Invitation for Pre-Qualification to Tender at Rufus Giwa Polytechnic, Owo, Ondo State

Rufus Giwa Polytechnic, Owo, Ondo State

Invitation for Pre-Qualification to Tender

 

1.       Introduction

In line with the requirements of the Tertiary Education Trust Fund (TET Fund), Rufus Giwa Polytechnic, Owo is calling for competent and highly experienced Contractors to participate in the following competitive tendering processes of selecting Contractors to execute the 2009-2011 (merged) TET Fund normal intervention projects in the Institution.

2.    Projects Scope/ Description

Lot I:     Construction of a millennium complex of 3-no 250 sealer capacity lecture theatres.

Lot II:   Construction of a storey block of classrooms and offices for the Department of Food Technology.

Lot III:  Procurement and installation of 1 -no 500 K VA and 1 -no 300 K VA Cummins Generating Sets.

3.       Pre-Qualification Criteria

a)       Only Contractors with proven capability, relevant experience and good track record of project delivery (cost, quality and time) will be considered.

b)      Company profile and organizational structure, including names, resumes and telephone numbers of key personnel.

c)       Verifiable list of previous similar projects successfully carried out within the last three years, with Client’s names, evidence of award and practical completion.

d)      Evidence of Incorporation of Company by the Corporate Affairs Commission (CAC)

e)       Company Tax Clearance Certificate for the last three years (2009, 2010 & 2011)

f)      Education Tax Clearance

g)       Equipment and Technology capacity

h)      VAT registration and evidence of past VAT remittances.

i)       Experience/Technical qualifications of key personnel with copies of certificates

j)       Audited Annual Financial Report of the Company for the last three years (2009, 2010 and 2011)

k)      Evidence of financial strength (Bank Statements for the last six months, credit worthiness, financial Bids, etc.)

l)       Evidence of community and social responsibility (if any)

m)     A sworn affidavit indicating the authenticity and verifiability of all submissions

n)     A sworn affidavit indicating that none of the Directors of the company had been convicted for any criminal offence either at home or abroad.

o)      A sworn affidavit confirming that no officer of Rufus Giwa Polytechnic, Owo is a former or present Director/Shareholder or has any peculiar interest in the company.

4.    Submission of Pre-Qualification Documents

All pre-qualification documents, well bound in wax sealed envelopes with Pre-Qualification’ boldly written at the left hand side should be submitted (hand delivered) on or before Monday, 30th April 2012 by 12.00 noon, to:

The Ag. Registrar/Secretary to the Governing Council,

Rufus Giwa Polytechnic,

Owo, Ondo State.

 

5.     Opening of Pre-Qualification Bids

Pre-Qualification documents shall be opened at 12.00 noon on Monday, 30th April 2012 at the Council Chamber of the Polytechnic. All Bidders and/or their representatives are enjoined to be present at the opening.

6.    Notification to Pre-Qualified Bidders

Names of pre-qualified Contractors/Suppliers shall be communicated to them via text messages and also displayed on the notice boards at the Rectory, Registry and the Physical Planning Unit of the Institution by 2.00 pm on Wednesday, 2nd May 2012.

 

7.    Collection of Tender Documents

Pre-Qualified Contractors/Suppliers shall be required to collect Tender Documents from the Physical Planning Unit, upon making the payment of N50,000.00 (Fifty Thousand Naira only). Details regarding all payments should be obtained from the Bursary Department of the Institution.

 

8.     Submission of Tender Documents

Completed Tender Documents which must not bear marked identity of the Contractor/Supplier should be submitted on or before Wednesday, 30th May 2012 by 12.00 noon to:

The Ag. Registrar/Secretary to the Governing Council,

Rufus Giwa Polytechnic,

Owo, Ondo State.

9.     Opening of Tenders

Tenders shall be opened at 12.00 noon on Wednesday, 30th May 2012 at the Council Chamber of the Polytechnic in the presence of the Polytechnic functionaries and officials from TET Fund. All Tenders and/or their representatives are enjoined to be present at the Tender opening.

10.     Important Notice

i.        That the Institution is neither committed nor obliged to award contract to any Contractor/Supplier by virtue of being pre-qualified

ii.       That no Contractor/Supplier shall be entitled to any claim or indemnity of any form from the Institution as a result of this advertisement.

Signed

M.T. Ibrahim

Ag. Registrar/Secretary to the Governing Council.

General Procurement Notice for 2012 Capital and Recurrent Projects at Nigerian Railway Corporation

Nigerian Railway Corporation

General Procurement Notice for 2012 Capital and Recurrent Projects

Introduction

The Nigerian Railway Corporation intends to undertake the Procurement of various projects under the 2012 capital and Recurrent Budget.

 

In compliance with the Public Procurement Act 2007, the Corporation wishes to put on alert all interested and reputable Contractors/Suppliers/ Consultants with relevant experience for consideration for execution of the projects.

 

 

S/No. Description
1 Transport Rehabilitation and Modernization Programmes including Track, Stations, Buildings and Bridge maintenance.
2 Workshops and Training Schools Rehabilitation including Procurement of Workshop Equipment.
3 Procurement/Rehabilitation of Locomotives, Coaches and Wagons narrow gauge
4 Train Operations consumables, parts and all other related items
5 Office stationery and ICT hardware and software.
6 Facilities Management, building maintenance and Insurance Services
7 Human Capacity Development

 

The Procurement will be subjected to due process mechanism and open to all eligible bidders. Subsequently within the Procurement year, specific procurement notices for these procurements will be placed on the Procurement Notice Boards of the Nigerian Railway Corporation, National Dailies and Federal Tenders Board Journal depending on their threshold as soon as their relevant solicitation/bidding documents are finalised.

 

Interested eligible bidders who wish to participate in the bidding process are advised to lookout for the subsequent advertisements.

 

Please note that all the documents on responsive criteria such as Corporate Affairs Commission (CAC), Value Added Tax (VAT), Pension Commission (PENCOM) and Tax Certificates may be referred to the Security Agencies, Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS), National Pension Commission and other relevant bodies for verification. The Corporation also reserves the right to invoke the provisions of Section 28 of the Public Procurement Act (PPA) 2007 without incurring any liability to the bidder.

not later than 30th April, 2012

Signed:

Management

Invitation for Pre-Qualification for 2012 Capital Budget at Nigerian Communications Satellite Ltd

Nigerian Communications Satellite Ltd

Invitation for Pre-Qualification for 2012 Capital Budget

The Nigerian Communications Satellite (NIGCOMSAT) Limited, a company under the new Federal Ministry of Communication and Technology, was incorporated in April 2006 to operate and manage Nigerian Communications Satellite-1 which is now named NigComSat-1R (NigComSat-lR, Africa’s first communications Satellite) and others to be launched in the future. Its mission is to manage and exploit the commercial viability of the Nigerian Communications Satellite ( NigComSat-1 R) for the socio-economic benefit of the nation. As a critical ICT infrastructure, NIGCOMSAT Limited is set to alleviate poverty, bridge the digital divide and the continent as well as diversify the revenue base of the coun­try from oil to knowledge and services.

 

In order to accomplish the stated mission and actualize the mandates hereto, NIGCOMSAT Limited is upgrading some of the facilities at its Ground Station in Abuja.

 

Accordingly and in compliance with the due process guidelines, NIGCOMSAT Limited hereby invites experienced, reputable, competent and registered contractors with verifiable record of performance to bid for the following projects.

 

Scope of Work

Lot 1 Ground Infrastructure for N-1 R, DTH

  • 9m KU/KA-BAND earth station antenna
  • RF and Network Components for NigComSat Teleport
  • Spare RF Components for Satellite Control Equipment
  • Customer Premises Equipment (CPE) in KU/KA and extended C-band

 

Lot 2 Expansion of DTH Head end and procurement of SNG Equipments.

Lot 3 PCBME

  • Construction of PCBME Centre
  • Equipment for PCBME Centre

 

Lot 4 Internet Capacity (4 SMT 1)/Colocation Facilities

Lot 5 NigComSat 2&3 consultancy and frequency coordination

Lot 6 Road network completion at DTH/Micro-Electronic Center

Lot 7 Construction of Administrative Building for the Satellite Receiving Center

Lot 8 Operations Vehicle

 

3.0     Pre-Qualification Requirements

All interested companies are required to submit the following documents which will be used for technical evaluation criteria:

a)       Evidence of relevant and verifiable experience on similar jobs (Letter of Award, Completion certificate and list of similar completed or ongoing jobs including pictorial evidence)

b)      Evidence of Incorporation certificate with corporate affairs commission CAC.

c)       Evidence of VAT Registration/TIN and Company audited Account for three (3) years. 2011, 2010, 2009

d)      Evidence of financial capability including bank reference and current statement of account.

e)       Evidence of compliance with the pension reform act, 2004 with updated remittances

f)       Legally binding joint ventures agreement if the bid is in partnership or in a consortium with others

 

4.       Tender Document Collection

All prequalified companies would be issued tender documents.

 

5.0     Submission of Tender Documents

Completed technical and financial bid shall be submitted in two separate envelopes, sealed and clearly marked “Technical Bid for Lot No. and Financial bid for Lot No. all clearly writ­ten the project title and expressly address to:

 

The Managing Director,

Nigerian Communication Satellite Limited,

Obasanjo Space Centre,

Umaru Musa Yar’adua Way, Abuja.

 

6.0     Closing Date

Tender Submission shall close on 30th April 2012 by 1 l:30am.

 

7.0     Bids Opening

All the technical bids and financial bids shall be publicly opened at 11.00am a week after the closure of submission of bids at NIGCOMSAT LTD Auditorium, Obasanjo Space Centre, Umaru Musa Yar’adua way, Abuja. All Tenderers and or their representatives, inter­ested member of the public are invited to witness the bids opening.

 

8.0     Important Notice

a)       All bids sent by post will be rejected

b)      Incomplete documents or late submission of bids documents will not be entertained

c)       False claims and failure to comply with the instructions above or to provide the listed document may automatically lead to disqualification.

9.0     Disclaimer

NIGCOMSAT LTD reserve the right to reject/accept any /all applications/ proposals without assigning any reason whatsoever.

Signed:

Management

2012 Invitation for Pre-Qualification Exercise at National Judicial Institute, Abuja

National Judicial Institute

Abuja

2012 Invitation for Pre-Qualification Exercise

The NJI, Abuja wishes to pre-qualify competent Contractors and Service Providers who may wish to apply for the above subject matter for the under listed jobs and services, in its 2012 fiscal year budget.

 

These goods and services are required by the National Judicial Institute in its office, Abuja.

 

Lot 1      Purchase of motor vehicle

Lot 2      Library books and periodicals

Lot 3      Production of NJI Publication

Lot 4      Fire Fighting Equipments

Lot 5      Materials and Supplies

Lot 6      Maintenance Services

 

B.      Pre-Qualification Requirements

Prospective Contractors shall be required to possess following pre-qualification Documents:

 

(a)     Valid Certificate of Registration/Incorporation

 

(b)     Current Tax Clearance Certificate for the last (3) years, Valid up to December 31st 2011.

 

(c)      Value Added Tax (VAT) Registration Certificate and Tax Identification Number (TIN).

 

(d)     Company’s resume including details of key staff (c) strength to be deployed for execution of the contract and their professional certificates should be attached.

 

(e)      Details of equipment and plants, including machinery owned or to be hired.

 

(f)      Name and address of banker(s) including a letter of reference/guarantee from the bank.

 

(g)     Evidence of involvement and experience in similar contracts stating contract sums and showing (f) evidence of award and timely completion.

 

(h)     Evidence of compliance with the provision of Section 16(6) (a-d) of the Public Procurement Act 2007.

 

BI.     Submission of Pre-Qualification Documents

Pre-qualification documents should be enclosed in a sealed envelope marked at the top centre “LOT No.” and at the bottom left “Pre-Qualification 2012” to the National Judicial Institute, Airport Road, Abuja, on or before 30th April 2012 and addressed to:

 

The Institute Secretary,

National Judicial Institute, Mohammed Bello Centre,

Adjacent Jabi Junction Fly-Over,

Umaru Musa Yaradua Express Way,

P.M.B 5020, Abuja.

 

Opening of the pre-qualification will take place at the NJI Auditorium, National Judicial Institute, Airport Road Abuja on 2nd May, 2012 by 12noon.

 

(a)     All Submissions would be verified from the relevant agencies like the Federal Inland Revenue Services, Corporate Affair Commission, etc.

 

(b)     This advertisement for “Pre-qualification exercise” shall not be construed to be a commitment on the part of the National Judicial Institute, Abuja nor shall it entitle the submitting Tenderer to make any claims whatsoever and or seek any indemnity from the National Judicial Institute by virtue of such Tenderer having responded to this advert.

 

(c)      Pre-qualification bid should be very clear about the bidders areas and proven competence and interest.

 

(d)     Proposal for different Procurement/Lot should be submitted in different envelopes.

 

(e)      Subsequent to this pre-qualification exercise, tender for contracts and jobs will be accepted only from pre-qualified contractors, and the National Judicial Institute, Abuja shall not enter into any correspondence with unsuccessful applicants.

 

(f)      Only regular stackers of goods are advised to apply as minimum period would be allowed between the date of award and final delivery.

 

(g)     All submissions will be verified as the case may be.

 

(h)     Late submissions will be rejected.

 

Signed:

The Institute Secretary,

National Judicial Institute, Abuja

2012 Invitation for Pre-Qualification for Tender at National Environmental Standards and Regulations Enforcement Agency (NESREA)

The National Environmental Standards and Regulations Enforcement Agency (NESREA)

(Establishment Act, 2007)

2012 Invitation for Pre-Qualification for Tender

The National Environmental Standards and Regulations Enforcement Agency wishes to pre-qualify competent contractors and other service providers who wish to tender for jobs in the various areas specified below. These services are required in our Head Office (Abuja) and Zonal/State Offices. The National Environmental Standards and Regulations Enforcement Agency (NESREA) hereby invites experienced competent and reputable contractors or Service Providers who are interested and offering services in the stated areas to apply for pre-qualification as required below.

 

(A) Office Furniture and Equipments

Lot 1:          Supply of Office Furniture.

Lot 2:          Supply of computer consumables.

 

(B) Computers, Information Management and Communication Equipments:

Lot 1:          Procurement and installation of high speed and high capacity computers with accessories.

 

Lot 2:          Procurement and Installation of Information Management Equipment

 

Lot 3:          Printing of Documents

 

Lot 4:          Production and printing of NESREA Documents and Souvenirs.

 

(C)  Construction/Renovation of Zonal/State Offices

 

(D) Power Generating Plant

Lot 1:    Provision of various  Capacities of generators.

 

Lot 2:    Installation/Construction of Generator House.

 

(E) Supply of Motor Vehicles

Lot 1:    Operational Vehicles.

 

Lot 2:    Double Cabin Vehicles.

 

Lot 3:    Staff Buses.

 

(F)     Library Books and Periodicals

Lot 1:     Supply of Law Books and other Periodicals.

 

Lot 2:     Provision of Library equipments.

 

Lot 3:     Supply of Environmental Books and Periodicals.

 

(G)    Office Stationery and Provision

Lot 1:     Supply of various Stationery.

 

Lot 2:     Supply of Office Provision.

 

(H)    Printing of Forms, Reports and Other Documents

Lot 1:     Printing of forms i.e. Licensing and Registration Forms,

 

Lot 2:     Printing of Treasury Forms.

 

(I)      General Services

Plumbing, Carpentry, Electrical Services, etc.

 

(J)     Monitoring and Laboratory Supplies

Lot 1:     Supply of Laboratory equipment, Reagents Chemicals.

 

Lot 2:     Supply/Installation of monitoring Equipment.

 

Lot 3:     Supply of personal protective equipment and devices.

 

(K)    Consultancy

Lot 1:     Consultancy in professional fields, Staff training, information technology.

 

Lot 2:     Consultancy for public awareness and education.

 

Pre-Qualification Requirements

Contractors or Consultants shall be required to possess the following documents: (a) Valid Certificate of registration in corporation with CAC

 

(b)     Current Tax Clearance Certificate for the last (3) years

(C)     Value Added Tax Registration Certificate

 

(d)     Tax identification number (TIN)

(e)      Company’s Resume including details of Key Staff strength to be deployed for execution of the Contract or consultancy

 

(f)     If applicable evidence of remittance of contributory Pension Funds into the relevant provision of the Pensions Act.

 

Submission of Pre-Qualifications

Pre-qualification Documents should be enclosed in sealed envelope marked at the top centre “Pre-qualification 2012” stating the category.

 

The Secretary,

Public Procurement Committee,

National Environmental Standards And

Regulations

Enforcement Agency,

#4 Oro Ago Street,

Garki II,

Abuja.

 

Not later than 30th April 2012.

 

Please Note:

(a)     Late submission will be rejected.

 

(b)     This advertisement for “Pre-qualification to tender” shall not be construed to be a commitment on the part of the Agency nor shall it entitle the submitting Bidder to make any claims whatever and seek any indemnity from NESREA by virtue of such Bidder having responded to this advert.

 

(c)      Proposal for different procurement category should be submitted in different envelopes.

 

(d)     Subsequent to this pre-qualification exercise, tender for contracts and jobs will be accepted only from pre-qualified contractors

 

(e)      NESREA shall not enter into any correspondence with

 

Unsuccessful applicants.

(f)      Only Registered distributors/regular stockers of goods are advised to apply as minimum period would be allowed between the date of award and final delivery.

 

(g)     List of successful companies will be displayed at the Agency’s premises.

 

(h)     When the jobs are available the Agency will put up a Public Notice on its Notice Board indicating job description/scope of work and inviting contractors to tender.

Signed

Director Administration & Finance

For: Director General/CEO