Invitation to Tender for the Determination of Enugu State Local GEOID and Production of Land Catalogue in Enugu State at Ministry of Lands and Urban Development

Enugu State Government of Nigeria

Ministry of Lands and Urban Development

Invitation to Tender for the Determination of Enugu State Local GEOID and Production of Land Catalogue in Enugu State

Introduction and Purpose of Work:

Enugu State Government is desirous to determine her Local GEIOD and produce Land Catalogue in the State.

Purpose:

  • To increase the land level of the State in order to reduce incessant flooding.
  • To produce a publication of the allocated land showing details in Enugu State.

Consequently, reputable and competent contractors/consultants/companies with proven track records are invited to submit proposals for the 2 jobs differently.

Determination of the State Local GEOID and production of land Catalogue in the State.

1.       Calibre of Contractor:

The company must be a corporate body and should have in her team a professionally registered Land Surveyors, Town Planners, Environmentalists, Engineers and Valuers.

2.       Qualifications:

Interested Firm should meet the following requirement/criteria

  • Certificate of Registration with Corporate Affairs Commission (CAC).
  • Evidence of registration with relevant professional body.
  • Evidence of Tax Clearance Certificate.
  • Account of the Company for the past three years.
  • Provision of Company profile with names and curriculum vitae of technical and other personnel to be involved.
  • Evidence of payment of non-refundable Administrative fee of Twenty five thousand naira only (N25,000.00) into Enugu State Internally Generated Revenue Account with Access Bank Ogui Road Enugu.
  • Evidence of registration with Ministry of Works.

3.       Submission:

The tender document should be submitted in a sealed envelope written at the top right-hand corner “GEOID Determination” or “Production of Land Catalogue” to be submitted on or before 20th August 2013 to the address below:

Ministry of Lands & Urban Development,

Planning, Research and Statistics Department,

State Secretariat,

Enugu,

Enugu State.

 

The bids submitted will be opened on Thursday 22nd August, 2013 in the Office of the Permanent Secretary at 11am prompt.

G.I. Udenwani

Permanent Secretary

Ministry of Lands & Urban Development

Enugu.

 

Invitation for Pre-Qualification to Tender at Gwoza Local Government Borno State

Gwoza Local Government Borno State

 

Invitation for Pre-Qualification to Tender

 

Gwoza local government hereby request for a competent and reputable contractors to tender for the following project:

1.       1 km Drainage Network at Gwoza Wakame

2.       10 units of Shopping complex at Ashigashiya Market.

 

To qualify for the bidding, the following are required.

1.       Certificate of incorporation of the company.

2.       Evidence of registration as a contractor with Gwoza Local Government.

3.       Certificate of 2 years tax clearance

4.       Contractor should obtain the Tender form with the Local Government. Upon payment of non refundable fee of N10, 000.00

Pre-qualification documents should be sealed in an envelope and submitted to Gwoza Local Government Secretarial. Submission of the profile shall be done within 2 weeks from this publication and successful contractors will be contacted to tender after screening.

 

Signed:

Alhaji Yusuf L. Timta

Secretary Gwoza Local Government,

Borno State

Invitation for Technical and Financial Bid at Federal Government College, Billiri

Federal Government College, Billiri

Gombe State

Invitation for Technical and Financial Bid

Federal Government College, Billiri, Gombe State, a Unity School under Federal Ministry of Education (FME) is desirous of executing some approved Capital Projects under 2013 Budget Appropriation.

INVITATION

In view of the above, registered and reputable Contractors are hereby invited to submit both technical and financial bids for the executive of the following project:

 

Lot 1:          Purchase and installation of 1 No. 250 KVA generator.

Lot 2:          Construction and furnishing of 3 blocks 3 classrooms each.

Lot 3:          Construction of l no. Clinic Complex.

Lot 4:          Construction of l no. Technical Workshop.

Lot 5:          Renovation of 3 No. boy’s hostel and 3 Nos. girls hostel.

Lot 6:          Purchase of Laboratory/health equipment.

Lot 7:          Construction 1 no. girls hostel.

 

Collection of Bids Documents

Interested Companies should collect tender document from Bursary office, Federal Government College, Billiri upon payment of (20, 000=) twenty thousand naira only non refundable fee for the document, between Tuesday 30th July, 2013 to 29th August, 2013.

Submission of Tender/Bids:

Completed document should be submitted in two (2) hard copies in sealed envelopes with the title of the project and tot identification clearly written at the top right hand corner of the envelop and addressed to:

The Principal,

Federal Government College,

Billiri,

Gombe State

 

CLOSING DATE Submission of Tender/Bids closes at 12:00 noon on Tuesday 29th August, 2013.

 

Enquiries:

All enquiries relating to the submission of the above stated proposals should be directed to the Secretary School Tender Board, Federal Government College, Btlliri, Gombe State.

Requirement from Contractors:

  • Evidence of Company incorporation with Corporate Affairs Commission (CAC).
  • Evidence of registration with FIRS/Nationai Pension Commission.
  • Evidence of registration with Industrial Training Fund (ITF).
  • Three (3) years Tax clearance
  • Bank Reference Letter
  • Bidders covering letter
  • Name of personnel including professionals three (3) letters of Contract award and executed.
  • Three (3) completion/valuations letters
  • Audited Account for me previous year
  • Annual Turnover
  • Copy of VAT clearance.
  • Evidence of variable experiences in similar projects executed, giving names of client.

Payment of Registration Fee (s):

  • Contractors not registered are to pay registration fee (s) of (N20, 000=) Twenty Thousand naira only.
  • Contractors previously registered are to Pay (N10, 000=) Ten Thousand Naira only on renewal of registration fee.
  • All payments are to be made in the Account Department of the College.

 

Opening of Bids/Tender:

The bids/Tenders received will be publicly opened at 12:00 noon on Tuesday 29th August, 2013 at the College Library building. Federal Government College, Billiri, Gombe State.

 

Failure to comply with the above stated documents may automatically result in disqualification.

 

Signed

Principal

Federal Government College, Billiri, Gombe State

Invitation for Prequalification at Nigeria Social Insurance Trust Fund (NSITF)

Nigeria Social Insurance Trust Fund

Corporate Head Quarters

Plot 794, Muhammadu Buhari Way Central Business Area

P.M.B. 446, Garki-Abuja

www.nsitf.gov.ng

 

Invitation for Prequalification

 

Introduction:

The Nigeria Social Insurance Trust Fund (NSITF) a statutory body responsible for providing Social Security Services to all Nigerians, in compliance with the requirements of the Public Procurement Act 2007 and Extant regulations of Government on Procurement of Goods, Works and Services by the Federal Government Ministries and Parastatals, hereby invites interested and reputable Contractors, Consultancy Firms and Companies with requisite experience and good track record for prequalification for the procurement of the following goods, services and works under the 2013 Recurrent and Capital Budget.

 

Lot 1:

Procurement of Goods

a)       Procurement of Office Furniture and Equipments

b)      Procurement of Operational Vehicles

c)       General Printing

d)      Procurement and Installation of Lifts

e)       Procurement and Installation of Generating Set

 

Lot 2:

Services / Consultancy

a)       Architectural Services

b)      Civil/Structures

c)       Mechanical /Electrical

d)      Quantity Surveying

e)       Facility Management

f)       Project Management

g)       Estate Management/Developments

 

Lot 2:

Works

a)       Construction of Office Buildings

b)      Renovation/Rehabilitation of Offices

c)       Construction and of Computer Infrastructure,    & Software Installation

d)      Construction of Access Paths, Driveways, Parking areas and associated Civil Works

Mandatory Eligibility Requirements:

Interested contractors/ companies are expected to be technical and financially competent with verifiable track record of performance on similar jobs. The following are pre-qualification criteria:

 

  1. Evidence of Registration with the Corporate Affairs Commission accompanied by certificate of Incorporation, Memorandum and Articles of Association
  2. Evidence of Tax Clearance Certificate for the immediate past three years (2010, 2011, and 2012) with evidence of remittances
  3. Company Audited Account for three years (2010, 2011, and 2012)
  4. Certificate of VAT Registration (VAT)
  5. Evidence of Financial Capability and Bank support (Bank reference and recent statement of Account)/Credit Lines
  6. Evidence of Technical competence and years of experience,
  7. Evidence of compliance with Employees Compensation Scheme and remittances of both employer and employee Social Security provisions on behalf of its employees to NSITF
  8. Evidence that the Company has fulfilled all its obligations to pensions and Industrial Training Fund (ITF) as required by the Pension Reform Act (2004) and ITF Amended Act (2011)
  9. A sworn Affidavit indicating that none of the company Directors has been convicted in any country for any criminal offence relating to financial impropriety or fraud.
  10. Details of experience and technical qualifications of key personnel
  11. Evidence of having successfully carried out similar jobs in the area of interest in the past
  12. Evidence of Registration with the relevant professional bodies such as COREN, QSRBN NIA, ARCON, (Consultancy services only)

 

A)  Submission of Prequalification Documents:

Prequalification documents should be submitted signed, on or before 12.00 noon,    Thursday, 01 August, 2013 (Four weeks from the date of this publication) and addressed to the Managing Director /CE Nigeria Social Insurance Trust Fund (NSITF) at the above address Envelopes should be clearly marked “PREQUALIFICATION FOR LOT NO” (quoting the appropriate project name and lot number) at the top left hand corner of the envelope and placed in the Tender boxes displayed at the reception (GROUND FLOOR) of the Corporate Head Quarters. The Name, address and telephone number (s) of the Contractor should be clearly written on the reverse side of the envelope.

 

B)      Submission Closure

Submission of Prequalification documents will be closed at 12.00 noon, Thursday, 29th August, 2013

 

Opening of Prequalification Documents:

The prequalification documents will be opened at 1.00 pm on Thursday, 29th August, 2013 at the Conference Room of AREWA SUITE,, ABUJA, Samuel Adesujo Ademulegun Street, Off Herbert Macaulay Way, Central Area, Abuja in the presence of the company’s representative, NGOs, Civil Societies and the General Public.

 

Note:

  • Proposals shall be submitted upon payment of a non refundable fee of N20, 000.00 in a Certified Bank Draft payable to Nigeria Social Insurance Trust Fund at the Finance Dept (2nd Floor)
  • Submission of prequalification documents to the Nigeria Social Insurance Trust Fund (NSITF) does not constitute any obligation on the part of NSITF to award contracts to any contractor or its representative.
  • NSITF reserves the right to reject any or all documents submitted at any time prior to acceptance or tendering.
  • NSITF reserves the right to cancel the procurement proceedings at any stage without incurring any liability to any Contractor.
  • Contractors are to bid for a maximum of Two Lots
  • All Stake holders are hereby invited

 

Signed:

Management

 

Expression of Interest (EOI) for the Provision of IFRS Consultancy Services at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No.3830

 

Expression of Interest (EOI) for the Provision of IFRS Consultancy Services for the Nigerian Ports Authority

 

1.0     Introduction

 

The Nigerian Ports Authority hereby invites reputable and competent consultancy firms to submit expression of interest documents for the provision of the above men­tioned consultancy service.

 

2.0 Scope of Services

 

The scope of IFRS Consultancy services shall be:

i.        To drive the development and institution of the IFRS programme in the Nigerian Ports Authority.

ii.       Implement set milestones on the IFRS conversion roadmap.

 

3.0     Expression of Interest Requirements

 

Interested firms are to submit three (3) bound copies of bid documents as out­lined hereunder:

 

Mandatory Requirements

a.       Evidence of firms registration with Corporate Affairs Commission (CAC) inclusive of Articles and Memorandum of Association.

b.       Evidence of Tax Clearance Certificate for the 2010, 2011 & 2012.

c.       Evidence of VAT Registration and Remittances.

d.       Evidence of compliance with Pension Reform Act 2004 and remittance (where applicable).

e.       Evidence of contributions to Industrial Training Fund (ITF), where applicable.

f.       Firms’/partnership’s registration with the FRC.

 

Additional Requirements

 

g.       Company’s/partnership’s audited accounts for the last three (3) years (2010, 2011 & 2012).

h.       Evidence of at least a project of similar nature and complexity, ongoing or

completed. Letters of awards, completion certificates etc are to be included.

i.        Firm’s/partnership’s profile to include names, qualifications, experiences of key personnel.

j.        All relevant information concerning contacts, telephone, fax and e-mail address of the firm’s representative.

k.       For partnership, Memorandum of Understanding (MOU) should be provided.

l.        Bid must be in English language and be signed by an official authorized to bind the bidder to a contract.

 

Failure to provide any of the listed mandatory requirements may lead to dis­qualification of a bid.

 

4.0     Submission of Expression of Interest Document

 

The expression of interest documents are to be submitted in triplicate bounded hard copies, paginated and arranged with dividers as indicated above, including a soft copy of the submission. The expression of interest documents should be submitted in sealed envelopes and addressed to the “Secretary to the Tenders Board, Nigerian Ports Authority’ and clearly marked “Expression of  Interest for the Provision of IFRS Consultancy Services for the Nigerian Ports Authority, Public Notice No. ….,” and dropped into the designated Tender Box located on the 2nd Floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 11.00am on 13th August, 2013. All tenders will be opened by 12.00noon on the 13th August, 2013 in the Conference Room, N.PA Annex Building No. 1 Joseph Street, Off Marina, Lagos in the presence of all bidders or their representatives.

 

Bidders are advised to register their bids in the office of the General Manager, Procurement Room 133, 26/28 Marina, Lagos, NPA HQ Building, before dropping them into the designated tender boxes.

 

For further enquiries, please contact the “General Manager (Procurement)” on e-mail: info.procurement@nigerianparts.org

 

Please Note

This is not an invitation to tender. Response(s) to this invitation does not place any obligation on the Authority to consider any responding company for:

1.       Award of Contract

2.       Acceptance of any tender.

 

All costs incurred as a result of this EOI invitation and any subsequent requests for information shall be borne by the bidding companies. Late submission and wrongly placed tenders will not be entertained. Only short-listed companies will be contacted.

 

Signed

Management

Nigerian Ports Authority