Invitation to Tender at Kiru Local Government Kano State

Kiru Local Government Kano State

 

Invitation to Tender

 

In line with present administration, in its commitment towards the provision of  vital project through out nooks and corners of the state and local government.

 

In view of the above, Kiru local government invites suitable and qualified contractors for pre-qualification to tender for the following under listed projects.

 

1.       Renovation of Kiru Friday Mosque

2.       Renovation of Kafin Maiyaki Friday Mosque

3.       Renovation of Kiru Staff Quarters.

4.       Renovation and Erosion Control at Achazawa Bridge

 

Eligible contractors should forward their bid documents to the office of the Director Personnel Management, Kiru local Government Temporary Secretariat (Islamic Centre) In a sealed envelope Mark” Tender for the construction of (Name any of the listed project above) to reach the mentioned office on or before Monday 28th  May, 2012.

 

To qualify for the bidding the following Documents are required:

  • Certificate of incorporation of company with Corporate Affairs Commission
  • Evidence of Registration as a contractor with Kano State Government.
  • Tax Clearance for the last three (3) years,
  • Evidence of financial capabilities
  • Professional qualification of key personal of the company
  • Availability of equipment to execute the work.

 

Important Notice:

1.       The local Government reserves the right to stagger the tendering process subject to availability of Funds process subject to availability of Funds

 

2.       This advertisement should not be considered as a contract award or any commitment on the part of Kiru local government, nor shall it entitle any contractor or company to make any claim what so ever, by virtue of having responded to the advertisement.

 

Signed:

Director Personnel Management (DPM)

 

Invitation for Pre-Qualification to Tender and Applications at National Film and Video Censors Board

National Film and Video Censors Board

No. 20, Alexandria Crescent off Aminu Kano Crescent Wuse II, Abuja

 

Invitation for Pre-Qualification to Tender and Applications

 

Introduction:

The National Film and Video Censors Board is Inviting competent and reputable insurance Brokers to submit expressions of interest for the comprehensive insurance of the Board’s newly purchased vehicles. Applications are also Invited from qualified and experienced Drivers who will drive these vehicles,

 

Pre-qualification requirements:

Application for pre-qualification should be accompanied with the following:

i.        Evidence of Incorporation with the Corporate Affairs Commission

ii.       Evidence of Registration with the National insurance Commission (NAICOM)

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

iv.      VAT Registration Certificate and evidence of past VAT remittances.

v.       Company audited accounts for the last three(3)years

vi.      Defatted Company Profile

vii.     Verifiable evidence of previous similar jobs done in the last five (5) years.

viii.    Evidence of membership with Nigerian Council of Registered Insurance   Brokers (NCRIB)

ix.      Evidence that at least a member of the Company’s Management team is a current member of NCRIB and CIIN.

x.       Current Evidence of Workmen’s Compensation Insurance and other social security provisions on behalf of the employees of the Company.

xi.      Evidence of Professional Indemnity cover.

xii.     A statement signed by the Company’s CEO of its staff strength and locational addresses.

 

Requirements For Drivers:

Minimum of Primary school Leaving Certificate + Trade Test Certificate or SSCE

 

Submission of Pre-Qualification Documents and Applications from Drivers:

The pre-qualification documents (and applications from Drivers) must be submitted in sealed envelopes and addressed to:

 

The Director General

National Film and Video Censors Board

No. 20, Alexandria Crescent, Off Aminu Kano Crescent Wuse II, Abuja

Submissions must reach Room 210 of the Above office address not later than 31st May, 2012

Note that only pre-qualified insurance Companies/Brokers would be invited to submit financial bids.

 

Signed:

Management.

 

Invitation for Pre-Qualification/Expression of Interest for the Execution of the Year 2012 Capital Projects at Lower Benue River Basin Development Authority

Lower Benue River Basin Development Authority

PMB 10-2185, Makurdi

 

Invitation for Pre-Qualification/Expression of Interest for the Execution of the Year 2012 Capital Projects

 

1.0       Introduction

The Lower Benue River Basin Development Authority, a Federal Government Parastatal under the supervision of the Federal Ministry of Water Resources, in continuation   of  its   statutory   function   of  undertaking   comprehensive development of both surface and underground water resources for multipurpose uses and in order to boost food production by encouraging the active participation of farmers in irrigated agriculture, hereby invites suitably qualified and reputable companies, contractors and consultancy firms with proven competence and experience to apply for pre-qualification for the execution of any of its projects under the following categories:

 

Lot 1/12:         Water Supply works

Lot 2/12:         Water Supply consultancy

Lot 3/12:         Irrigation and drainage works

Lot 4/12:         General works

Lot 5/12:         General goods

 

 

2.0       Eligibility Criteria

Bidders are to provide  the following as  minimum  pre-qualification requirements for the project of their choice.

 

2.1       For Consultancy Services

a)         Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certified true copy (CTC) of Certificate of Incorporation and Articles of Association

b)         Last 3 years Tax Clearance Certificates (2009,2010 and 2011)

c)         Evidence of Pension and Social Security Contribution and evidence of remittance of employee pension.

d)         VAT Registration with evidence of remittances

e)         Detailed Company Profile

f)          Evidence of experience in at least five (5) jobs of similar nature and        complexity executed within the last five years with verifiable letters of contract award and certificates of job completion

g)         Evidence of financial capability/reference letter from a reputable bank

h)        For Joint Ventures (JVs) include Memorandum of Understanding (MOU)

g)         Evidence of financial capability/reference letter from a reputable bank

h)        For Joint Ventures (JVs) include Memorandum of Understanding (MOU)

i)          Evidence of Registration with professional bodies such as ARCON or COREN or ICCON and IPAN, etc

j)         Full accounts details including SORT code.

k)         Possession of satisfactory Quality Assurance/Quality Control Manual

l)          Having annual auditors’ report for the last 3 years (2009,2010 and 2011).

 

2.2       For Goods

a)         Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certified true copy (CTC) of Certificate of Incorporation and Articles of Association

b)         East 3 years Tax Clearance Certificates (2009,2010 and 2011)

c)         Evidence of Pension and Social Security Contribution and evidence of remittance of employee pension.

d)         VAT Registration with evidence of remittances

e)         Detailed Company Profile

f)          Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificates of job completion

g)         Evidence of financial capability/reference letter from a reputable bank h)   For Joint Ventures (JVs) include Memorandum of Understanding (MOU)

i)          Full accounts details including SORT code.

j)          Possession of satisfactory Quality Assurance/Quality Control Manual

k)         Having annual auditors’ report for the last 3 years (2009,2010 and 2011)

 

2.3       For Works

a)         Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of certified true copy (CTC) of Certificate of Incorporation and Articles of Association

b)         East 3 years Tax Clearance Certificates (2009,2010 and 2011)

c)         Evidence of Pension and Social Security Contribution and evidence of remittance of employee pension.

d)         VAT Registration with evidence of remittances

e)         Detailed Company Profile

f)          Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificates of job completion

g)         Evidence of financial capability/reference letter from a reputable- bank

h)        For Joint Ventures (JVs) include Memorandum of understanding (MOU)

i)          Evidence of Registration with professional bodies such as  ARCON or COREN  or ICCON  and IPAN, etc

j)          Full accounts details including SORT code.

k)         Possession of satisfactory Quality Assurance/Quality Control Manual

l)          Having annual auditors’report for the last 3 years (2009, 2010 and 2011)

m)        Bidders are to provide evidence of ownership/lease of relevant consruction equipment.

 

3.0       Collection of  Pre-qualification Documents/Expression of interest

3.1       Interested  companies  or  Firms can collect standard Pre-qualification Documents from 12 noon and 21st May, 2012 from the office of:

The Managing Director

Lower Benue River Basin Development Authority

Km 10, Makurdi-Otitkpo Road

PM.B. 102185, Makurdi

 

Upon the presentation of evidence of payment of non-refundable tender fee of N10, 000.00 for Consultancy Projects, N30, 000.00 (thirty thousand naira) for goods and N40, 000.00 (forty thousand naira) for works projects into the Lower Benue Account as follows:

 

Account  Name:       LOWER  BENUE  RIVER   BASIN  DEVELOPMENT AUTHORITY

Account Number:     05014770010002

Bank:                          UNITY BANK PLCMAKURDI.

 

3.2       All terms and conditions in the collected pre-qualification/expression of interest documents must be strictly adhered to.

 

4.0       Submission of Pre-Qualification Documents

 

4.1       Two copies of pre-qualification documents shall be submitted in a sealed envelope and marked “Pre-qualification/Expression of Interest for..(Lot) ” at the top right hand corner and addressed to:

 

The Managing Director

Lower Benue River Basin Development Authority

Km 10, Makurdi-Otukpo Road, P.M.B. 102185, Makurdi.

 

4.2       The closing date for the submission of pre-qualification bids is on or before 12.00noon on Tuesday 12th June, 2012.

4.3       Pre-qualification bids will be opened by 1.00pm at the conference hall of the Authority’s Headquarters, Makurdi on Tuesday 12lb June, 2012.

 

4.4       Only companies pre-qualified will be invited to participate in the next stage  of bidding.

4.5       All inquiries should as the case may be, directed to Mallam Ahmed Abubakar (GSM: 08030764030), Head, Procurement Unit, in Room 29 of the Authority’s Headquarters, Makurdi.

 

5.0       Disclaimer and Conclusion

5.1       This announcement is published for information purposes only and does) not constitute an offer by Lower Benue River Basin Development Authority to transact with any party for the projects, nor does it constitute a commitment or obligation on the part of the Authority to procure concession services.

 

5.2       The Authority will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and or preparation or submission in response to an inquiry.

 

5.3       Lower Benue River Basin Development Authority pledges fair and equal treatment of all participants but is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

 

SIGNED

MANAGEMENT

 

Invitation for Pre-Qualification to Tender for 2008, 2009 and 2010 Merged TETFUND Projects at Federal College of Education, Yola

Federal College of Education, Yola

 

Invitation for Pre-Qualification to Tender for 2008, 2009 & 2010 Merged TETFUND Projects

 

1.0     Background

The Federal College of Education Yola is desirous of undertaking projects approved for execution in the institution by the Tertiary Education Trust Fund (TETFUND) and is interested in engaging the services of any reputable contractor.

 

2.0     Scope of Work

The Proposed Projects are as follows;

Lot 1:                   Construction of Block B; School of Languages Complex

Lot 2:          Procurement of Teaching Aids and Equipment

Lot 3:          Construction of Lecture Theatre II for Gidado Tahir Education Complex

Lot 4:          Construction of Multi-Purpose Building for Ahmed Joda Vocational Education Complex

 

3.0     Pre-Qualification Requirements for the Technical Bidding

i.        Valid Certificate of Registration of Incorporation;

ii.       Tax/VAT Clearance Certificate for the last three years

iii.      Company Resume/profile including details of key officers, details of equipment owned.

iv.      Evidence of Registration with relevant professional bodies and organizations for both the firm and its personnel.

v.       Evidence of execution of similar projects, stating clearly the location of the projects, including copies of letters of award and completion certificates;

vi.      Company audited accounts for the last three years with Annual Turnover

vii.     Evidence of financial capability and banking support.

viii.    Evidence of company’s commitment to staff on NHIS and Pension contributions

 

4.0     Financial Bidding

Bidding document containing detailed specification for each project should be collected from the Works & Services Department of the Federal College of Education, Yola on payment of a non-refundable fee of N25,000.00 only to the Bursary Department through FCE Yola Unity Bank Account No 0913 10600 10002.

 

5.0     Tender Opening and Evaluation

Both technical and financial documents will be submitted at the same time but on separate marked and sealed envelopes to read e.g. “Lot 1: Construction of Block B; School of Languages Complex (Financial Bid) or Construction of Block B; School of Languages Complex (Technical Bid).

All bid documents shall be sealed in envelops and marked at the top with title of the project and the name of the firm and addressed to:

 

The Chairman,

College Tenders Board

Federal College of Education

PMB 2042

Yola, Adamawa State

 

Documents should be received on or before Monday 28th May 12012 by 12.00 noon. Bids will be opened publicly by 2.00pm of the same day at the Jibril Aminu Hall in the College main campus. Contractors and the general public are hereby invited to witness the occasion.

 

Financial bids will only be considered for those contractors that meet the minimum requirements of the technical bid.

 

Fa’iza A Ahmad

Registrar.

 

Bidding Document for the Procurement of Goods and Equipment Invitation to Tender at Economic and Financial Crimes Commission (EFCC)

Federal Government of Nigeria

Economic and Financial Crimes Commission

No. 5 Fomella Street, Off Ademola Adetokunbo Crescent

Wuse II Abuja

 

Bidding Document for the Procurement of Goods and Equipment Invitation to Tender

 

1.       This invitation for Tenders follows the approval of 2012 Budget.

2.       The Federal Government of Nigeria has an appropriation for capital items in the 2012 Budget of the Economic and Financial Crimes Commission, and it intends to apply part of the money for the procurement of Goods and equipment.

 

3.       The Economic and Financial Crimes Commission now invites sealed Bidding from eligible Bidders for the supply of vehicles listed below.

 

Lot Description Quantity Delivery Period Bid Security Location
1 Electric Power Backup Lumpsum

 

30 Days At least 2% of the Bid price EFCC No 5 Fomella Street, Wuse 2, Abuja
2 Supply of Security Equipment 3 30 Days At least 2% of the Bid price EFCC No 5 Fomella Street, Wuse 2, Abuja
3 Supply of assorted furniture 8 30 Days At least 2% of the Bid price EFCC No 5 Fomella Street, Wuse 2, Abuja

 

Lot 4:          Manage and operate a Cafeteria at EFCC Headquarters

 

Tender Requirements and Procedures

  • Certificate of Incorporation or Registration of Company
  • Company Profile, including management structure and ownership
  • Names and CV’s of team leader and professional staff
  • Evidence of Technical Competence, covering the range of services
  • Audited Accounts for the last three years
  • Tax Certificates for the last three years
  • Copies of form CO2 & Co7
  • Experience Track record of the firm
  • Evidence of registration with Financial Reporting Council of Nigeria
  • Evidence of Similar projects executed over the last three years
  • Evidence of Financial Capability from Bank.

 

4.       Bidding will be conducted through National Competitive Bidding   Procedures and is open to all Bidders within Nigeria

 

5.       Interested eligible Bidders may obtain further information from the Economic and Financial Crimes Commission, No 5 Fomella Street, Wuse 2, Abuja, and inspect the bidding documents at the address given below from 8:00 am 3:00 pm Local time (Mondays Fridays).

 

6.       A complete set of bidding documents in English Language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) in form of cash or Bank Draft payable to the Economic and Financial Crimes Commission.

 

7.       Bids must be delivered to the address below on or before Monday 28th May 2012 by 2.00pm. All Bids must be accompanied by a Bid Security of at least 2% of the bid amount. Late Bidding will be rejected. Biddings will be opened in the presence of Bidders’ representatives, who choose to attend on Monday 28th May, 2012 by 11.00am. the address below.

 

Signed

The Director, Organizational Support

Economic and Financial Crimes Commission

5, Fomella Street

Wuse 2, Abuja

Tel: 234-6441200

Tenders@efccnigeria.org