Invitation for Pre-qualification and Tender at Gwagwalada Area Council

Gwagwalada Area Council

Invitation for Pre-qualification and Tender

1.0       Introduction

1.1       The Gwagwalada Area Council intends to engage the services of credible and reputable  companies/contractors for the construction and  procurement of selected works under the year 2012.

 

1.2       The Area Council therefore wishes to invite response from competent and reputable  contractors for pre-qualification/Tender for the construction and  procurement of the  works categorized  under the following  lots:

 

Lot 1: Rehabilitation of Phase II WAEC Secretariat – Sharia Court Secretariat Road

Lot 2:  Construction of Dobi township road Phase II

Lot 3   Construction of ECWA Church – Demonstration Primary School road

Lot 4:  Construction of  Gwako II –Gwako I Road

Lot 5   Construction of Police  outpost at Phase 3 Gwagealada

Lot 6:  Construction of Prototype Health Clinic at Phase  3 Gwagwalada

Lot 7:  Purchase and supply of a New  Toyota LandCruiser Prado Jeep; 4 – Cylinder 2.7 Litres VVT-I Engine: 2011 Model, TXL Series

Lot 8:  Purchase and supply of a New Toyota Camry Saloon Car, 2.4 Litres; 2011 Model XLE Series

 

2.0       Eligibility Criteria

(a)                   Evidence of registration with Corporate Affairs Commission (CAC) by Inclusion Certificate of Incorporation and Article of Association.

(b)                   Last 3 years Tax Clearance Certificates.

(c)                    Detailed Company Profile giving names or list of key professionals, administrative staff with their qualifications and verifiable evidence of registration with professional bodies.

(d)                   Evidence of registration with Gwagwalada Area Council

(e)                   Possession of experience as a main contractor in at least three (3) projects of similar nature and complexity with verifiable letters of contract award and certificate of job completion within the last three (3) years.

(f)                    Verifiable evidence of finance support by a reputable bank including one year bank statement.

(g)                   Audited account details for the last three (3) years,

(h)                   Evidence of pension and security contribution,

(i)                     VAT registration with evidence of remittances.

(j)                     Comprehensive company Profile including registered address, functional contact email, GSM phone numbers),

(k)                    A Statement of Declaration that:

(i)         The Directors of the company seeking pre-qualification had never been convicted in criminal proceeding by any court of Law

(ii)        None of the Key procurement Officers of the Area Council is a former or present director of the company.

3.0       Collection of Tender Document

Tender documents are to be collected from the Works Department upon Presentation of evidence of payment of non-refundable tender fee from Revenue Office.

 

4.0       Submission of Pre-Qualification/Tender Documents

4.1       Interested bidders are to submit pre-qualification and tender documents in two different sealed envelopes appropriately marked “Pre-qualification” and  “Tender” with the company name indicated at the back of each envelope. Both envelope marked the lot number at the top right hand corner and addressed to:

 

 

The Secretary Tender Board,

Gwagwalada Area Council

FCT – Abuja.

 

4.2       Completed documents should be submitted not later than 12,00 Noon Local time 7th May 2012. The documents shall be opened 8th May 2012 by 12.00 Noon in the Conference Hall of Gwagwalada Area Council.  Interested bidders or their representatives are hereby to attend the opening function.

 

5.0      Disclaimer and Conclusion

 

5.1      This announcement is published for information purposes only and does not constitute an offer by the Area Council transact with any party nor does it constitute a commitment or obligation on the part of the Area Council to procure works.

5.2       Failure to comply with the above requirements would automatically result in disqualification, while Bid documents submitted late shall be rejected.

 

5.3       The Tender Board reserves the right to verify the authenticity of claims made in the documents submitted

5.4       The Tender Board will not be responsible for any costs or expenses incurred by any interested party in connection with any response to the invitation and or the preparation or submission in response to any inquiry.

 

5.5       The Tender board is not bound to shortlist any bidders and reserves the right to annual the selection process at any time without incurring any liabilities.

 

5.6      The tender Board reserves the right to reject any tender in part or in full

 

5.7      The Tender Board is not bound to accept the lowest tender

 

Signed:

Alh. Isah. N. Dangara

For: Chairman Tender Board

 

 

 

 

Invitation for Bids for the Supply of Office Chairs and Office Desks at Securities and Exchange Commission

Securities and  Exchange Commission

Plot 272/273, Samuel Adesujo Ademulegun Street

Central Business District Abuja

Email: sec@sec.gov.ng Website: www.sec.gov.ng

Invitation for Bids for the Supply of Office Chairs and Office Desks

A key regulator in me financial services sector intends to acquire 52 units of Swivel Chairs and office desk for its Middle level cadre staff.

 

Interested Bidders are hereby invited to quote for same in a sealed envelope addressed to the Secretary Major Tenders Board, with the above title boldly written on the top right hand corner of the envelope.

 

The Swivel Chairs and office desks must comply with the following specifications:

 

Swive/ Chairs :

52 units of Medium Swivel Chairs with armrests, black metal frame on rollers, 2 point adjustable high back upholstered, fabric black mottled full high back rest, and leather cover black.

 

Office desk:

52 units of office desk with one drawer box right, lockable in laminate cherry finish (H750/W12007D800).

 

The quotations should be addressed to Secretary Major Tenders Board SEC Tower, Abuja  on or before 29th May, 2012.  Successful Tenders shall be required to deliver the Swivel Chairs and office desks to the Commission’s Head office.

 

Pre-Qualification  Requirements:

  • Interested  Bidders should include in their submission:
  • Evidence of registration with  Corporate Affairs Commission.
  • Full details of the Company Profile
  • CV’s of key personnel, showing experience and technical qualification
  • Evidence of remittance of Staff Pension contribution
  • List and verifiable evidence of similar jobs previously handled, stating the values, clients and reference persons.
  • Tax clearance for 3 years.
  • VAT registration certificate.
  • Full office address, and contact persons, (The sealed envelope should also bear the contact information)
  • Company Audited Accounts for 3 years,
  • Bank reference,
  • Evidence of financial capacity or bank support.
  • Payment of N10.000.00 (Ten thousand naira only) non refundable fee with a crossed bank draft (payable to Securities and Exchange Commission) attached to the  Bid document.

 

General Information

Late  submission will not be accepted

The Commission reserves the right  to verify the  authenticity and accuracy of claims  made in the submissions

The Commission reserves the right  to abort the  process accept or reject any Bid, if deemed necessary to do so. Only successful Bidders  will be contacted.

 

Submission

The Bid should  be submitted on or before 29th May, 2012 in a sealed envelop clearly marked “Confidential/supply of Office  Chairs” and  addressed to:

 

The Secretary Major Tender Board,

Securities and Exchange Commission

Plot 272 Samuel A. Ademulegun Street

Central Business District, Abuja.

 

and dropped in the Tenders Box  at the office of Director of  Administration on  Second floor within the  official hours of 8.30am and 4.00pm.

 

Enquiries

For necessary clarification or additional information, contact the  Director of Administration, SEC HQ, Abuja between the  hours of 10.00am to 1.00pm on working  days  within the  submission period.

 

Opening of Bids

The bids shall be opened on Wednesday 30th May, 2012 by 2.00pm at the multi-media centre of the  Commission’s head office, Abuja. Members of the public NGOs and the applicants are invited to witness the opening exercise.

 

Signed

Management

Invitation for Pre-Qualification of Contractors for 2012 Recurrent/Capital Projects of the Nigeria Police Force at Nigeria Police

Nigeria Police

Force Headquarters Purchasing and Tenders Board

Shehu Shagari Way, Louis Edet House, Force Headquarters, Abuja

 

Invitation for Pre-Qualification of Contractors for 2012 Recurrent/Capital Projects of the Nigeria Police Force

 

A.        Preamble:

In compliance with the Due Process requirement for the certification of procurements of goods and services in Federal Government Ministries and Parastatals, the Nigeria Police Force invites competent contractors in categories ‘B’ and above to pre-qualify for consideration in tendering for the Construction works. Rehabilitation works and the Procurement of Goods and Services in category ‘B’ below (Lots 1 -11).

 

 

B.        The Scope of Works Shall Consist Of the Followings:

 

Lot 1   Construction/Rehabilitation

1a        Construction Works

Construction of Police Residential Buildings, Office Accommodations, Dormitories, Police Stations, SPO’s Quarters, Barracks. Cadets Hostels, Workshop/Laboratories, Classrooms, Admin Block, Road, Drainages. Blockwall Fence in all States of the Federation.

 

1b       Construction Works

Construction of Boreholes in Police Formations across the country.

lc         Rehabilitation Works

Rehabilitation of Police Residential Buildings and Offices, i.e Police Stations, Mechanical Workshops, Police Clinics, State Headquarters Complex, Cadets’ Hostels, Dormitories and Classrooms in all Police Training Institutions, SPOs Quarters. Inspectors Quarters and Rank and File Quarters in all States of the Federation.

 

1d       Procurement Of Construction Equipment

Procurement of Works Department Construction Equipment.

 

1e        Construction of Observation  Posts Along Major Highways

Construction of Observation Posts along major highways in the Federation.

1f         Provision of Traffic Controller’s Housing

 

Lot 2   Communications

2a        Procurement of Two- Way Radio Communication Equipment (such as UHF Portable/Base/Mobile Transceivers, UHF Repeater Stations, HF Systems, Power Backups, Workstations, Wireless Network Radio Equipment/Connectivity, Cooliing Systems, PABX System, Communication accessories etc).

 

2b        Equipping of Observation Posts on Major Highways with Communication Systems and Monitors (such as UHF/HF Radio Systems, Power Backups, Equipment Desk & Chairs, Communication accessories etc).

 

2c        Equipping of Communications Training Colleges in Ikeja and Kaduna (such as workstations, Teaching Aid Equipment, Photocopies, Test & Laboratory equipment, PABX System, Local Area Networking (LAN) & Connectivity, UHF/HF Radio Equipment, UHF Repeater Station, Cooling System, Mobile Wireless lab, Instructor Station, Support and containment Pack, Electronic/normal white board, Power backups/Generating sets, Training Laboratory Furniture Fittings etc).

 

Lot 3   Air Wing

3a        Purchase of Workshop and Ground handling Equipment for Lagos and Abuja.

 

Lot 4   Marine

Lot 4a Procurement of Marine engines (Complete) and life saving apparatus

 

Lots5 Dogs

5a        Purchase of Alsatian/Rottweiller Dogs

5b        Purchase of dog Equipments/Accessories

 

Lot 6   Veterinary

6a        Development and Equipping of Veterinary Clinics.

6b        Development of Diagnostics Laboratory/ Radiology.

6c        Establishment and Equipment

 

Lot 7   Mounted Troop

7a        Purchase of Police Patrol Horses

7b        Purchase of Police Patrol Horse accessories i.e. Ceremonial Epaulette, Lances, Plum, Saddles and Briddles etc.

 

Lot  8  Transport

8a        Supply of Patrol Vehicles (Pick-up, Patrol Jeeps, Patrol cars. Kennel Patrol Vans,

Buses, Patrol Motorcycles, etc).

8b       Supply of other Specialized Operational Vehicles (Lorries, Troop Carriers, Mobile

Workshop Vehicles, Recovery Vehicles, Buses, Water Tankers, etc).

8c        Supply of Fuel and Lubricants (PMS, AGO and Lubricants).

8d        Supply of Workshop Tools and Equipment

8e        Auctioning of Motor Vehicles and Cycles

 

Lot 9   Servicom

9a        Procurement of Equipment for Servicom Unit in 37 Commands including FCT Abuja

LOT 10 Quartermaster

10a     Supply of Clothing and Accoutrement to the Nigeria Police Force.

 

Lot 11 Info-Tech

11a     Procurement of Computer Hardware and Equipments:- HP Desktop

Computers; HP Laptop Computers with the accessories; HP Desk Jet Printers;

HP Color Leser Printers; Scanners; White Digital Board; UPS; Inverters and

Servers

11b.    Software:- Design, Development and Installation of Human Resources Management Software with biometrics.

11c      Development and Deployment of Internet/E-mail Platform Microsoft Exchange Server.

11d     Procurement of Computer consumables.

 

C.        Pre-Qualification Requirements

Submission of Company Profile containing the following:

1.         Company Organogram

2.         List of key personnel (Technical and Administrative) including photocopies of staff qualification and current pay slip.

3.         List of Plant and Equipments owned or to be hired with proof of ownership if owned.

4.         Previous works successfully completed with letters of award and completion certificates attached.

5.         On-going works and their details including locations.

6.         Financial statements and bankers.

7.         Tax clearance certificate (for past three(3) years) to be strictly verified by FIRS Hqtrs.

8.         Evidence of company Registration with Corporate Affairs Commission (C. A.C.).

9.         Evidence of PENCOM Registration.

10.       VAT Certification.

11.       Auctioning Licence (LOT 8e only)

 

D.        Submission of Pre-Qualification Documents;

The Pre-qualification documents should be neatly packaged in a sealed envelope and marked at the top left-hand corner “Confidential Pre-qualification Document” stating the LOT and addressed to “The Secretary, Nigeria Police Procurement Committee, ‘C’ Department (Procurement), FHQ, Nigeria Police Force, Louis Edet House, Abuja.

 

The sealed envelope should be deposited in the tender box provided for this purpose on or before 25th May, 2012 by 12.00 noon.

 

E.        Please Note

This is NOT an invitation to tender. Notwithstanding the submission of Pre-qualification information, the Nigeria Police is neither committed nor obliged to include any company’s name in any bid list or award any contract to any Company on the bid list.

 

There shall be no mobilization fees as any payment shall strictly be based on evaluation of work already done on site.

 

Force Headquarters Purchasing and Tender Board reserves the right to reject any or all pre-qualification packages. This notice of Invitation to Pre-qualify’ shall not be construed as commitment on the part of the FHP and TB nor shall it entitle any company to make  claims whatsoever or seek any indemnity from the Nigeria Police.

 

Signed

Secretary

Force Headquarters Tenders Board

The Nigeria Police

Force Headquarters,

Shehu Shagari Way

Louis Edet House, Abuja.

Invitation for Submission of Technical and Financial Bids for MDGs Projects (Works) Under The 2012 Appropriation at Office of the Senior Special Assistant to the President on the Millennium Development Goals

Federal Government of Nigeria

The Presidency

Office of the Senior Special Assistant to the President on the Millennium Development Goals

Invitation for Submission of Technical and Financial Bids for MDGs  Projects (Works) Under The 2012 Appropriation

1.         Introduction

The Federal Government of Nigeria through the Office of Senior Special Assistant to the President on MDGs (OSSAP-MDGs) is desirous of executing the 2012 MDGs Projects in various constituencies/locations in the 36 States of the Federation and the FCT. Therefore, the services of Competent Contractors are required for the Construction of Building Projects in the Education, Health, and Community based sectors.

 

1.1       Scope of Works

A.        Lot   1-   Construction   of 3   Classroom   Block   with  VIP  toilets  and

– Handpump Borehole where applicable;

– Construction of 3 Classroom Block with VIPToilets without Borehole;

Construction of 2 Classroom Block with VIP toilets, Staff Room, Dining and Hand-pump Borehole where applicable.

 

B.        Lot   2-    Construction of Computer Centre;

– Construction of Community Library.

 

C.        Lot 3 –  Construction of Vocational Centre + ICT Training Centre.

D.        Lot4 –   Community Hall (Type A).

E.        Lot 5-   Community Hall (Type B):

– Community Hall (Type C);

F.         Lot 6 Community Hall (Type D);

-Skill Acquisition Centre (Type A).

G.        Lot 7  Skill Acquisition Centre (Type B); – Skill acquisition Centre (Type C).

H.        Lot 8 Skill acquisition Centre (Type D).

I.          Lot 9 Construction of Primary Health Centre without Borehole.

J.         Lot 10 Construction of Emergency Obstetric Care Unit.

K.        Lot 11 Construction of Cottage Hospital. :

L.         Lot 12 Construction of motorised Borehole; – Construction of Solar-powered Borehole; – Construction of Hand-pump Borehole.

M.        Lot 13-   Construction of Community-based water supply plus reticulation.

N.        Lot 14 –    Conventional Street Light; – Supply of 500 KVA Transformer and

connection to National Grid;

Supply of 300 KVA Transformer and connection to National Grid; –

Solar Street Light.

O.        Lot 15- Construction of Rural access road.

P.        Lot 16 – Expansion of water ways

 

 

Interested Bidders are requested to submit Technical and Financial bids for the above listed Projects. Bidders should bid for projects within the geopolitical zone of their operation and must be prepared to engage the services of local skilled and unskilled workforce within the zone where available.

 

2.0       Eligibility Criteria

a)         Evidence of registration with Corporate Affairs Commission (CAC) namely: Certificate of Incorporation and Article of Association;

b)         Tax Clearance Certificate for the last 3 years: 2009,2010 and 2011;

c)         Evidence of Pension Contribution and Remittances of employee pension for Firms having more than five (5) employees;

d)         Evidence of VAT Registration and Remittance; !

e)         Detailed Company Profile including Curriculum Vitae of Professional Staff for the Project, academic and professional certificate, documents detailing experience and attestation of availability;

f)          Evidence of experience in at least (5) jobs of similar nature and complexity executed within the last three years with verifiable letters of contract award, evidence of payment and certificate of job completion;

g)         Evidence of financial capability /reference letter from a reputable Bank indicating Firm’s minimum financial balance of N20 million;

h)        For Joint Venture, include Memorandum of Understanding;

i)          Full account details including SORT code;

j)          Annual Auditors Report for the last 3 Years (2009, 2010, and 2011). Each Year should have a minimum of N100 million Turnover. Auditors Report must be stamped and sealed by a Chartered Accounting/Audit Firm;

 

3.0       Collection of Bidding Documents

3.1       Upon presentation of evidence of payment of non-refundable tender fee of N30, 000.00  into State House MDGs Account, Contractors shall on written application collect  Standard Bidding; Documents from:

 

The Office of the Senior Special Assistant to the President on MDGs,

Suite 201,2nd Floor, Block A, Bullet House,

Federal Secretariat,

Shehu Shagari Way, Central Business District, Abuja.

 

3.2       Submission of Bids

Technical and Financial bids (2 hard copies and 1 soft copy) shall be submitted in two different sealed envelopes and labelled “Technical Bid” and Financial bid” respectively with the Company’s name indicated at the back of each envelope.

Both envelopes should be sealed and placed in a third envelope marked with the

Lot No and Name at the Top right hand corner and addressed to:

 

The Senior Special Assistant to the President on MDGs,

Suite 201,2nd Floor, BlockA, Bullet House,

Federal Secretariat,

Shehu Shagari Way,

Central Business District,

Abuja.

 

3.2.1   The closing date for the submission for all Lots is on or before 12.00 noon on Thursday 17th of May, 2012.

 

3.2.2   Only Bidders whose Technical bids fulfil the minimum requirements will have their Financial bids considered.

 

3.2.3   All inquiries should be directed to the Office of the Senior Special Assistant to the President on MDGs at the above address.

 

3.2.4   Bids will be opened on Thursday 17th of May, 2012 at the Atiku Abubakar Conference Hall 2nd Floor, Block A, Federal Secretariat at 1.00pm in the presence of all Bidders who wish to witness it, representatives of relevant professional bodies, representatives of Non Governmental Organisations for transparency.

 

4.0       Note

4.1       Contractors should specify State of interest;

4.2       Originals of Evidence in 2(a) to 20′) above will be sighted during Bid opening.

4.3       Documents submitted will be verified from relevant Government Agencies.

4.4       No advance payment will be paid.

4.5       Payment will be made only in two tranches, Fifty Percent Payment on completion of Sixty Percent work and One hundred Percent Payment on delivery.

 

5.0       Disclaimer and Conclusion

5.1       This announcement is published for information purpose only and does not constitute an offer to transact with any party for the Project, nor does it constitute a commitment or obligation on the part of OSS AP-MDGs.

 

5.2       OSSAP-MDGs will not be responsible for any cost or expenses incurred by any interested party(ies) in connection with any response to this invitation and or the preparation or submission in response to an enquiry.

 

5.3       OSSAP-MDGs is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

 

Signed

Mr. I. O. Babalola

Director (MDGs)

For: Dr (Mrs) Precious K. Gbeneol

B. Med. Sci.(Pharmacology), MBBS, MPH, FWACP, FMCFM

Senior Special Assistant to the President on MDGs

Invitation for Expression of Interest of Manufacturers, Suppliers and Contractors for the Provision of Goods, Works and Services for 2012 Fiscal Year at Sapele Power Plc, Ogorode Sapele, Delta State, Nigeria

Sapele Power Plc

Ogorode -Sapele, Delta State, Nigeria

Information on 2012 Procurement

Invitation for Expression of Interest of Manufacturers, Suppliers and Contractors for the Provision of Goods, Works and Services for 2012 Fiscal Year at Sapele Power Plc, Ogorode Sapele, Delta State, Nigeria.

1.       Introduction:

Sapele Power Plc., Ogorode Sapele, Delta State, Nigeria hereby notifies interested companies and the general public of her intended procurements for the year 2012.

 

The procurements are to be funded by FY2012 Federal Government of Nigeria Budgetary Appropriation. Consequently, Sapele Power Plc, Ogorode Sapele invites reputable companies, Manufacturers, Suppliers and or Contractors to express interest for the provision of the following goods, works and services.

 

2.       Profile of Projects:

 

Lot Description
1 Complete upgrade of generator static excitation system of steam turbine (ST01)
2 Complete overhaul of generator rotor of steam turbine No. 1 (ST01)
3 Condenser Neck seal repair of steam turbine No. 1 (ST01)
4 Complete upgrade of generator static excitation systems of steam turbine ST02
5 Procurement of 1 No. boiler feed pump
6 Replacement of high pressure (HP) Heater 4 & 5 of steam turbine No. 2 (ST02)
7 Procurement of 10 Ton Forklift
8 Supply of BFP Non- Return valve (TDK VALVE) Automatic Re-Circulating Valve
9 Complete overhaul of Demineralization Plant
10 Complete Refurbishment of water intake system; Pumps, Bar Rakes; Band Screen etc.

 

 

3.       Pre-Requisite Requirements:

In order to be considered responsive, interested Manufacturers, Suppliers and or Contractors are hereby requested to submit expression of interest in writing for relevant areas of interest.

 

The submission should include the following:

Evidence of Incorporation (Copy of Certificate of Incorporation of Company in Nigeria or Overseas).

 

Evidence of valid Tax Certificate (Copy of Valid Tax Certificate for the past three consecutive years).

 

Evidence of VAT certificate (Copy of VAT Certificate).

 

Company Profile which must include Organizational structure, CV of Key personnel, Current workman compensation insurance certificate and detail of experience/technical capacity of key staff in the specified category with emphasis on projects executed.

 

Evidence of Manufacturer/Franchise/Manufacturer’s representative (Copy of Letter of authority)

 

Evidence of financial capability/Bank support.

 

Copy of Company Audited Account/Annual Report for 3 consecutive years

 

Annual Turn Over/Financial statement

 

Evidence of Staff Pension Scheme

 

Evidence of having executed similar project and knowledge of industry (Copies of Orders, Delivery Notes/Job completion Certificates/Payment) where available.

 

4.       Submission of Documents

Expression of Interest should be for each Lot and documents for different Lots must be in separate envelopes. The pre-requisite documents should be duly signed by the company’s authorized representative. The documents should be bound in four (4) copies One (1) original and three (3) copies for each Lot. The submission should be in sealed envelopes marked “(Expression Interest for the…. (Please indicate Lot No./Project description/Name/closing date and Original or Copy)” at the top left hand corner of the envelopes.

 

Clearly indicate the name, mailing address and GSM No. of your Company on the reverse side of the envelopes. The four (4) documents /envelopes MUST be enclosed in an outer envelope clearly marked as specified above.

 

The documents should be addressed and submitted on or before Thursday, 10th May, 2012 by 12.00 NOON to:

 

The Chief Executive Officer,

Sapele Power Plc, Ogorode Sapele, Delta State, Nigeria.

 

5.       Important Information

  • Only the Companies adjudged technically responsive will be considered for Competitive tender.

 

  • The adjudged technically responsive Companies shall be invited to purchase the bid Document(s) at the stipulated amount.

 

  • The Companies shall be required to pay a non refundable bid processing fee of N15,000.00/lot, payable to Sapele Power Plc, Ogorode Sapele, Delta State.

 

  • This notice is not an invitation to Bid please.

 

  • Sapele Power Plc, will not enter into any correspondence with any unsuccessful bidder.

 

  • Interested Contractors are advised to visit site/contact The Chief Executive Officer or the Principal Manager (Procurement), Sapele Power Plc, Ogorode Sapele, Delta State, for more information if in doubt.

 

MANAGEMENT

SAPELE POWER PLC