Invitation for “Pre-Qualification and to Tender for Construction of 2 Storey (3 Floors) Building For School of Arts and Social Sciences (Sass) and Procurement of 436 Nos. 5 Seater Furniture for Students at Adeniran Ogunsanya College of Education

Adeniran Ogunsanya College of Education,

Otto/Ijanikin, Lagos State, Nigeria

 

Invitation for “Pre-Qualification and to Tender for Construction of 2 Storey (3 Floors) Building For School of Arts and Social Sciences (Sass) and Procurement of 436 Nos. 5 Seater Furniture for Students”

 

 

A       The Adeniran Ogunsanya College of Education has secured fund from Tertiary Education Fund (TEWUND) for the construction of one unit of 2 storey (3 floors) building   at the School of Arts & Social Sciences (SASS),in the main campus of the College at Otto/ljanikin, Lagos State, Nigeria (LOT 1), The funds also cover the procurement of 436 Nos. 5 seater furniture for students (LOT 2). The College and the funds provider, TETFUND, want to see the project fully completed and commissioned for use by November, this year. For the above purpose therefore, first -in- class, serious minded and capable contractors with track record of impressive performance, are invited for prequalification and to tender for each of the projects.

 

B    Pre-Qualification & Tender Requirements

Interested contractors are to submit the under listed pre-qualification documents with verifiable evidence in respect of each of the projects:

i.        Evidence of registration wife Corporate Affairs Commission;

ii.       Evidence of registration as a contractor with Adeniran Ogunsanya

College of Education;

iii       Evidence of financial capacity, including bank reference;

iv       Evidence of execution of similar projects providing details including the name of the client, contract sum of the project, copies of letters of award, completion certificates etc;

v        Tax Clearance Certificate;

vi.      Company audited accounts;

vii.     Comprehensive Company profile including registered address, functional contact email address, GSM phone numbers), and detailed resume of relevant staff;

viii.    Evidence of payment of non-refundable bidding fee of One Hundred Thousand Naira (M100. 000) for LOT I and Fifty Thousand Naira (N50.000.00) for LOT 2; and

ix    VAT Registration Certificate and evidence of remittance;

 

C.      The bidding fee should be in bank draft of any of the following banks; First Bank PLC Union Bank PLC, FCMB PLC or DBA PLC in favour of Adeniran Ogunanya College of Education, Otto/Ijanikin, Lagos State, Nigeria.

 

 

D.      Submission

All submissions should be in five copies (plus soft copy) in wax sealed envelopes and delivered to the undersigned not later than 30th April, 2012.

 

Submissions should be marked “Pre-qualification & Tender for 2 Storey (3 floors) Building for SASS” or “Procurement of Students Furniture” as applicable.

 

Tender documents are obtainable from the Director, Works and Services on payment of relevant fees.

 

E.      Participation in the bidding does not guarantee any person/contractor the right to be selected or given the job. For the avoidance of doubt:

i.        This advertisement shall not be construed as a commitment on the part of the College to award this or any job to any contractor nor shall it entitle prospective contractors or indeed anybody to make any claim or seek any indemnity from or against the College,

ii.       Failure, neglect or refusal to comply with any of the steps in the bidding

process as listed above, or to provide any of the listed items, may result in disqualification; and

iii.      Any bid submitted after the closing date shall not be considered.

 

F.

Dated: Monday, April 16, 2012

 

Signed:

Bola S. Disu

Registrar/Secretary, Governing Council

Expression of Interest for Consultancy Services at Nigerian Maritime Administration and Safety Agency (NIMASA)

 

Nigerian Maritime Administration and Safety Agency (NIMASA)

Established Under the Nigerian Maritime Administration and Safety Agency (NIMASA Act 2007) Maritime House: 4 Burma Road, Apapa, Lagos P.M.B. 12861, Lagos.

E-mail: info@nimasa.gov.ng Website: www.nimasa.gov.ng

 

Expression of Interest for Consultancy Services

Introduction

The Nigerian Maritime Administration and Safety Agency (NIMASA) intends to undertake the procurement of various Consultancy service for its projects under the 2012 Budget.

 

In compliance with the Public Procurement Act 2007, the Agency therefore invites interested and reputable Consultants with relevant experience and good track record to submit to submit proposals for consideration for the execution of the following projects:

 

Lots Description
Lot 1 Automation of all NIMASA Operational procedures and processes.
Lot 2 Consultancy to design the Layout and structures of a proposed Maritime University
Lot 3 Consultancy for the establishment and setting up of Institute of Maritime Studies at:

a) University of Lagos, Lagos State

b) University of Nigeria, Nsukka, Enugu State

c) Ibrahim Badamosi Babaginda [IBB] University, Lapai, Niger State

d) Niger Delta University, Bayelsa State

Lot 4 Provision of Consultancy Services to design the layout and structure for the establishment of Ship Building and Ship Repair yard.
Lot 5 Consultancy to design the layout and structure for the establishment of a Science and Technical College.

 

General Requirements:

Prospective Bidders are required to submit the following documents:

i.        Certificate of Incorporation / Registration with Corporate Affairs Commission;

ii.       Evidence of remittance of Employees Pension Contribution /Deductions or Evidence of exemption from PENCOM in accordance with the Pension Reform Act 2004, where applicable;

iii.      Evidence of Tax Clearance Certificate for the past three years (2009, 2010 & 2011) corresponding to declared turnover;

iv.      Company Audited Accounts for the past three years (2009, 2010, 2011) showing annual turnover;

v.       Evidence of VAT registration with TIN No. and remittances for the past three years;

vi.      Verifiable list of similar jobs successfully executed in the past three years including letters of Award of Contracts, Project cost, job completion Certificate and payments (Please provide contact address of the Clients),

vii.     Reference Letter from a reputable BANK only;

viii.    Company profile and Technical qualification of key personnel with evidence of experience on similar jobs;

ix.      A sworn Affidavit that none of the Directors has been convicted in any Court of Law for any criminal offence

x.       Evidence of Compliance with the Industrial Training Fund [ITF] Amended Act 2011 which stipulates that: “Every Employer having five (5) or more employees in his establishment, or having less than five (5) employees but with an annual turnover of N50million Naira and above per annum shall in respect of each calendar year and on the prescribed date, contribute to the Fund one per centum of his total annual payroll”.

 

Submission of Proposals:

All Proposals should be submitted in two (2) sets-(one original, one copy) and a soft copy in one CD-rom) The Envelope should be boldly marked ‘Request for Proposal for Consultancy Services’

 

Address for Submission:

Office of the Deputy Director (Procurement),

5th Floor,

Nigerian Maritime Administration and Safety Agency (NIMASA),

Maritime House, 4 Burma Road, Apapa,

P.M.B. 12861, GPO Marina Lagos.

Deadline for submission: on Wednesday, 30th May, 2012 by 12noon. Technical Evaluation commences immediately after.

 

Enquiries:

All enquiries regarding this advertisement should be directed to the office of The Deputy Director, (Procurement) or call these telephone numbers: 08052281583, 08050765455.

Please Note:

i.        This notice shall not be construed to be a commitment on the part of the Agency to engage any Consultant nor shall it entitle any firm submitting documents to claim any indemnity;

ii.       Each Firm shall be responsible for all costs incurred in preparation and submission of its proposal.

iii.      All CAC, VAT, PENCOM and Tax Clearance Certificates may be referred to Security Agencies, Corporate affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission and other relevant Bodies for verification;

iv.      The Evaluation of the documents shall be strictly based on the requirements as specified above

v.       The Agency reserves the right to reject any or all the submissions that do not meet up with the requirements as specified

vi.      Only Companies that have been successfully screened and found competent will be invited to submit financial proposal.

 

Signed:

Management.

 

Construction of Mechanic Village along Ikere Road at Ministry of Commerce, Industries and Cooperatives

Ministry of Commerce, Industries and Cooperatives

Invitation to Tender

Tender is hereby invited from reputable and suitably qualified indigenous contractors for the construction of Mechanic Village along Ikere Road, Ado – Ekiti as highlighted below:

 

Lot ‘A’                         Construction of perimeter fencing

Lot ‘B’                         Construction of Gate-House/Security post.

 

Tender fee for: Lot ‘A’          – N20,000.00

“                          Lot ‘B’          – N20,000.00

 

Bidders are required to collect relevant document from the office of the Director of Investment Promotion and Management, Ministry of Commerce, Industry and Cooperative, State Secretariat Complex, Phase 1, Ado – Ekiti within the hours of 8:00am and 4:00pm of working days.

 

Duly completed tender (in triplicate) must be enclosed in a wax-sealed envelope and marked “TENDER FOR MECHANIC VILLAGE AT ADO – EKITI”. Please do not enclosed two tenders in one envelope.

 

All tender documents are to be packed in an envelope, addressed and forwarded to:

The Secretary, State Tender Board, Cabinet and Special service Department, Office of the Governor, Ado-Ekiti.

 

To reach the address on or before 26th April, 2012.

 

Tenders are required to enclose along with their bid copies of the following documents: –

(i)         Evidence of Professional registered contractor.

(ii)        Evidence of Registration of Business premises in Ekiti State.

(iii)       Last three years Tax clearance for Ekiti State.

(iv)       Receipt for tender fee paid to A/C No. 10115586787 Zenith Bank Ado Ekiti.

(v)        Evidence of Incorporation under Companies and allied matters Decree.

(vi)       Ekiti State Development Levy receipt for the last three years.

(vii)      Evidence of past performance of similar job.

(viii)     Evidence of registration with Bureau of Public Procurement (BPP).

 

Violation of ANY of the instruction contained in this notice AUTOMATICALLY renders a tender invalid for consideration. Please note that the State is not bound to accept the LOWEST bidder.

 

Closing Date:

The notification date of opening tenders will be through notice board and or phone call.

 

Signed: Permanent Secretary Ministry of Commerce, Industries and Cooperatives   www.ekitistate.gov.ng

Renovation and Expansion of Poultry, Piggery, Supply and Installation of Fishery and Poultry Equipment at Federal College of Education (Technical), Asaba, Delta State

Federal College Of Education (Technical)

P.M.B. 1044, Asaba, Delta State

Office of the Provost

Invitation for Bids (IFB)

Federal Government of Nigeria Science and Technology Education Post Basic (Step) Project

Credit No. 4304-UNI

 

Renovation   and   Expansion   of   Poultry,   Piggery,   Supply   and Installation of Fishery and Poultry Equipment at Federal College of Education (Technical), P.M.B. 1044, Asaba, Delta State

IFB No. FCE(T)/AS/STEP.B/NCB/CW/G/01/2012

 

1.         This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue n. 591 of 2nd July, 2007.

 

2.         The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project and it intends to apply part of the proceeds of this credit to payments under the Contract for the Renovation and Expansion of Poultry, Supply and Installation of Fishery and Poultry Equipment at Federal College Of Education (Technical), Asaba, Delta State.

 

3.         The Science and Technology Education Post Basic Project, Federal College of Education (Technical), Asaba, Delta State now invites sealed bids from eligible and qualified bidders for the procurement of the following:

 

Item

No.

Lot Description of Item Quantity Bid Security Delivery

Period

Delivery

Location

A Renovation and expansion of poultry houses Various At least 2.5%

of bid price

 

60 days

 

FCE(T) Asaba

 

1

B Renovation and expansion of piggery  

Various

At least 2.5%

of bid price

 

60 days

 

FCE(T) Asaba

C Drilling of 6 inches internal diameter borehole with stands  

Various

At least 2.5%

of bid price

 

60 days

 

FCE(T) Asaba

A Supply and installation of poultry equipment  

Various

At least 2.5%

of bid price

 

60 days

 

FCE(T) Asaba

2. B Supply and installation of fishery equipment At least 2.5%

of bid price

 

60 days

 

FCE(T) Asaba

 

4.         Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD and IDA Credits, and is open to all bidders from eligible source countries as defined in the guidelines.

 

5.         Interested eligible bidders may obtain further information from science and Technology Post Basic Project Officers at (FCE(T), Asaba, Delta State at the address below and  inspect the Bidding Documents from 11.00am to 4.00pm Mondays to Fridays.

 

6.         Qualifications requirements include:

Evidence of previous supply (sale) of similar works or Equipment Proposed for the last 5 years.

Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

A margin of preference for eligible national contractors shall not be applied; 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 (Ten Thousand Naira) or USD 84.00 (Eighty Four US Dollars).

 

The method of payment will be Bank Draft in favour of Science and Technology Education Post Basic Project. The Bidding Documents will be collected by the representative of the bidder or by courier service on request.

 

8.         Bids must be delivered to the address below at or before 2.00pm on 15th April, 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 2.00pm on 15th April, 2012. All bids must be accompanied with a Bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency.

 

The address referred to above is:

 

The Project Manager,

Science and Technology Education Post Basic Project

Federal College of Education (Technical), Asaba, Delta State.

 

Signed:

P.I. Nwandu

Project Manager (Step-B)

email: nwandupeter@yahoo.com

08055154274

 

 

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, For 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, Block wall Fence in all States of the Federation.

1b     Construction Works

Construction of Boreholes in Police Formations across the country.

1c      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, Cooling 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

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

 

Lot 5 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, Waters 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        Quarter Master

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

 

Lot 11        Info-Tech

11a.   Procurement of Computer Hardwares 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 work 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 Cooperate Affairs Commission (C.A.C).

9.       Evidence of PENCOM Registration.

10.     VAT Certification.

11.     Auctioning License (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.

 

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 reject any or all 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.

10th April 2012.