Invitation for Pre-Qualification to Tender at Nigerian Institute of Leather and Science Technology

Nigerian Institute of Leather and Science Technology

Private Mail Bag 1034

Samaru Zaria

Invitation for Pre-Qualification to Tender

 

The Nigerian Institute of Leather and Science Technology, Samaru Zaria is desirous of pre-qualifying competent Contractors and other service providers who wish to tender for contracts for works and to supply goods and services in the year 2012.

 

Interested persons are hereby invited to submit: documents for screening and further necessary action.

The Instate will require the following services and goods

Lot 1           Development of Leather and Leather Products Entrepreneurship Centre, NILEST (Zaria).

Lot 2           Development of Zazzau Entrepreneur Leather Cluster.

Lot 3           Development of Tannery Waste Water Treatment Plant Phase II, NILEST Zaria.

Lot 4           Rehabilitation of Hide and Skin preservation and Liaison Office at the Jos Centre.

Lot 5           Procurement and Installation of equipment and furnishing of newly constructed Leather Research and Development Complex, Zaria.

Lot 6           Rehabilitation of Tannery and Workshop at the Maiduguri Centre

Lot 7           Rehabilitation of Effluent and Pollution Monitoring at Kano Centre.

Lot 8           Rehabilitation of Tannery and Workshop at Sokoto Centre

Lot 9           Rehabilitation of existing Buildings at Zaria.

Lot 10         Rehabilitation of equipment and procurement of new equipment, Zaria.

 

Pre-Qualification Requirements:

Prospective contractors shall be required to posses the following documents to pre-qualify

a.       Valid Certificate of Incorporation with Corporate Affairs Commission (CAC)

b.       Current Tax Clearance Certified for the last 3 years

c.       Value Added Tax Registration Certificate with evidence of current remittance

d.       Three (3) years Company’s Audited Accounts

e.       Evidence of registration as a Contractor with NILEST

f.       Bank reference letter

g.       Evidence of registration with relevant profession bodies

h.       Evidence of compliance with Pension Act, including remittance to PFA

i.        Evidence of similar contracts with NIHST OR any other Government organization.

Submission of Pre-Qualification

Documents should be enclosed in a sealed envelope marked “2012 Pre-Qualification”’ and must be returned to NILEST, Samaru Zaria on or before 16th April 2012, Address to:

 

The Secretary Procurement Planning Committee

PMR 1034 Zaria

 

Please Note

a)       All documents submitted will be subject to verification by NILEST from relevant Agencies like Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS) etc.

b)      Late submission will be rejected

c)       This advertisement for “2012 Pre-qualification to Tender” shall not be construed to be a commitment on the part of NILEST, nor shall it entitle any person to make any claims and or seek indemnity from NILEST by virtue of such person having responded to this advert.

d)      Applicants must be specific in their areas of specialization and interest.

e)       Contractors who pre-qualified will be issued with tender documents on the payment of a non-refundable Tender fee of N25,000.00 (Twenty-Five Thousand Naira) only in cash or Certificate Bank Draft made payable to “The Nigerian Institute of Leather and Science Technology, Zaria” and obtain

 

The names of successful pre-qualified Contractors will be published and pasted on the Notice Boards of the Institute at the ender of the screening exercise.

 

Signed

Yakubu Afuwai ESQ

For: Director-General /CEO

Invitation to tender for the Implementation of 2012 Capital Projects at Ministry of Defence

Federal Government of Nigeria

Ministry of Defence

Ship House, Area 10

Garki Abuja

 

 

Invitation to tender for the Implementation of 2012 Capital Projects

The Federal Government of Nigeria has provided funds in the 2012 Appropriation for the Ministry of Defence and the Ministry intends to utilise part of the funds for procurement of various Works, Goods and Services as listed below:

 

Lot 1:              Facilities Management Services;

Lot 2:              Cleaning of MOD Headquarters,

Lot 3:              Renovation of MOD Headquarters;

Lot 4:              Construction/Furnishing of New Office Building (NAF CPU), Kaduna;

Lot 5:              Construction of New Office Building (NAF CPU), Markurdi;

Lot 6:              Construction of New Office Building (NAF CPU), Port-Harcourt;

Lot 7:              Construction of New Office Building (NAF CPU), Benin;

Lot 8:              Maintenance of MOD Headquarters, Ship House, Abuja;

Lot 9:              Maintenance of Equipment at MOD Headquarters, Ship House, Abuja;

Lot 10:            Maintenance of Project/Poof Vehicles;

Lot 11:            Provision of Office Furniture to MOD Headquarters, Ship House, Abuja;

Lot 12:            Provision of Security within MOD Headquarters, Ship House and Environs, Abuja;

Lot 13:            Provision of Vehicles and Equipment;

Lot 14:            Non-Consultancy Services Management Capacity Building;

Lot 15:            Non-Consultancy Services Staff Capacity Building;

Lot 16:            Non-Consultancy Services Staff Welfare;

Lot 17:            Non-Consultancy Services Staff Career Management; and

Lot 18:            Non-Consultancy Services Sporting Activities

 

2.         Tendering Documents

Interested and competent contractors/consultants wishing to carry out the above jobs are to submit the following documents which will be subjected to verification by the Ministry;

(i)         Evidence of registration with Corporate Affairs Commission (CAC);

(ii)        Current Tax Clearance Certificate;

(iii)       VAT registration Certificate;

(iv)       Evidence of financial capacity from a reputable Bank;

(v)        Company profile with CVs of key officers including photocopies of relevant professional/technical qualifications signed in blue ink by each officer;

(v.)       Verifiable evidence of successful completion of similar works within the past three (3) years and attach copies of letters of awards and certificates of completion;

(vii)      Evidence of compliance with the Pension Reform Act 2004 (as amended);

(viii)     Evidence of compliance with the amended Industrial Training Fund Act 2011

(ix)       Affidavit disclosing whether or not any officer of MOD or BPP is a former or present Director, Shareholder or has any pecuniary interest

in the bidder and confirm that all information presented in its bid are true and correct in all particular; and

(x)        Bid Security of 2% of Bid Sum in Bank Guarantee, valid for 180 days, must accompany all bids valued Fifty Million Naira (N50,000,000.00) and above.

 

3.         Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the Public Procurement Act, 2007.

4.         Also, the general public is invited to note that procurements below the National Competitive Bidding threshold would be carried out during the course of the year.

5.         Interested eligible bidders may obtain further information from the office of the Director of Procurement and inspect the Bidding Documents between 9.00 am and 3.30 pm (Mondays Fridays) except public holidays. The address is:

 

Director (Procurement),

Ministry of Defence Headquarters,

Room G39, Ship B,

Area 10, Garki Abuja.

 

Collection of Tender Documents

6.         A complete set of Bidding Documents may be collected by interested bidders on the submission of a written application to the address in paragraph 5 above while no bidder would be advised to bid for more than one lot.

 

7.         Submission of Tender Documents

Bids must be submitted to the address above on or before 12.00 noon, on Monday, 14th May, 2012 in two (2) separate sealed envelopes and marked “Technical Bid for Lot….” or “Financial Bid for Lot..,.” at the top left hand corner of each envelope. Late bids will be rejected.

 

Public Opening of Bids

8.         Bids shall be opened in the presence of the bidders’ representatives and interested members of the public immediately following the deadline for submission. Bid opening venue shall be at:

 

Dr. Ezekiel Oyemomi Auditorium,

Ministry of Defence,

Ship House, Area 10, Garki Abuja

 

9.         Nothing in this advertisement shall be construed as a commitment on the part of the Ministry to award any or all the above listed projects.

 

(Signed)

Permanent Secretary

Ministry of Defence

Execution of Projects at Ondo State Ministry of Education

Ondo State Ministry Of Education

 

Invitation to Tender

Ondo State Ministry of  Education hereby invites registered, experienced and qualified contractors to tender for the following projects:

Lots

1.         Renovation of Bathroom for BlocK II Hostel, USS, Ondo

2.         Renovation of SSI Block. St. Joseph Grammar School, Ondo

3.         Renovation of Gate House, Unity Secondary School, Akure

4.         Renovation of JSS 2A Block St. Joseph Grammar School, Ondo

5.         Renovation of Tuck shop, Unity Secondary School, Ondo ..

6.         Provision of Furniture to the renovation of Laboratory, Gboluji Grammar School, Ile-Oluji

7.         Renovation of Staff Quarters, Akure Secondary Commercial, Akure.

8.         Construction of A Classrooms Block at Community High School. Oniparaga

9.         Supply and Installation of 1.5 KVA Solar System to USS Ode-Aye, Epinmi & Owo

10.       Renovation of JSS Admin Block at Akure Secondary Commercial, Akure.

11.       Renovation of Dining Hall, Akure Secondary Commercial Schoo, Akure

12.       Renovation of Staff Quarter. Akure Secondary Commercial School, Akure

13.       Construction of Block of four classrooms, Akure Secondary Commercial School, Akure.

14.       Construction of Block of 6 Rooms for Male Hostel, Akure Sec  Commercial, Akure

15.       Renovation of Staff Quarters (2 Nos.) African Church Grammar School. Oka-Akoko

16.       Renovation of School Hall, Orere Grammar School, Ile-Oluji

17.       Renovation of Storey Building at Orere Grammar School Ile-Oluji

18.       Fencing of School Orere GrammarSchool, Ondo

19.       Renovation of Fayehun Hall, St. Joseph GrammarSchool, Ondo

20.       Renovation of Administrative Block SS. St. Joseph, Ondo

21.       Renovation of Gate House, St. Joseph Ondo

22.       Procurement of Science Equipment to Laboratories to Akoko Ang., Arigidi

23.       Procurement of Teaching Aids for Geographic Social Studies and Government to Akoko Anglican, Arigidi

24.       Supply of Rain guage to Aquinas College, Akure.

25.       Supply of Science Wall Charts/Teaching Aids to Aquinas College, Akure.

26.       Procurement of Science Equipment to Laboratories at Laragunsin Grammar School Iyansan.

27.       Supply of Science Equipment to St. Joseph Catholic Grammar School, Idanre

28.       Procurement and Installation of Rain guage to Anglican Grammar School, Arigidi Akoko

29.       Procurement of Teaching Aids for Geographic Social Studies and Government at Akoko Anglican Grammar School. Arigidi Akoko.

 

 

B.        Instruction to Bidders

Prospective bidders should note that drawings and BOQs of the projects should be obtained from the Ministry from the date of this publication on the presentation of evidence of payment  of a non-refundable fee of Ten Thousand Naira (N10,000.00) only to the state Government Treasury. The Ministry’s codes and details of Bank account  should be obtained from the Account’s Section of the Ministry.

 

C.        Qualification for Tendering

i.          Evidence of Company Incorporation with the Corporate Affairs Commission

ii.         Evidence of payment of Ondo State Development Levy for year 2009 2010 & 2011

iii.        Evidence of Registration with the State Ministry of Works for 2012

iv.        Tax clearance certificate for years 2009, 2010, 2011

v.         Evidence of professional competence and experience in similar job executed anywhere in Nigeria

vi         Company profile, including Management Team and key personnel profile.

 

D.        Bidders are expected to submit their  tender documents and indicate the lot number(s) and name of project being tendered for bodly written at the top left corner of the envelop. The sealed and waxed envelope should be addressed to:

 

The Secretary

State Tender Board Cabinet and Special Services Department

Governor’s Office, Alabaka, Akure.

 

E.        Submission

Completed tender document should be submitted to the above address not later than  close of  work on Wednesday, 18th April, 2012.

 

F.         For the avoidance of doubt, bidders are to note that non-compliance with the conditions stated above renders the tender invalid and that the ministry is not bound to accept the lowest or any particular tender/bid, please.

Invitation for Bids at Securities and Exchange Commission

Securities and Exchange Commission

Plot 272/273, Samuel Adesujo Ademulegun Street

Central Business District Abuja

E-mail: sec@sec.gov.ng Website: www.sec.gov.ng

Invitation for Bids

1.0    Introduction

 

The Securities and Exchange Commission is a statutory organization established by the Investments and Securities Act (ISA) NO. 29, 2007. It is empowered by the Act to regulate and develop the Nigerian Capital Market.

 

The Securities and Exchange Commission of Nigeria invites Technical and Financial bids from competent, credible and qualified Insurance Brokers for the purpose or Group life policy for the period of 2012/2013. The insurance coverage would be an annual contract and shall be renewable at the end of each coverage year.

2.0   Scope of Work

a)       Provide insurance cover to the Commission’s staff against death;

b)      Give professional service in the field of risk management strategies appropriate to Commission’s risk profile;

c)       Enlighten the insured about all available policies for each type of risk;

d)      To look into regular policies plus endorsement or additional polices to fill in exclusion in the regular policy;

e)       Ensure a more comprehensive cover is issued at a minimum cost and prompt claim settlement as stipulated in Pension Reform Act 2004.

 

3.0   Pre-Qualification Requirements

Interested firms should include-in the Submission:

a)       Evidence of registration with Corporate Affairs Commission

b)      Full details of the Company’s profile,

c)       CV’s of key personnel, showing experience and technical qualification,

d)      Evidence of registration of the Company’s and principal officers with relevant professional bodies.

e)       List and verifiable evidence of similar jobs previously handled stating the values, clients and reference persons.

f)       Proposal should include methodology, work plan, cost duration and logistics in performing the assignment.

g)       Tax clearance for 3 years.

h)      VAT registration certificate.

i)       Full office address and GSM numbers of contact persons.

j)       Company’s Audited Accounts for 3 years.

k)      Bank reference.

l)       Evidence of financial capability or Bank support.

m)     Payment of N10,000=non refundable fee, with a crossed bank draft (payable to Securities and Exchange Commission).

 

4.0     General Information

a)       Late submission will not be accepted;

b)      The Commission’s reserves the right to verify the authenticity and accuracy of claims made in the submissions;

c)       The Commission’s reserves the right to abort, accept or reject any prequalification, if deemed necessary to do so;

d)      Only the qualified firms will have their financial bids opened.

 

5.0     Submission of Proposals

a)       Two proposals; The Technical and Financial proposals are to be submitted simultaneously in clearly marked sealed envelopes;

b)      The work plan and methodology should be included in the technical proposal;

c)       Professional fees, charges, proposed expenditure and other costs should be stated only in the financial proposal;

d)      Ten copies of Technical proposal should be submitted in one sealed envelope, sealed envelope, clearly marked at the top left corner “BID/Technical Proposal for Insurance Brokers for the purpose of Group life policy for the period of 2012/2013;

e)       Five copies of the’ Financial proposal should be submitted in another envelope, clearly marked at the top left corner “BID/Financial Proposal for Insurance Brokers for the purpose of Group life policy for the period of 2012/2013;

f)       The two proposals are to be submitted simultaneously on or before 10th May 2012 to:

The Secretary,

Tenders Board,

Securities and Exchange Commission,

Plot 272/273, Samuel Adesujo Ademulegun Street,

Central Business District Abuja.

 

Closing Date:

All submissions must be received at the above address on or before 10th May 2012. Please note that no bids shall be accepted after 4.00pm on the closing date.

 

Opening Date:

The Bids shall be opened on Thursday 10th May 2012 by 2.00pm at SEC’s Head Office, Abuja. Bidders, NGO’s and the public are invited to the bid opening.

 

Enquires:

All enquires on this advertisement are to be directed to:

The Secretary,

Tenders Board,

Securities and Exchange Commission,

6th Floor, SEC Tower,

Plot 272, Samuel Adesujo Ademulegun Street,

Central Business District, Abuja,

+234 8051 000 900, +234 8033 208 134 or +234 8056 656 702

 

Time: 10.00am to 4.00pm daily on working days.

 

Signed

Management

30th March 2012

 

Invitation for Pre-Qualification and Tender Exercise for Contractors/Suppliers at Federal Polytechnic Nekede, Owerri

Federal Polytechnic Nekede, Owerri

PMB 1036, Owerri, IMO State

 

Invitation for Pre-Qualification and Tender Exercise for Contractors/Suppliers

Extension of Time

 

1.0    Preamble

 

The Federal Polytechnic Nekede, Owerri wishes to construct Office Complex/Conference Halls for the School of Business and Management Technology- in the institution, from its TETFUND 2009-2011 merged normal intervention.

 

This notice is to invite for pre-qualification and Tendering, reputable contractors for the execution of the projects.

 

2.0     Project Description

1.       Construction of Building for School of Business and Management  Technology.

2.       Furnishing of the School of Business and Management Technology.

 

3.0     Pre-Qualification Requirements

a)       Valid Certificate of Registration/Incorporation

b)      Evidence of tax clearance certificate for the past three (3) years

c)       VAT Registration and Evidence of past VAT remittances

d)      Company Audi ted Accounts for 3 (three) years

e)       Evidence from the companies’ bankers as to their financial capacity/capability to undertake the project.

f)       Evidence of Similar projects executed.

g)       A comprehensive company profile to include evidence of execution of similar job in academic environment

h)      Equipment and Technology Capacity

i)       Annual Turnover

j)       Evidence of timely completion of similar projects executed.

k)      A verifying Affidavit under the Public procurement Act 2007 sworn to at the Federal High Court (Performa of this can be obtained at the Public Procurement Unit (PPU) of the Polytechnic

i)       Evidence of pension scheme for company staff.

 

4.0     Verification of Claims in Pre-Qualification Documents:

Please note that the Federal Polytechnic Nekede will on its own, verify the claims made in the pre-qualification documents.

Contractors will be disqualified for providing false information.

 

5.0     Pre-Qualification and Tender Fees

Contractors are to pay a non-refundable processing fee of N100,000.00 (One hundred thousand naira) only for pre-qualification and tendering documents

 

6.0     Submission of Documents

i)       The pre-qualification application with all the required supporting documents should be neatly packaged, bound and forwarded in sealed envelopes and marked at the top left i.e. (Pre-Qualification for Construction of SBMT or Furnishing).

 

ii)      The Completed tender documents collected from Physical Planning Unit, Federal Polytechnic Nekede must be sealed in an Envelope marked “Tender Document for Construction of SBMT or FURNISHING”.

 

The Companies submitting the pre-qualification and Tender documents should write the name and phone number of a contact person at the bottom left corner of the Two envelopes. This will allow for prompt communication.

 

The pre-qualification and tender documents must reach the Polytechnic on or before 26th April, 2012 by (12.00 noon).

Please Note:

i)       The pre-qualification and tender documents will be opened on the last day of submission by 12.00 noon. All those who would have submitted their documents by the deadline are hereby invited to the meeting for the opening of the documents.

ii)      Only the tender documents of Pre-qualified contractors will be processed further.

iii)     The two parcels (Pre-Qualification and Tender) should be addressed to:

The Director

Physical Planning Unit

Federal Polytechnic Nekede

PMB 1036 O

werri

iv.      Contractors are expected to adhere strictly to all the instructions as non-compliance may constitute a ground for disqualification.

 

This advert supersedes the earlier advert of  15th March 2012

 

I.M. ALIGBE

REGISTRAR