoever to select contractors from submissions received if none meets the requirements for the project;
ii. Only Companies/Firms that meet the above stated requirements would be contacted;
iii. Failure to comply with the above – stated instructions will automatically disqualify the tenderer.
iv. Late submission shall not be accepted.
v. PRODA is not bound to select the lowest bidder other criteria should be considered
vi. The advertisement shall not be construed as a commitment on the part of PRODA nor shall it entitle responding companies to seek any indemnity from PRODA by virtue of such companies having responded to the advertisement.
vii. No contractor is allowed to bid for more than 2 Lots, any bidder who exceeds 2 Lots will be disqualified automatically.

Signed
Mrs. P.O Chijioke
For: Director-General/CEO