Invitation to Tender at Code of Conduct Bureau

The Presidency

Code of Conduct Bureau

5th Floor, Annex 3, Federal Secretariat Complex

Shehu Shagari Way, Abuja

 

 

Invitation to Tender

1.0     The Code of Conduct Bureau hereby invites suitably qualified and interested contractors to tender for the Bureau Capital Projects for year 2012.

 

2.0      Scope of Work

Lots Job Title
1. Purchase of Motor Vehicles
2. Production of Assets Declaration Packages
3. Public Enlightenment
4. Purchase of Licensed Operating System and Application of Software
5. Rapid Capturing of Completed Asset Declaration Forms
6. Consultancy for CCB ICT Policy

 

 

3.0      Requirement for Tendering

All interested and qualified contractors should accompany their proposals with the following documents:

 

(i)      Evidence of Registration of the Company with the Corporate Affairs Commission.

(ii)     Evidence of similar jobs executed in the last 4 years.

(iii)    Evidence of financial capability and possible Bank’s support.

(iv)    Evidence of Registration with relevant professional bodies.

(v)     Evidence of Registration with Pencom.

(vi)    Company’s profile indicating details of key staff.

(vii)   TIN Registration and tax clearance certificate to be valid up

to 31st December, 2012.

 

4.0      Collection and Submission of Tender

Tender Bidding documents with detailed specification are to be collected from the office of the Secretary, Ministerial Tenders Board upon presentation of evidence of payment of non-refundable tender fees of N50.000.00.  Completed Tender Document should be submitted in sealed envelope marked “Tender for……. (Indicate the specific project and Lot No. of interest)” addressed to the “Chairman, Code of Conduct Bureau, Abuja” and deposited into the tender box in Room 5A – 534 not later than 1st June, 2012.

 

4.1     You are to submit the technical and financial bids in separate envelopes marked appropriately.

 

5.0      Opening of Tender

The tenders will be opened on Friday 1st June, 2012 at 11.00am in the CCB’s conference room. All bidders or their representatives, professional bodies, NGOs and interested stakeholders are invited to witness the bid opening.

 

Please Note

(a)     Late submission will be rejected.

(b)     False claims and failure to meet specified requirements listed in 3.0 above automatically leads to disqualification.

(c)      The Bureau is not bound to consider a specific tender and shall not engage in any unnecessary correspondence on the matter.

 

 

C.T.S. Kyunni

Ag. Secretary, CCB

For. Chairman, CCB

Invitation for Pre-Qualifications to Tender for the Construction of Developmental Projects at Kumbotso Local Government, Kano State

Kumbotso Local Government

Kano State

Tender Notice

 

Invitation for pre-qualifications to tender for the construction of developmental projects in Kumbotso to Government;-

 

A.      in its desire to improve the living standard of its people throughout the local government, Kumbotso local Government wishes to execute some meaningful projects at various places in the council.

 

This invitation is for the expression of interest is for the purpose of pre-qualification of bidders that would like to express interest; for the construction of the following projects in the villages within the local government.

1.       Construction of drainage and slabs at Chiranchi Gabas. (455×1.5×0.89m)

2.       Construction of drainage at Sheka Aci Lafiya (963×1.2×0.60m)

3.       Laying of Inter -lock tiles at Kumbotso Friday Mosque (373m2)

4.       Procurement of H and IT concrete rainforce poles at Local Government Secretariat. (10.06 and 8.56m)

5.       Installation of 300KVA/11/415V Transformer and extension of HT and LT Poles at Bechi town (from PHCN line to Bech town).

 

B.      All Prospective Contractors must satisfy the following Pre-qualification criteria

 i.       Evidence of incorporation,

ii.       Company’s audited account for the last 3 years.

iii.      Evidence of Tax clearance for the last 3 years,

iv.      VAT registration and evidence of VAT remittance

v.       evidence of financial capability

vi       Verifiable list of similar projects executed.

vii.     Registration with Kano State Tender Broad.

viii.    Any additional information that may enhance of the chances of the constructor or company.

 

Submission of Pre-Qualification Documents

Eligible contractors or compares should forward their documents’ to the ‘DPM’ Kumbotso Local Government in a sealed envelope on or before 24th May, 2012.

 

D.      Important Notice

This advertisement should not be considered as a contract award or any commitment on the part of Kumbotso local Government, nor shall it entitle any claim what so ever from Kumbotso Local Government by virtue of having responded to this advertisement.

 

 

Signed

Suleiman Muhammad Yola

Chief Personnel Officer

Kumbotso Local Government

2011 TERTIARY EDUCATION TRUST FUND (TETF) Projects at Kwara State College Education

Kwara State College Education

P.M.B 1527, Ilorin ‘ (Office of the Registrar)

Invitation

 

1.0      Introduction

The Kwara State College of Education, Ilorin is desirous to undertake a tender exercise for the implementation of its year 2011 TERTIARY EDUCATION TRUST FUND (TETF) projects. (Intervention in Library Development and BOT special intervention)

 

2.0     Scope    of    Work “A”   Intervention   in    Library Development

1.       Procurement of 103 volumes of asserted books

2.       Procurement of 105 steel 6FT by 7FT 6 layer double

3.       Procurement of 24 set KDL reading carrels (4 in 1)

4.       Procurement of 9 cubic library tables

 

“B” (BOT SPECIAL INTERVENTION)

1.       Construction of workshop complex; school of vocational Education

COE/ILORIN/TETF/SP/11/0l

2.       Construction of Academic Staff Offices; School of Junior Secondary

School COE/ILORIN/TETF/SP/11/02

3.       Procurement   of   Vehicles   for    SIWES   and    French   Language

programmme (1 nr Toyota Coaster with 30-8D and 1 nr Toyota Hiace bus Hi Roof petrol)   COE/ILORIN/TETF/SP/11/O3

4.       Procurement and installation of a 500 KVA sound Proof Generator COE/ILORIN/TETF/SP/11/O4

5.       Procurement    of   tractor   for   Agric   Science   Department COE/ILORIN/TETF/SP/11/05 Equipment

6.       Procurement    of   Computers and Offices Equipment COE/ILORIN/TETF/SP/11/06

 

 

Tender Requirements

  1. Certificate   of Company’s   Incorporations   with   Corporate Affairs Commission, Abuja.
  2. Evidence   of Registration   as   Contractor/Supplier (Certificate of Incorporation) with relevant Government Ministries.
  3. Current Tax Clearance Certificate for the last three (3) years.
  4. Evidence of Company’s Financial Standing.
  5. Evidence of execution and completion of similar jobs in the last three (3) years.
  6. Company’s organization structure, including names and resumes of key personnels to be involved in the constructions.
  7. Evidence of available of verifiable plants/equipment for use in the  construction.
  8. Evidence  of Registration  as contractor with the collage in the  appropriate category.

 

 

4.0     Tender Fee

The payment of the stipulated non- refundable tender fee of twenty-five thousand naira (N25.000.00) only per lot should be made payable to Kwara State College of Education, Ilorin, through Bank Draft from any Accredited Bank.

 

Submission

Submission for the project should be in a sealed envelope and identified with the project Ref. number at the top left hand corner and marked “Tender” to be delivered by hand to reach the address started below not later than 12noon, Thursday 24th May, 2012.

 

Further submission after the specified time will not be accepted.

Opening of the tender by 1.00, same day.

 

General Information

All enquiries regarding this advertisement should be directed to the Director of Works Kwara State College of Education, Ilorin. Between 10:00am and 4:00pm Monday to Friday.

The Registrar.

Kwara State College of Education, Ilorin.

P.M.B 1527,

Ilorin, Kwara State.

 

N.B

Notwithstanding the submissions made by the bidder, the Kwara State College of Education. Ilorin, is  neither committed nor under any obligation to include any contractors, on the list of award.

 

Signed by

Alhaji Abiodun .A. Ibrahim

Registrar

Bids for Clearing/Geometric Survey of the Acquired Landed Property for use as PPPRA Car Park at Petroleum Products Pricing Regulatory Agency (PPPRA)

Petroleum Products Pricing Regulatory Agency (PPPRA)

(Ministry of Petroleum Resources)

Website: www.pppra-nigeria.org

 

Request for Expression of Interest

Bids for Clearing/Geometric Survey of the Acquired Landed Property for use as PPPRA Car Park

 

 

Introduction.

The Petroleum Products Pricing Regulatory Agency hereby Invites reputable firms that have requisite experience in Land Survey/Engineering to submit bids for Clearing/Geometric Survey of acquired Landed property in Abuja for use as PPPRA Car Park.

 

 

2.       Responsibilities/Terms of Reference.

The Contractor(s) to be engaged will carry out Clearing/ Geometric Survey of the acquired Land located close to PPPRA Corporate Head Office Building and measuring approximately 1,6 hectares in size. Specifically, the contract covers:

i.       Geometric Survey of the parcel of land.

ii.      Clearing of boshes, shrubs, and trees.

iii.     Excavation to remove vegetative soil average 150mm deep and cart to spoil as directed.

iv.     Excavation to remove unsuitable materials. Average 300mm deep

along the River channel of 30m offset at the both side and deposited in temporary spoil heaps, to be carted away later.

v.      Cutting and filling as cross haulage or imported and approved soft lateritic in-filling to make up levels, Compacted to 150mm maximum layers including

 

3.       Requirements

The contractor to be considered for this job is expected to satisfy the following conditions:

i.        A profile of the torn, including verifiable relevant experience in land Survey/

Engineering,

ii.       Evidence of registration with Corporate Affairs Commission.

iii.      Three (3) years Tax Clearance Certificate,

iv.      Evidence of compliance with Pension Reform Act 2004,

v.       Photocopy of Value Added Tax Certificate and evidence of VAT Remittance.

vi.      Evidence of registration as a contractor with PPPRA.

vii.     Evidence of payment of Twenty Thousand Naira Tenders fee to PPPRA,

 

 

4. Submission Bid Documents

Interested bidders are required to pay Twenty Thousand Naira (N20,000.00) only to Finance Department as Documentation and processing fee.

 

A copy of the Expression of interest (EOI) must be submitted in a sealed envelope clearly marked ”Expression of Interest” for Clearing/Geometric Survey of Land for PPPRA car park” and most reach the Agency on or before 25th May, 2012 On or before 2.00pm on the closing date, The sealed envelope should be addressed as below and be deposited in the Tender Box provided for this purpose.

The Executive Secretary

Petroleum Products Pricing Regulatory Agency

Plot 1012 Cadastral Zone AOO

Central Business District, Abuja

 

This publication also serves as an invitation to the bid opening which takes place 3,00pm on the closing day of submission.

 

Signed Ag.

Secretary Tenders Board

For: Executive Secretary

Bidding Document For the Procurement of Goods and Equipment at Economic and Financial Crimes Commission (EFCC)

Federal Government of Nigeria

Economic and Financial Crimes Commission (EFCC)

Bidding Document For the Procurement of Goods and Equipment

 

Invitation to Tender

 

14th May, 2012

 

 

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 Security Equipment

 

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
  • Expert once 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 2.00pm on Monday 28th May, 2012. 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 at 11.00am on Monday 28th May, 2012 the address below.

 

Signed

The Director, Organizational Support

Economic and Financial Crimes Commission

5, Fomella Street Wuse 2, Abuja

Tel: 234-64412100

Tenders@efccnigeria.org