Pre-qualification to Tender for Year 2012 Approved Projects at Citizenship and Leadership Training Centre

Citizenship and Leadership Training Centre

10, Oke Agbe Street, Garki, Abuja.

 

Invitation for Pre-Qualification

 

A.     Introduction.

In compliance with the Procurement Act, 2007 for the Certification of procedure for procurement of goods and services in Federal Government establishments, the Citizenship and Leadership Training Centre, Abuja wishes to pre-qualify interested and competent contractors who wish to tender for approved projects in its year 2012 Capital Budget.

 

B.    Scope of Work.

                   Lot A.      Purchase of Teaching/Learning Aids Equipment

                   Lot B.      Rehabilitation/Repairs of Buildings

 

C.    Pre-qualification Criteria.

To qualify for consideration, interested companies are required to submit pre-qualification documents as follows:

1.     Copy of certificate of Incorporation or Registration of company

2.     Company Current Tax Clearance Certificate

3.     Company VAT Registration Certificate

4.     Evidence of similar jobs successfully executed

5.     Company Profile

6.     Evidence of financial capability.

7.     Evidence of compliance with Pension Act 2004

 

D.    Submission of Pre-Qualification Documents.

A copy of pre- qualification documents should be appropriately prepared and submitted in sealed  envelope  and  marked  at  the  top  left  corner  ‘PRE- QUALIFICATION (PROJECTS) OF INTEREST MUST BE SPECIFIED AND ADDRESSED TO’

 

The Ag . Director General,

Citizenship and Leadership Training Centre,

10.Oke Agbe Street,

Garki II, P.M.B.345,

Garki Abuja.

 

The documents must be submitted on or before 4th July 2012 by 12: 00 noon while documents will be opened in the Director General’s Conference Room.

 

Ag. Director General

Citizenship and Leadership Training Centre.

Abuja.

 

Invitation for Pre-Qualification to Tender for TETFUND Special Intervention Projects at University of Maiduguri

University of Maiduguri

(Office of the Registrar)

 

Invitation for Pre-Qualification to Tender for TETFUND Special Intervention Projects

 

The University of Maiduguri is hereby inviting interested competent contractors to bid in the pre-tender qualification exercise for its TETFUND Special Intervention Projects as follows:

 

Lot No. Project Scope
Lot 1 Construction of Urology & Renal Transplant Research Centre Works entail construction of a classical laboratory complex with facilities such as lecture halls, offices, and support functions. The 2 -storey structure will require high construction skills to achieve.
Lot 2 Procurement and installation of various Urology and Renal Transplant Laboratory/Research Equipment Involves procurement, installation and where necessary with accompanying post delivery maintenance of state of art/modern medical laboratory equipment

 

2)      Pre-Qualification Requirements:

Interested competent contractors are invited to submit the following pre-qualification documents:

i)       Evidence of Registration with Corporate Affairs Commission

ii)      Evidence of Registration with the University and the FMW in relevant categories

iii)     Tax Clearance Certificate for the last three (3) years.

iv)     Articles and Memorandum of Association

v)      Evidence of Financial Capability

vi)     Audited Account of the bidder for the last three years

vii)    List of Plants and Equipment as may be applicable, with evidences of      possession

viii)  Verifiable list of similar and other jobs successfully executed with their

locations, including copies of letters of award and completion certificates.

ix)     List of names of key personnel officers to be involved in the project, slating  their qualification and professional registration(s) where applicable (enclose photocopies of credentials).

 

Original of documents i-vi above must be produced for sighting during the opening session.

 

3)      Submission

The pre-qualification documents are to be in sealed envelopes clearly marked TETFUND Special Intervention Project (Pre-Qualification Bids) Lot No…and to be submitted to the Office of the Registrar, P.M.B. 1069, University of Maiduguri on or before 26th June 2012. All bids will be opened on or before 26th June 2012 by 2:00 p.m. period in the University’s Council/Senate Chamber in the presence of the bidders or their representatives.

 

4)      Collection of Full Tender Bids

Only pre-qualified bidders shall collect detailed specifications and blank tender bills from the Works, Physical Planning and Development Department upon the

payment of appropriate non-refundable processing fee of the pre-qualified lot.

 

Note:

Full tender procedures will be applied to pro-qualified bids

 

The University is not bound to accept bids sent by courier or post.

 

Addendum

Note: This advert was first published in the Leadership and People’s Daily of Monday 28th May, 2012 but was inadvertently left out by the Federal Tenders Journal. The new opening date is now Wednesday 13th June, 2012.

 

Signed:

Editor, Federal Tenders Journal

Babagana M. AJI

Registrar

 

Invitation to Tender for the Execution of Various Works,Goods and Services at National Institute for Pharmaceutical Research and Development (NIPRD), Abuja,

National Institute for Pharmaceutical Research and Development (NIPRD), IDU Abuja

 

Public Notice

Invitation to tender

 

A:    introduction

The National Institute for Pharmaceutical Research and Development (NIPRD) Idu, Abuja, is desirous to execute the under-listed projects in the 2012 budget appropriation, and hereby invites reputable contractors to Tender for the execution of various works, Goods and services.

 

B:      Scope of Work

The scope of work consists of the following:

Lot 1:       Supply and installation of 20Kva UPS for the lift at the laboratory complex.

Lot 2:          Provision of Burglary proof, door locks, sundry ceiling works, floor works and internal wall finishing.

Lot 3:       Provision of liquid waste disposal facility.

Lot 4:          Non-consultancy services- Staff capacity Building.

Lot 5:          Supply and installation of scientific equipment.

Lot 6:          Supply of chemicals, reagents, media and glassware.

Lot 7:          Renovation of NIH/NIPRD laboratory facility.

Lot 8:          Landscaping, irrigation piping network, drainage, interlocking paving system and flower sprinkler.

Lot 9:          Partitioning of microbiology laboratory.

Lot 10:        Networking of the new laboratory complex.

Lot 11:        Supply and installation of window blind in the new laboratory complex.

 

N.B The Institute will also carryout other minor projects/ supplies and services. Interested companies are therefore requested to please visit the institute’s Notice Board for details.

 

C.      Pre-Qualification Requirements:

Prospective companies/contractors shall be required to posses the following documents;

i.        Valid Certificate of Incorporation

ii.       Article and Memo of Incorporation of Company

iii.      Company Profile with curriculum vitae of director, highlight relevance of each start to the project.

iv.      Tax Clearance Certificate for the last three years (2009, 2010 and 2011)

v.      Value Added Tax (VAT) registration Certificate.

vi.     Evidence of execution of similar contract with NIPRD or any other establishment (letter of award, contact address of representative of such organization with phone numbers and completion certificates must be attached) within the last three years.

vii.    Evidence of compliance with the pension contribution fund for staff of the   company as provided in section 16, sub-section 6(d) of the public procurement Act, 2007

viii.    Evidence of financial capability to execute the project from reputable bank

ix.     Original documents should be available for sighting on demand during or after opening of pre-qualification documents.

 

D:      Submission of Pre-qualification Documents:

Companies shall be expected to submit their pre-qualification documents enclosed in sealed envelopes marked “Tender 2012” specifying the area of interest.

The documents shall be submitted sealed and dropped in the tender box located in the office of the Director-General, on or before the close of work on 25th June. 2012, addressed to:

 

The Director-General/CEO

National Institute for Pharmaceutical Research and Development (NIPRD),

Idu Industrial Area, Abuja.

 

E:      Opening of Pre-qualification Documents:

Pre-qualification will be opened on Wednesday, 26th June, 2012  by 12.00 noon  in the pilot plant conference hall.

 

Interested members of the public, civil society organizations and interested contractors or their representatives are hereby invited to attend the opening of the pre-qualification documents as scheduled.

 

F:   Please Note:

1.       Late submission will not be accepted

2.       Non compliance with the above requirements and procedure automatically disqualifies the companies from the exercise.

3.       This advertisement should not be considered as a commitment on the part of    NIPRD nor shall it entitle companies to make any claims what so ever.

4.       Only contractors who are pre-qualified shall be invited to tender for the job on payment of prescribed tender fees.

5.       The Institute shall not be liable for any cost on the part of the contractors.

6.       The Institute reserves the right to take final decision in any of the documents received in the pre-qualified package.

7.       Pre-qualification for each LOT should be done separately as non-compliance may lead to disqualification.

 

Signed:

Management

Request for Proposal for Consultancy Services at Agricultural and Rural Management Training Institute (ARMTI)

Agricultural and Rural Management Training Institute (ARMTI)

Km 18, Ilorin-Ajase-Ipo Road, P.M.B. 1343, Ilorin, Kwara State

 

Request for Proposal for Consultancy Services

 

1.0     Introduction

The Agricultural and Rural Management Training Institute (ARMTI) Ilorin, was established in 1980 by the Federal Government with a loan from the World bank to breach the need to development in the Agric and Rural Sectors of the economy. The Institute became a parastatal of the Federal Ministry of Agriculture, Water Resources and Rural Development with the promulgation of Decree No 37 of December 31, 1984 now Agricultural and Rural Management Training Institute (ARMTI) Act Cap 11 Vol. 1 Law of the Federation of Nigeria, 1990.

2.0     Consultancy Services

Reputable and Experienced Consulting Firms to submit Technical and Financial Proposal in response to the Request for Proposal for Consultancy Services for the following projects:

 

2.1     The Institute received competitive grant for research and development of value chains: Extension services. In view of this, the Institute intends to undertake base-line study and capacity development on value Chain Development in Agriculture.

 

2.2     Youth and Women Empowerment Scheme Development for employment generation in Kogi and Rivers states.

 

3.0     Tender Requirements

The following are the qualifications required to be satisfied by the Consulting firms and Contractors:

a.       Evidence of Registration with the Corporate Affairs Commission (CAC) by inclusion of certificate of incorporation and Article of Association;

b.       Current Tax Clearance Certificate.

c.       Detailed Company profile.

d.       Evidence of experience in at least five jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificate of Job completion.

e.       Evidence of Financial Capability reference letter from a reputable bank.

F.      For joint ventures, include memorandum of understanding (MOU)

g.       Evidence of registration with relevant Professional bodies.

h.       Evidence of strict compliance with the provisions of Pension Reform Act 2004.

i.        VAT registration with evidence of remittance

j.        Three (3) years Audited Accounts showing clearly adequate turnover for the category of job.

 

4.0     Collection of Tender Documents

Qualified consulting firms are to download the Terms of Reference from the Institute’s website, www.armti.org .

 

5.0     Submission of Bid

5.1     Completed Technical and Financial bids shall be submitted in two separate envelopes marked “Technical” and “Financial” both enclosed in large envelope and labeled bidding document for Consultancy at the top right hand corner. The bidder is to indicate name and address including GSM on the reverse side.

 

5.2     The envelope should be addressed to

The Executive Director

Agricultural and Rural Management Training Institute (ARMTI)

Km 18, Ilorin-Ajase-Ipo Road

P.M.B. 1343

Ilorin, Kwara State

 

To reach him on or before 9th July 2012. Only short listed Consultants will be invited for opening of their financial bids.

 

Signed:

Management.

Request for Proposal for the Appointment of a Government Stockbroker at Debt Management Office, Nigeria

Debt Management Office Nigeria

 

Request for Proposal for the Appointment of a Government Stockbroker

 The Debt Management Office (DMO), on behalf of the Federal Government of Nigeria seeks to engage the services of a stockbroker to serve as the Government Stockbroker for Federal Government of Nigeria Securities  (FGN Securities) listed (and to be  listed) on the Nigerian Stock Exchange (NSE or the Exchange). The functions of the Government Stockbroker are listed below:

 

i.        To ensure, at all times, that the FGN Securities included in the NSEs Official List are accurate.

ii.       To engender and facilitate trading in FGN Securities on the Exchange, especially by retail investors by providing Bid and Ask Prices on the Exchange and acting as a Buyer and Seller of last resort where transaction counterparties are not available for trades.

iii.      To submit reports to the DMO as may be required of activities in FGN Securities on the Exchange.

iv.      To act as a liaison between the DMO, NSE, other Stockbrokers and any relevant stakeholder as may be required from time to time, as mandated by the DMO.

v.       To perform any other functions relating to the promotion of active secondary market trading in FGN Securities on the Exchange as may be directed by the DMO.

 

Proposals are hereby invited from eligible organizations subject to the following qualifications:

a.       Applicants must be members of The Nigerian Stock Exchange that have operated on the Exchange for a period not less than five (5) years.

b.       Applicants must have achieved a minimum turnover of N20 Billion in transaction value and handled a minimum of 50,000 transactions on the Exchange in each of the following years:2009, 2010 and 2011.

 

Interested organizations should download the Request for Proposal from the website of the DMO at www.dmo.gov.ng and comply with all instructions therein. Any proposal that does not fully comply with the instructions will be rejected. Proposals must be submitted 11th July 2012. In line with the Public Procurement  Act, Bidders are expected to be present at the opening of Bids on the date specified in the Request for Proposal.

 

Debt Management Office

The Presidency,

Plot 447/448, Constitution Avenue,

Central Business District,

P. M. B. 532 Garki, Abuja, Nigeria.

Email: enquiries@dmo.gov.ng

Website: www.dmo.gov.ng