Invitation to Tender at Nigerian Ports Authority (NPA)

Nigerian Ports Authority

Public Notice No.3831

Invitation to Tender for the Supply of Computer Systems, Peripherals and Services Care Pack Services to Nigerian Ports Authority (NPA) under 2013 Budget

Introduction

The Nigerian Ports Authority (NPA) hereby invites reputable and competent ICT contractors to submit tender for the Supply of Computer Systems, Peripherals for use in the Nigerian Ports Authority

 

Scope of Work

 

The scope of the project shall generally consist of:

(i)      The Supply of various computer systems and peripherals.

(ii)     Supply, Installation and commissioning of computer hardware, accessories, licenses and services.

Comprehensive details of the project shall be provided in the standard bidding docu­ment to be issued for the project.

 

3.0     Tender Requirements

Interested Compares/Contractors are required to submit the following documents bound and paginated as outlined hereunder;

Mandatory Requirements

A.      Evidence of company registration with Corporate Affairs Commission (CAC), inclusive of Articles and Memorandum of Association.

B.      Evidence of VAT registration and remittances.

C.      Tax clearance certificate for the past three years (2010-2012).

D.      Evidence of compliance with Pension Reform Act, 2004 and remittances, (where applicable)

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

F.      Evidence of payment for bid document.

 

Additional Requirements

 

G.      Company’s audited accounts for the past three years (2010 – 2012).

H.      Verifiable proof of at least five (5) similar projects executed in the past.

I.       All relevant information concerning physical addresses, Telephone, fax, e-mail of the Company and its representative.

J.       Company’s profile to include names, qualifications and experiences of key personnel.

K.      Evidence of business status (vendor, manufacturer’s representative(s) and/or technical partnership, etc.)

L.      For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

M.     Bids must be in English language and 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/rejection of Bid.

 

4.0     Collection of Bid Documents

 

Interested Companies are to collect the Standard Bidding Document from the Office of the General Manager, Procurement, 2nd floor, NPA HQ, 26/28, Marina, Lagos on evidence of payment of a non-refundable fee of N25,000.00 (Twenty-five thousand Naira) only in bank draft. All tender sums from N100Million and above should be con­veyed with a 2% bid bond enclosed in the financial bid.

 

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.

 

5.0     Submission of Tender Documents

 

Bidders should submit three (3) copies of Technical and financial proposals in sepa­rate envelopes and clearly marked as either “Technical or Financial Proposal” appro­priately, the name and address of the bidder should be clearly stated a the reverse side of each envelope and put together in a bigger envelope, which should be marked “Tender for the Supply of  Computer Systems and Peripherals to the Nigerian Ports Authority (NPA) under 2013 Buget” Public Notice No……, addressed to The Secretary, Tenders Board, Nigerian Ports

Authority and dropped in the designated Tender Boxes located on the 2nd floor of the Nigerian Ports Authority Headquarters at 26/28 Marina Lagos. The submission of the tender doses at 11.00am, 11th September, 2013. Only technical ten­ders will be opened at 12.00noon on the same day (11th September, 2013) in the Conference room, Nigerian Ports Authority Annex building, No. 1, Joseph Street, Lagos in the presence of bidders or their representatives. Short-listed bidders would be contacted.

 

Please Note

i.        Late submission will not be entertained

ii.       Management is not bound to accept any tender

 

For further enquiries, please contact General Manager, Procurement or E-mail: info.procurement@nigerianports.org

 

Signed

Management

Nigerian Ports Authority

 

 

Invitation for Submission of Expression of Interest/Prequalification and Tender at Kaduna State University

Kaduna State University

Tafawa Balewa Way, Kaduna

Invitation for Submission of Expression of Interest/Prequalification and Tender For Procurement Under 2012 Tetfund Special Intervention Fund Allocation

Introduction

Kaduna State University intends to utilize its 2012 Tertiary Education Trust Fund (TETFund) intervention fund allocation towards the construction of a Physics Laboratory.

 

Qualified contractors and vendors interested in the procurement should submit technical and financial bids in respect of the following projects for consideration:

 

LOT I:         Construction of a Physics Laboratory at Kafanchan; TETFUND Project No. UNIV/KADUNA/TETFUND/SP/12/01;

LOT II:       Procurement of Laboratory Equipment; TETFUND Project NO. UNIV/KADUNA/TETF/SP/12/02;

 

Technical/Pre-qualification Requirement

Interested Vendors are to comply with Prequalification documentation requirement as under to qualify for tender consideration,

  1. Evidence of Company Registration with Corporate Affairs Commission;
  2. Registration with the University as Contractor Supplier;
  3. Company Tax Clearance for the last three (3) years;
  4. Verifiable evidence of similar jobs successfully executed,
  5. Experiences and technical capabilities of the Company including also key staff profile,
  6. Evidence of financial capability and Bankers Reference;
  7. Company audited accounts for the last three (3) years;
  8. Equipment and technology capacity of the Company;
  9. VAT Registration and evidence of past VAT remittances.

10. Evidence of compliance with provision of the Pension Reform Act, 2004 indicating account relationship with a pension fund administrator and remittance of all pension contributions where applicable.

11. Evidence of compliance with provision of section 6 (i-ii) of the Industrial Training Fund (ITF) amended Act No. 19 of 2011 with regards to payment of contribution for employee training.

General Information

  1. Technical and Financial submission is to be made separately: in sealed envelope clearly marked “Prequalification and Tender respectively indicating lot under submission.
  2. Tender documents can be obtained from the respective offices of the’ Director, Physical Planning & Development and University librarian, Kaduna State University from August 6th 2013 with an evidence of payment receipt of non-refundable tender processing fee of N100,000.00, N50,000.00 and N25,000.00 for Lots I, II & III and IV – XI respectively as receipted by the University Bursary department;
  3. Technical and Financial bids are to be enclosed in a single envelope properly addressed and submitted to the Secretary, Tenders Committee in the office of The Registrar, Kaduna State University, Tafawa Balewa Way, Kaduna on or before Tuesday 11.00am September 17, 2013. Submissions shall be Opened by 11.00am same day at Senate Chamber,
  4. Only prequalified respondents will have their financial bids opened;
  5. This is only an invitation for solicitation to submit and does not bear any financial undertaking on the part of the University;
  6. All enquiries should be made to the office of the Director, Physical Planning & Development, Kaduna State University.

 

Signed:

Registrar

Invitation for Technical and Financial Bids at National Water Resources, Institute, Kaduna

Federal Ministry of Water Resources

National Water Resources Institute Mando Road, Kaduna

Invitation for Technical and Financial Bids from Interested Contractors for the Construction of Access Road

1.     Introduction

In compliance with the provisions of the Procurement Act 2007 regarding Government; procurement of works, the National Water Resources, Institute, Kaduna wishes to invite Technical and Financial Bids from interested, qualified and competent Contractors for the execution of project described below.

2.     Project Description

The project is the construction of access road measuring approximately 870 metres.

 

Pre-Qualification (Technical) Requirements   

  1. Valid Certificate of Incorporation/Registration with the Corporate Affairs Commission.
  2. Tax Clearance Certificate for the last three years (2010, 2011 & 2012) corresponding to the declared turnover.
  3. Evidence of VAT Registration with TIN and past remittances for the last three years,
  4. Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act 2004 including evidence of remittance of Employees Pension Contributions Deductions.
  5. Evidence of ITF Contribution.
  6. Evidence of compliance with the Employers Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund (NSITF)
  7. Company Audited Accounts for the last three years (2010, 2011 & 2012) showing annual turnover of a verifiable sum of at least N20 million
  8. Verifiable list of similar jobs successfully executed in the last three years, including letters of award and completion, location of projects, project costs, completion Certificate and payment certificates.
  9. Company profile and Technical qualification/curriculum vitae of key personnel with evidence of experience in similar jobs,
  10. List of verifiable equipment indicating ownership or on lease,
  11. Evidence of financial capability/Bank reference letter showing line of credit available to the tune of N10 million to execute the project
  12. Declaration that the Company is not:

a)     In receivership, or in any form of insolvency or bankruptcy proceedings or the subject of any winding up petition proceeding; and

b)    Having any Director who has been convicted in any Country for any Criminal Offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter of its company.

  1. Accompany the bid with an affidavit disclosing whether or not any officer of the relevant committees of die Institute or Bureau of public Procurement is a former or present Director, Shareholder or has any pecuniary in the bidder and;
  2. An affidavit that the information presented in the bid is correct in all particulars.

4.0     Collection of tender Documents

4. 1    Qualified companies shall on application collect (Standard Bidding Documents, Technical and Financial), from 12noon 29th July, 2013 from the Office of the Head of Procurement Unit, National Water Resources Institute Mando Road, Kaduna Upon the presentation of evidence of payment of non-refundable tender fee of N20, 000.00. Payment is to be made to the institute’s Cashier.

 

5.0     Submission of Bids

5.1     Completed Technical and Financial bids (Two sets of hard copy and one set of Electronic copy in compact disk and Microsoft office shall be submitted in two different sealed envelopes and labelled “Technical Bid” and “Financial Bid” with the company name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked TENDER FOR THE CONSTRUCTION OF ACCESS ROAD” at the top right hand corner and addressed to

The Office of the Executive Director,

National Water Resources Institute, Mando Road,

Kaduna

5.2     The closing date for the submission of all the projects is on or before

12.00noon on 9th September, 2013

5.2     Technical bids will be opened same day at 1.00pm at the institute’s Conference Hall, Mando Road, Kaduna

5.3     Only firms whose technical bids fulfill the minimum requirements would have their financial bids considered.

5.4     All enquiries should as the case may be directed to:

 

The Head of procurement unit,

National Water Resources Institute,

Mando Road, Kaduna

 

6.       Disclaimer and Conclusion

I.            This announcement is published for information purposes only and does not constitute an offer by the Institute to transact with any party for the project, nor does it constitute a commitment or obligation on the part of the Institute to procure concession services.

II.            The Institute will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to the invitation and or the preparation or submission in response to an enquiry.

III.            The Institute 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

Dr. O. A. Bamgboye

Executive Director

National Water resources Institute, Kaduna

Invitation to Bid at National Examinations Council (NECO)

Federal Ministry of Education

National Examinations Council (NECO)

National Headquarters Complex

KM8, Minna-Bida Road, P. M. B. 159

Minna Niger State

www.mynecoexam.com

Invitation to Bid

For the Year 2013 Capital Projects

Following approval for capital projects under 2013 capital expenditure, National   Examinations Council   (NECO) hereby   invites   interested, experienced and qualified contractors to bid for the project.

1        PROJECT

i.        NECO/NCB/WORKS/01 Construction of EBONYI STATE NECO OFFICE

2.      Tender Documents and Requirements

i.             Detailed company profile with a copy of memorandum and articles of association/Certificate of Incorporation.

ii.            Proposed Management team and organizational chart.

iii.            Evidence of Execution of similar jobs (at least 3 years),

iv.            Proposed timeline for execution and completion of the job.

v.            Curriculum Vitae (CV) of the professional staff to be deployed for the project.

vi.            Proof of Equipment and other physical facilities to perform the contract.

vii.           Evidence of payment to Industrial Training Fund (ITF) of one-percent of company’s total annual payroll in compliance with ITF Act Section 6 (i)

viii.        Evidence of fulfillment of statutory obligation with respect to payment of company’s employees training contribution in compliance with ITF Act Section 6 (ii).

ix.            Tax Clearance Certificate for last 3 years (2012, 2011, and 2010) with tax identification number/Declaration of turnover

x.            Value Added Tax (VAT) Registration/Remittance

xi.            Evidence of compliance with the Pension Reform Act 2004 and Remittances i.e. Evidence of Pension Contribution for employees as stipulated under section 16 (6) of Public Procurement Act, 2007.

xii.           Evidence of workmen’s insurance and compensation scheme

xiii.          Health, Safety and Environment Policy (HSE)

xiv.          Evidence of membership of relevant professional bodies e.g. COREN, NIQSV, NIA etc.

xv.           Sworn affidavit from a court affirming that no Director of the company was ever convicted,

xvi.           Reference letter from a reputable bank.

 

3.    Tender Documents

i.     Collection

Tender documents containing detailed description of the project can be obtained from Procurement Division, Registrar’s Office, National Examinations Council (NECO) Headquarters Complex, Km 8, Minna Bida Road, Minna, Niger State.

 

ii.   Submission

  • All documents should be addressed to the Registrar/CEO, National Examinations Council (NECO), Headquarters, ATTENTION: Deputy Director (Procurement)
  • All documents should be dropped by hand into the tamper proof Tender box located in the Procurement Office.
  • Original copies of the Technical and Financial tender documents are to be marked with the Name of the Bidder, lot number and project type.
  • Both tender documents are to be sealed and submitted at the same time.

4.    Closing

All the process must be completed and submitted on or before 11.00 am. on 9th September, 2013.

Please note that late submission will not be entertained.

5.       Opening Tenders

All tender documents shall be opened as scheduled below

Date: 9th September, 2013

Venue: NECO Headquarters Complex, Km 8, Minna-Bida Road,

Minna,

Time: 11:00a.m

 

All Bidders, Civil Society Oganisations and relevant Professional Bodies are invited.

Signed

Registrar/CEO

National Examinations Council

Invitation to Tender at Ministry of Lands and Urban Development, Enugu State

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 GEOID and produce Land catalogue in the State

Purpose:

  • To increase the land level of the State in order to reduce incessant following.
  • To produce a public of the allocation 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 envelop written at the top right-hand corner “GEOID DETERMINATION” or “PRODUCTION OF LAND CATALOGUE” to be submitted on or before 19th 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 Permanente Secretary at 11am prompt

G.I. Udenwani

Permanent Secretary

Ministry of Lands & Urban Development

Enugu