Invitation for Pre-Qualification to Tender for 2012 Capital Projects Exercise at the National Information Technology Development Agency (NITDA)

National  Information Technology Development Agency (NITDA)

Federal Ministry of Communication Technology (FMCT)

 

Invitation for Pre-Qualification to Tender for 2012 Capital Projects Exercise

 

The National Information Technology Development Agency hereby invites Competent Contractors and Other Service Providers to apply to be pre-qualified to tender for the projects listed below.

 

Lot No Projects
 1 NTTDA Virtual Library Upgrade
 2 Establishment of IT Centers in Tertiary Institutions
 3 e-Learning for Rural Information Technology Centers (RITC)
 4 Establishment of Rural Information Technology Centers (RITC)
 5 Training of Engineers and IT Graduates
 6 Information/Help desk for Software Developers
 7 Sustainability of Rural Information Technology Centers (RITC)
 8 Software Laboratory for NITDA
 9 Development of Software Directory
 10 IT Agriculture in collaboration Federal Ministry of Agric
 11 Project Vehicles
 12 Implementation CERT Ng
 13 Upgrading of Financial Partner and Pay Partner
 14 Consultant for IT Software Development / Incubation
 15 Consultancy Services for the Architecture, Quantity Surveying, Civil /Structural , Electrical and Mechanical Engineering for NITDA Headquarters Building
 16 Contractors for the Construction of NITDA Headquarters Building
 17 Provision of Wide Area Access for Internet in Tertiary Institutions
 18 Upgrade/Management of e-Agriculture Web-portal
 19 Establishment of Cisco Local Academics in Tertiary Institutions
 20 Electronic Document Management Solution (Training , Conversion of document, Upgrade of Docuware to Enterprise and Modules)
 21 NITDA project Inspection
 22 Installation of Thunder Arrester in NITDA Headquarters
 23 Research into cashless Transactions in Nigeria: Challenges and Possible Mitigating Strategies from a Contemporary Perspective
 24 Software License Renewal
 25 Draft National Guidelines for giving effect to schedule II of the NITDA ACT
 26 Draft Nigerian Content Policy and Guidelines in IT
 27 Workshop on Minimum Standards for IT Network Security
 28 Consultants on IT Projects

 

Pre-qualification Requirements :-

a)       Evidence of Registration with Corporate Affairs Commission.

b)      Evidence of Registration as Contractor with NITDA.

c)       Tax Clearance Receipt / Certificate for last three (3) years.

d)      Evidence of Technical Expertise.

e)      List of Verifiable, Similar Projects completed within last three (3) years.

f)       Registration with Computer Professionals (Registration Council of Nigeria) CPN will be an added advantage.

g)       Relevant Information concerning Contacts e.g. Telephone, Fax, e-mail address, Website etc of the Company.

h)      Evidence of Pension Contribution; and

i)       Evidence of Registration with COREN (LOT 15 and 16)

 

The entire documents required should be submitted on or before 9th July 2012 to the Office of the Director-General (DG). 28 Port-Harcourt Crescent, Off Gimbiya Street, Area 11, Garki, Abuja, FCT.

 

Documents received from any contractor after date will not be considered.

 

Note:

i)       This is not an invitation to tender.

 

ii)      Notwithstanding the submission of any pre-qualification information or document, NITDA is neither committed nor obliged to include any party in its shortlist for this assignment nor to appoint any firm on the basis of such submissions. NITDA reserves the right to reject any submission and will also not enter into any correspondence with any party in that regard.

 

iii)     This request for pre-qualification shall not be construed as a commitment on the part of NITDA nor shall it entitle the submitting organization to neither make any claims whatsoever nor seek any indemnity from NITDA by virtue of responding to this advert.

 

Signed

Management

Invitation for Pre-Qualification of Contractors for Capital Projects at Joint Admissions and Matriculation Board

Joint Admissions and Matriculation Board

National Headquarters, Bwari

P.M.B. 189, Garki, Abuja

 

Invitation for Pre-Qualification of Contractors for Capital Projects

 

A.      Introduction

Pre-qualification bids are invited from interested and competent contractors with relevant experience and good track records in respect of each of the projects listed below:

 

1.       Provision of ICT Facilities

2.       Software Acquisition

3.       Rehabilitation and Equipment of Offices

4.       Acquisition of Utility Vehicles

5.       Construction of Office Complex

 

B.      Pre-Qualification Requirements

Interested contractors are required to submit pre-qualification documents with verifiable evidence including but not limited to the following:

 

(i)      Evidence of Incorporation/Registration with the Corporate Affairs Commission

 

(ii)     Evidence of current registration with the Federal Ministry of Works, Housing and Urban Development (construction/rehabilitation)

 

(iii)    Company Audited Accounts for three years

 

(iv)    Evidence of Tax Clearance Certificate for three years

 

(v)     Evidence of compliance with the provisions of the Pension Reform Act 2004

 

(vi)    Evidence of Financial capabilities and banking support

 

(vii)   Experience/Technical qualification of key personnel (please include copies of the certificates obtained by key personnel. Ordinary CV without necessary proof of qualifications will not be evaluated).

 

(viii)  List of similar jobs successfully executed with. Names of clients, locations of projects, copies of award letters and certificate of practical completion must be provided.

 

(ix)    Technical capabilities of the firm in terms of equipment, technology and staff strength.

 

(x)     Letter of reference from bankers

 

(xi)    Evidence of VAT Registration and past remittances.

 

C.      Submission

All submissions should be prepared and serially paged using the format itemized in ‘B’ above and sent in sealed envelope. The envelopes should be clearly marked at the top right-hand corner with the name of the project applied for.

 

Three (3) copies of the submissions are to be submitted to the address below on or before 18th June 2012.

 

The Registrar/Chief Executive,

Joint Admissions and Matriculation Board,

National Headquarters,

Suleja Road, Bwari, P.M.B. 189, Garki, Abuja.

 

Attention: Procurement Planning Committee

Note:

i)       This advertisement is not an invitation to tender

ii)      Only the qualified contractors shall be invited to tender

iii)     The Board reserves the right to reject any or all the pre-qualification packages

iv)     Failure to comply with any of the above instructions or provide the listed documents may automatically result in disqualification.

 

This advertisement shall neither be construed as a commitment on the part of the Joint Admissions and Matriculation Board, JAMB nor shall it entitle any contractor to make any claims whatsoever and/or seek any indemnity from the Board.

 

Signed:

Registrar/Chief Executive

 

Request for Submission of Expression of Interest for Works and Consultancy 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

 

A.   Consultancy:          Request for Submission of Expression of Interest

B.   Works:          Rehabilitation of Participants’ Hostel in Abuja Regional Training Centre

 

1.       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 Sector of the economics. 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     Project Description

 

2.1     Consultancy Services

The Institute (ARMTI) is desirous of conducting an Impact Evaluation of its activities over the last 32 years of existence in order to assess the impact it has made and measure to what extent it has achieved the objectives set for it at the inception. Identify areas of strength, weakness, opportunity and threats and areas of future focus within its mandate and in line with transformation agenda of the Federal Government.

 

Interested consultants are requested to submit detailed proposals for conducting the Impact Evaluation of ARMTI over the past 32 years.

 

2.2     Works

Rehabilitation of Participants’ Hostel in Abuja Regional Training Centre.

 

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 with in 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 (for consultancy only)

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.

k.       Having liquidity and/or evidence of access to or availability of confirmed credit facilities from a reputable bank (for works).

 

4.0 Collection of Tender Documents

 

4.1 Consultancy Services

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

 

4.2     Works

Qualified Companies are to collect tender document at the Institute’s Headquarters or Regional office, No 41 David Ejoor Crescent, Adisa Estate, Abuja upon presentation of evidence of payment of Non-refundable tender fee of Fifty Thousand Naira Only (N50,000.00).

 

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 Work/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. Bids for works will be opened on the same date at 12.00 noon on Monday 9th July, 2012 in the Institute’s Conference Hall.

 

For consultancy, only short listed Consultants will be invited for opening of their financial bids.

 

Signed

Management

 

 

Invitation for Technical and Financial Bids at Federal Medical Centre

Federal Medical Centre

Bisi Onabanjo Way, Idi-Aba, P.M.B, 3031 (Sapon Post Office), Abeokuta, Nigeria (039) -240407, 244449, 08042110564

Tel. Fax: 039-241020

 

Advertisement: Invitation for Technical and Financial Bids

 

1.0     The Federal Medical Centre Abeokuta is planning to execute some projects in the 2012 Fiscal Year Consequently, the Centre invite competent and reputable firms with expertise for the execution of the projects listed below to submit Technical and Financial Bids.

 

Group A: Construction and Renovation Works

(a)     1.       Modification of Clinical Consulting Block

(a)     2.       Asphalting of the frontage of the GOPD Specialty Clinic Block

 

GROUP B: Upgrading of Electricity supply to the Centre

(b)     1.       Distribution and Reticulation of Electricity Supply within the Hospital

 

Group C: Upgrading of ICT Facilities

(c) 1.  Supply, Installation, Cabling and Commissioning of PABX                      Equipment

 

Group D: Supply of Medical Equipment/Instruments

(d) 1. Supply of various Medical Equipment and instruments to the Hospital

 

 

Group E: Supply of Vehicles

(e) 1.  Supply of Ambulances, Utility Vehicles, Water Tankers and Pick-up Vans

 

2.0     Bid documents MUST be submitted in 2 (two) separate sealed envelopes; one each for the Technical and Financial Bids and clearly marked Technical Bid or Financial Bid at the Top Right Hand Corner. All unmarked Bids will be Rejected.

 

2.1     All envelopes for the TECHNICAL BID must contain the following         documents:

(i)      Company profile indicating Managerial, Structural, Technical and Operational Capabilities.

(ii)     Evidence of valid Certificate of Registration with Corporate Affairs Commission (C AC)

(iii)    Company Audited Account for the last three (3) successive years (2009, 2010 and 2011)

(iv)    Evidence of Tax Clearance Certificate for the last three (3) successive years (2009, 2010 and 2011)

(v)     Evidence of VAT Registration and VAT Remittances

(vi)    Evidence of Financial Capabilities and/or Banking Support

(vii)   List of similar projects previously undertaken (with evidence of completion)

(viii) Verifiable evidence of availability of appropriate Manpower, Machinery and Equipment

(ix)    Confirmation of tender validity period of at least 120 days from the date of Bid Opening.

(x)     Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Administration of their choice.

(xi)    Evidence of Remittance for both employee and Employer Pension Contribution to the appropriate Pension Fund

Custodian not later than 7 (Seven) days from the date of payment of salaries. (xii)           Evidence of payment of the following non-refundable processing fee to the        Account Department of Federal Medical Centre, Abeokuta.

 

GROUP’A           – N25,000.00

GROUP’B’          – N25,000.00

GROUP’C’          – N15,000.00

GROLP’D’           – N25,000.00

GROUP’ E’                   – N10,000.00

 

(xiii) Any other additional information documents that will enhance the company’s application

 

2.2     Bid documents should be obtained within  25th June, 2012  and submitted on or before 9th July 2012.

2.3     Only Bidders who qualify from the Technical Bid Assessment will have their Financial Bids opened for analysis. They shall be invited for the opening of the financial bids not more than 1 4 days from the Technical Bids Opening day.

2.4     Submission of the Bid Documents is not a Contractual Agreement between any company and Federal Medical Centre, Abeokuta. Only Companies that are successful at both the Technical and Financial Bidding Sessions will be contacted for further process.

 

Return of Bids

3.0     All Bids shall be submitted in wax sealed envelopes.

 

3.1     All sealed envelopes must have the Company’s Name, Address, and Contact Phone Numbers clearly written at the second side of the envelope and addressed to:

 

The Medical Director

Federal Medical Centre

P.M.B. 3031

Idi-Aba, Abeokuta

Ogun State

 

3.2     All bids shall be delivered into the appropriate Bid Boxes at the Medical Director’s Office, Federal Medical Centre, Abeokuta on or before 12.00noon, on the closing date.

 

NOTE:

(a)     Documents submitted late will be rejected

(b)     Documents must be submitted physically, not by post or electronic transfer

(c)      Did documents submitted in any other location/address other than the one        given above will become invalid.

 

4.0    Opening of Bids

Document Bids will be opened in the presence of the Companies Representatives who choose to attend in person in the Board room of Federal Medical Centre, Abeokuta at 2.00p.m on the closing date.

 

Interested eligible Bidders may obtain further information from the Procurement Unit, Federal Medical Centre, Abeokuta, from 9.00a.m to 4.00p.m (Monday to Friday)

 

O.A.OYEKU

Director of Administration

For: Medical Director

Invitation for Pre-Qualification to Tender for the Phase IV Internal Renovation and Refurbishment of the Merit House Complex at the Nigerian National Merit Award

The  Presidency

The Governing Board

Nigerian National Merit Award

 

Invitation for Pre-Qualification to Tender for the Phase IV Internal Renovation and Refurbishment of the Merit House Complex

 

1.         Introduction

The NNMA was established by Act no. 53 of 1979 as amended by Act 96 of 1992with the primary mandate of promoting and rewarding academic and intellectual excellence in the areas of Science, Medicine, Engineering/ Technology, Humanities, including Arts and Culture and other field of human endeavours.

The NNMA Governing Board hereby invites experienced and competent contractors to tender for the pre-qualification of the Phase IV renovation/refurbishment of the Merit House Complex.

 

2.         Pre-Qualification Requirement

i.          Valid Certificate of Registration/incorporation of the Company;

ii.         Current Tax Clearance Certificate of the Company for the last (3) years,

valid up to December, 31st 2011;

iii.        Evidence of financial capabilities to execute the project;

iv.        VAT Registration Certificate;

v.         Company’s Profile including details of key Staff strength to be deployed for  Execution of the Contract, Evidence of technical and professional expertise;

vi.        Detail of equipment and plants, including machines owned or to be hired;

vii.       Name and   address of  Bankers(s),   including   letter   of Reference/guarantee from the Bank,

viii.      Evidence of involvement and Experience in similar Contract sums and

showing Evidence of Award and timely Completion;

ix.        Evidence of Compliance with the provision of Pension Reform Act, 2004;

x.         Payment of non-refundable tender fee of N50, 000.00 in certified bank draft in favour of The Nigerian National Merit Award.

 

3.         Submission of Pre-Qualification Documents

i.          All submissions should be returned within six (6) weeks from the date of

advertisement;-

ii.         Pre-qualification documents should be enclosed in sealed envelops marked “Pre-Qualification for the Phase IV Renovation/Refurbishment of the Merit House Complex” and addressed to:

 

The Secretary

Nigerian National Merit Award

3rd Floor, Merit House Complex

No. 22, Aguiyilronsi Street

Maitama,Abuja.

 

NB:

i.          All submissions should be made in five sets of hard copy two sets in electronic format (Microsoft word Excel) 2003 or 2007 in flash disk with appropriate label;

ii.         Late submission would be rejected;

iii.        This advertisement for Pre-qualification to “Tender” shall not be considered to be a commitment on the part of the Nigerian National Merit Award nor shall it entitle the tenderer to make any claims whatsoever and/or seek any indemnity from the Nigerian National Merit Award by virtue of such tenderer having  responded to this advertisement.

iv.        Subsequent to this pr-qualification exercise, tender for contracts and jobs

will be accepted from pre-qualified contractors and the Nigerian National

Merit Award shall not enter into any correspondence with unsuccessful applicants.

 

4.         Opening of Pre-Qualification Tender Bids Documents

Submissions shall be opened at 9: 30 am on or before 2nd July, 2012 in the presence of all bidders at the NNMA Secretariat 3rd floor of the Merit house Complex, Maitama, Abuja.

 

Signed: Secretary,

NNMA.