Invitation for Pre-qualification for Execution of 2012 Approved capital Projects at Public Complaints Commission, Maitama Abuja

The Presidency

Public Complaints Commission,

Headquarters, Abuja.

 

Invitation for Pre-qualification for Execution of 2012 Approved capital Projects

The Public Complaints Commission, Maitama Abuja hereby invites application for pre-qualification exercise from reputable Contractors/Companies for execution of its 2012 Capital Projects as approved.

 

1.0       Areas of Service Required

i)          Construction of an Office Complex in Oshogbo, Osun State.

ii)         Construction of an Office Complex in Yenagoa, Bayelsa State.

iii)        Construction of an Office Complex in Federal Capital Territory (FCT)

iv)        Renovation of existing Office building in Kaduna, Kaduna State.

v)         Supply of Computers and Peripherals.

vi)        Expansion of Bandwidth in Abuja, 36 State offices and FCT.

vii)       Purchase of project Vehicles.

 

 

2.0.      Pre-qualification Requirements

Those interested in the prequalification process are required to submit the following documents for assessment.

i.          Evidence of company Registration with Corporate Affairs Commission (CAC).

ii.         Company Tax Clearance Certificate for the last 3 years.

iii.        Evidence of previous similar job experience.

iv.        Evidence of financial competence and support and last 3 years Audited Accounts.

iv.        VAT Registration Certificate and evidence of past remittances.

v.         Company profile indicating detailed CVs of key company staff.

vi.        List of equipment to be used for the project.

vii.       Evidence of compliance with Pension Act of 2004.

 

Note that the original copies of the documents mentioned in (i, ii. v and viii) above MUST be produced for sighting during the opening session while the absence of any of them will signify outright disqualification.

 

3.0.      Submission of Pre-Qualification Documents:

The pre-qualification documents which should be sealed in an envelope and marked for example: “Pre-qualification for renovation of existing office building in Kaduna, Kaduna State” must be returned on or before 14th May, 2012 to:

 

The Honourable Chief Commissioner

Public Complaints Commission,

No. 25 Aguiyi Irons! Street, Maitama, Abuja.

 

 

4.0.    Opening of Pre-qualification Bids:

The pre-qualification bids shall be opened in the presence of the contractors’ representatives who choose to attend on 11th May, 2012 at 12.00 noon in the Commission’s Conference Hall, No 25 Aguiyi Ironsi Street Maitama – Abuja.

 

4.1.      It should be noted that this is not an invitation to tender. Only prequalified Contractors/Companies will be invite to tender. All costs incurred by respondents as a result of this pre-qualification invitation and any subsequent request for information shall be to the respondent’s accounts.

 

4.2.      The Commission will not enter into any correspondence with any company or individual on why a company was not prequalified.

 

4.3.      This notice and related pre-qualification process neither creates any commitment by Public Complaints Commission nor established any legal relationship with Public Complaints Commission.

 

Signed

Management

Invitation for Pre-qualification of Contractors/Consultant for 2011 TETFUND Normal Intervention Projects at Federal College of Education (Technical), Potiskum

Federal College of Education (Technical), Potiskum

Mohammed Idrissa Way, P.M.B 1013, Potiskum, Yobe State

(Provost Office)

Email: fcetpotiskum@yahoo.com (College Procurement Unit)

Invitation for Pre-qualification of Contractors/Consultant for 2011 TETFUND Normal Intervention Projects

The Federal College of Education (Technical) potiskum hereby invites interested, reputable and competent Contractors/Consultant to express interest in the execution of the following 2011 ETF Normal Intervention project:-

 

  • Procurement of Fine and Applied Art facilities
  • Procure of Home Economic Laboratory faculties
  • Procurement of Equipment  for school for Business Education
  • Extension of School of Technical Education Workshop
  • Rehabilitation, Modification and Conversion of former Agric Department into school of Business Education Model Office
  • Rehabilitation and conversion of Technical Drawing Studio into Typewriting Studio
  • Furnishing of Multipurpose Hall

 

Pre- Qualification Requirements

Interested and competent Contractors/Consultants wishing to be Pre-Qualified must submit the following:-

  • Evidence of Incorporation or Business name registration.
  • Key personnel registration with professional bodies,
  • Tax Clearance Certificate for the last three (3) years.
  • Company Audited Accounts for the last three (3) years.
  • Experience / Technical Qualification of Key Personnel
  • Bank Reference and evidence of Financial Capability
  • List of Equipment and Technical Capacity.
  • Evidence of VAT Registration/Remittance.

 

Submission of Complete Pre-Qualification Document

The Completed Pre-Quaiification document must be in sealed envelope. The Project should be clearly indicated on top left side corner of the envelope and the name of the company indicated at the other side of the envelope.

 

The Pre-qualification document must be addressed and submitted on or before 14th May, 2012 to:

 

Secretary, Tenders Board,

Federal College of Education (Technical), Potiskum,

P.M.B 1013, Potiskum

Yobe State.

 

Important Information

i)          Contractors/Consultants are to note the following:

i)          This advertisement is not an invitation to financial bid document .

ii)         Notwithstanding the submission of the pre-qualification, The Federal College of Education (Technical) Potiskum is neither committed nor obliged to include any financial bid list or to award contract to any company or agency,

iii)        The Federal College of Education (Technical) Potiskum will not enter into correspondence with any company or agent on why a company was Pre-qualified or not.

iv)        This advertise means of invitation to Pre-Qualified exercise should not be             construed as a commitment on the part of the Federal College of Education (Technical) Potiskum nor shall it entitle prospective companies to make any claims whatsoever and or seek any indemnity from the College,

v)         Full tendering procedures will be applied to tenders that are found prima facie qualified and capable of executing the project.

 

Garga M. Lawal

Head, Procurement Unit

Expression of Interest in Respect of Consultancy Services for Construction of New FAAN Corporate Headquarters under FAAN 2012 IGR Budget at Federal Airport Authority of Nigeria (FAAN)

Federal Airport Authority of Nigeria

Expression of Interest in Respect of Consultancy Services for Construction of New FAAN Corporate Headquarters under FAAN 2012 IGR Budget

 

A.   Introduction.

In compliance with the Public Procurement Act 2007, the Federal Airports Authority of Nigeria (FAAN) intends to undertake the below stated project under its 2012 financial year (IGR) budget. Consequently, the Authority wishes to invite competent and reputable companies to submit Expression of Interest (EOI) in the project as stated below:

 

The Project:

“Consultancy Services for the Construction of New FAAN Corporate Headquarters”

B. Scope:

  • Preliminary Design/Final Designs including visiting, appraising and analysing the site, sourcing of statutory design data, confirmation and analysing Client requirements, preparing appropriate design scheme and Cost Estimates.
  • Preparation of comprehensive working drawings and contract Tender documents, Bill of Quantities, including design/Technical specification, including working details, schedules, obtaining information and other design from manufacturers and suppliers for the purpose of detailing design schemes and cost control.
  • Analysing tenders as it relates to the works, report on tenders, preparing and advising on the contract and the appointment of contractor,
  • Supervision of the design/construction of the building from commencement to completion and ensure that all specifications are adhered to.
  • Carry out valuations and advice Client appropriately as may be required.

 

C.   Expression of Interest Requirements

  • Evidence of company registration (Certificate of Incorporation of the company)
  • Certified true copy of Memorandum and Article of Association with CAC (Form C02 & CO7 inclusive).
  • Evidence of tax payments (Current Tax Clearance Certificate) for the last three years.
  • VAT registration and evidence of remittance,
  • Certificate of compliance to pay pension from PENCOM and evidence of remittances
  • Evidence of financial capability to execute the project (Bank Reference Better/Bank guarantee will form part of the evaluation criteria).
  • Copies of the Audited Account of the company for the last three (3) years.
  • Verifiable evidence of similar works successfully completed/on-going (e.g. Letter of Award. Certificate of Completion, Contract Agreement and Payment Certificate).
  • Clear indication of Head office address (Registered premise),
  • Evidence of firm’s Corporate Registration with Professional Bodies (e.g. ARGON, COREN etc)
  • Evidence of possession of equipment for the consultancy services.
  • Corporate Profile with Curriculum Vitae showing evidence of Professional

 

Qualifications of key personnel

  • Sworn Affidavit disclosing as follows:
  • That all documents submitted are not only genuine but correct,
  • That the Directors) has /have never been convicted by any court of law.
  • That none of firm’s Director or the company is bankrupt,
  • Whether or not any of the officers of FAAN or BPP is a former or present Director of the company.

 

 

D. Submission of Documents.

The documents are to be submitted in four (4) copies in A4 paper size and neatly bound. The document should be arranged in the order listed under expression of interest requirements and clearly separated by dividers.

  • The documents must be sealed in an envelope and the Project Name clearly written at the top left corner of the envelope.
  • All documents must be submitted to the office of “The General Manager (Procurement)”, FAAN Headquarters, Ikeja-Lagos.

 

E.   Closing and Opening of Submissions.

  • Submission of Expression of Interest lender shall close at exactly 11.30 am on the 28th May, 2012 All submissions will be opened on the same day at 12 noon in Commercial and Business Development Conference Room, FAAN Headquarters, Ikeja- Lagos.

 

 

F.   Important Information.

  • FAAN reserves the right to verify the authenticity of any claims made on the expression of interest documents submitted by companies.
  • Failure to comply with the instruction(s) and provide any required documents) may automatically result in disqualification.
  • FAANreservestherightiorejectanyofailtheexpressionofinterestdocuments.
  • Original of all documents above must be produced for sighting at the opening and any other time requested.
  • Tender documents submitted late shall be rejected.
  • All submissions must be in English language,
  • This advert shall not be construed to be a commitment on the part of FAAN, nor shall it entail the Applicant to make any claim(s) whatsoever and/ or seek any indemnity from FAAN, by virtue of such applicant having responded to this publication.

 

Signed MANAGEMENT

Procurement of Drugs at Gombe State Malaria Control Booster Project (GSMCBP)

Invitation for Bids (IFB) Nigeria

Gombe State Malaria Control Booster Project

CREDIT NO: 4250 UNI

Procurement of Drugs

GSMCBP/NCB/01/12

Date of issuance: 30th April, 2012

 

 

1.         The Federal Government of Nigeria has applied for a Credit from the International

Development Association (IDA) toward the cost of  Malaria Control Booster Project, and it intends Jo apply part of the proceeds of this credit to payments under the Contract for Procurement of Drugs

 

2.         The Gombe State Malaria Control Booster Project (MCBP) now invites scaled bids

From eligible and qualified bidders for Supply of Drugs.  Bidders may bid and discounts offered for any lot would be accepted.

 

Item No. Description of Goods Unit Quantity Bid Validity Bid Security Delivery period Delivery Location
1 ORS Satchets 300,000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
2 Albendazole Suspeusion Doses 250,000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
2 1 Paracetamel Syrup Doses 50.000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
2 Cotrimoxazele Suspeusion Doses 50.000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
3 Amoxycillin Suspeusion Doses 25.000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
4 Vitamin B. Complex Syrup Doses 25,000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
3 1

 

 

Fersolate Tablet Doses 900 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
2 Folic Acid tablets Doses 400 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
3 Sulphadoxine 500mg Pyrimethamine Tablets 25mg Doses 220.000 Doses 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.

 

4.         Bidding Will Be Conducted through the National Competitive Bidding NCB) procedures as specified in the World Bank’s guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.         Interested eligible bidders may obtains further information from and inspect the Bidding Documents at the address given from 10:00Am through 4:00PM on Mondays to Thursday s and 10:00Am through 12:00 Noon on Fridays, except on public holidays.

 

6.         Qualifications requirements include: All, as contained/listed in the SBS of Bid Document. A margin of preference for certain goods manufactured domestically shall not be applicable.

Additional details are provided in the Bidding Documents.

 

7.         A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of N10,000:00 (Ten Thousand Naira) Only . The method of payment will be in cash or Bank Draft. The Bidding Documents will be collected by hand or sent by courier services on request.

 

8.         Bids must be delivered to the address below on or before 1 2:00 Noon, 30th May, 2012.

Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12:00 Noon, 30th May, 2012.

All bids must be accompanied by a Bid Security of not less than 2.5% of the Bid price or an equivalent amount in a freely convertible currency.

 

9.         The address referred to above for bid submission purposes is:

Attention: Dr. Arnold Abel Y.

The Project Manager

Gombe State Malaria Control Booster Project,

New GRA, Behind Bulma Guest Inn, Gombe,

Gombe State, Nigeria.

Tel. No: 03023706184, 08028397230.

E-mail: arnobel95@yahoo.com

The deadline for the submission of bids is:

Date: 10th May, 201 2 Time: 12:00 Noon

Production of Branded T-Shirts, Face Caps, Stickers and 2013 Wall Calendar at Gombe State Malaria Control Booster Project (GSMCBP)

Invitation for Bids (IFB)

Gombe State Malaria Control Booster Project

CREDIT NO: 4250-UNI

Production of Branded T-Shirts, Face Caps, Stickers and 2013 Wall Calendar

IFB No: GSMCBP/NCB/03/12

Date of issuance: 30th April, 2012

 

1.       This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue no. GNP/001 /06 of 13th September, 2006

2.       The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for Production of Branded T-­shirts, Face Caps, stickers and 2013 Wall Calendar

 

3.       The Gombe State Malaria Control Booster Project (GSMCBP) now invites sealed bids from eligible bidders for:

 

Lot Item No. Description of Goods Unit Quantity Bid Validity Bid Security Delivery period Delivery Location
1 T-SHIRTS No 2000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
2 FACE CAPS No 2000 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
3 STIKERS No 1500 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.
Lot 2 1 WALL CALEN DAR No 1500 90 Days At least 2.5% of the Bid Price 60 days Gombe State Malaria Control Booster Project Central Medical Store, Behind Railway Station Gombe.

 

Bidders may bid for any one or more lots and discounts offered for the award of

combined lots will be considered in bid evaluation.

 

4.         Bidding Will Be Conducted through the National Competitive Bidding NCB) procedures as specified in the World Bank’s guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.         Interested eligible bidders may obtains further information from and inspect the GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP), and inspect the bidding documents at the address given below from 8:00am to 4:00pm, Monday to Friday, except on public holidays.

 

6.       A complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of N 10,000:00 (Ten thousand Naira only) or its equivalent in any freely convertible currency. The method of payment will be certified cheque or bank draft in favor of GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP). The document will be collected by bidder’s representative.

 

7.       Bids must be delivered to the address below at or before 12:00 Noon. 30th May, 2012. Electronic bidding will not be permitted. All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will, be opened in the presence of the bidder’s representatives who choose to attend at the address below at 12:00 Noon, 30th May, 2012.

 

8.       The address referred to above is:

Project Manager,

Gombe State Malaria Control

Booster Project (GSMCBP)

New GRA, Behind Bulmaguest Inn, Gombe

Tel: 08036140724, 07062518618

E-mail: arnobel195@yahoo.com