Invitation for Pre-Qualification of Companies for 2012 Capital Projects and Recurrent Jobs at National Pension Commission

National Pension Commission

Email: infor@pencom.gov.ng

Website: www.pencom.gov.ng

Tel: +234-9-4610466-8

Invitation for Pre-Qualification of Companies for 2012 Capital Projects and Recurrent Jobs

1.0 Introduction

The National Pension Commission (“the Commission” or “PenCom”), which is established by the Pension Reform Act 2004 to regulate and supervise all pension matters in Nigeria, intends to execute some capital projects and recurrent jobs in the 2012 fiscal year.

 

As a result of this, the Commission hereby invites submissions from competent and reputable companies with proven track records to indicate interest to be pre-qualified for the underlisted projects and jobs:

 

Lots Description
Lot1 Supply and Installation of Office Furniture
Lot 2 Supply of Office Equipments
Lot 3 Printing of various Office Stationery
Lot 4 Office Building Renovation and Landscaping
Lot 5 Supply of Computer Hardware and Accessories

 

2.0     Pre-Qualification Requirements

Interested competent and reputable companies wishing to carry out the projects and jobs are required to submit the following documents:

 

a.    Copies of Certificate of Incorporation, Memorandum and Articles of Association FormC.07 and C.02.

b.    Evidence of compliance with the provisions of the Pension Reform Act 2004.

c.     Evidence of compliance with the Industrial Training Fund Act CAP 19, LFN 2004 with respect to payment of statutory training contribution to the Fund by employers engaged in industry or commerce with 5 or more employees in their establishment.

d.    Copies of VAT Registration and evidence of recent VAT remittances.

e.     Comprehensive company profile.

f.     List of verifiable documentary evidence of similar projects and jobs successfully executed within the last five years with evidence of completion.

g.    Reference letter from a reputable Nigerian bank capable and willing to provide performance bond to cover project execution, if required

h.    Company’s Audited Accounts for the years 2008, 2009, and 2010.

i.     In case of Joint Ventures, the company shall provide evidence of the Joint Venture Agreement executed by all parties in the Joint Venture.

Interested parties should note that:

i.     All claims must be adequately substantiated with documents and must be  verifiable.

ii.    The Commission shall deal directly with only the authorized officers of interested companies and not with their agents.

iii.   This pre-qualification exercise shall not be construed as a commitment on the part of the Commission to award the contracts to anyone or even award any contracts at all.

iv.   This advertisement is not an invitation to bid and shall not be treated as such.

v.       A company may bid to be pre-qualified for any or all of the projects and jobs listed in paragraph 1.0 above.

vi.      The pre-qualification of any company under this exercise does not imply that the pre-qualified company shall be awarded any contracts.

 

3.0     Submission of Pre-Qualification Documents:

All pre-qualification applications must be submitted in properly sealed envelopes marked “Pre-Qualification for Projects and Jobs, 2012” on the upper right corner of the envelope indicating the LOT(s) and addressed to:

 

The Director General

Attn: The Head (Procurement Unit)

Management Services Department, 3rd Floor

National Pension Commission

Plot 174, Adetokubo Ademola Crescent

Wuse II, Abuja

Email: tasaleh@pencon.gov.ng

Telephone: 09-4603930, 08033143348

 

The closing date of the submission of the pre-qualification application is 17th April, 2012 by 3.00 pm. Late submission of pre-qualifications applications shall not be accepted.

 

4.0     Opening of Pre-Qualification Applications

Pre-qualification applications received latest at 3.00 pm on 17 April, 2012 shall be opened at 4.00 pm, on same day at me Meeting Room 1 on the Ground Floor of the Commission’s office and all interested parties are invited to attend.

 

5.0     Tender Documents

Only pre-qualified companies would be notified and given Tender Documents thereafter to bid for the projects and jobs.

 

6.0     Inquiries

Further inquiries or clarifications about this advertisement can be made to the office of the Head (Procurement Unit) at the address above.

Signed:

Management

National Pension Commission

Invitation to Tender at InterCountry Centre for Oral Health (ICOH) for Africa

The InterCountry Centre for Oral Health (ICOH) for Africa

(In collaboration with World Health Organization)

Jos, Nigeria

3 CBN Road, P.M.B. 2067, Jos,

Plateau State, Nigeria.

Invitation to Tender

A.      Introduction:

1.       The Intercountry Centre for Oral Health (ICON) for Africa, Jos is a Federal Government Agency with the Federal Ministry of Health responsible for Oral Health Research and Training Initiatives. In compliance with the Public procurement Act 2007 as regards procurement of goods, the Centre hereby invites interested, reputable and competent Contractors/Suppliers for the procurement of the following items for the 2012 Appropriation.

 

2.       Project Description:

 

 

S/N Project Title Lot Remarks
1 Equipping and Furnishing of Auditorium 1
2 Equipping and Punishing of Staff Canteen and Gymnasium 2
3 Procurement of PABX Equipments and Networking 3
4 Procurement of Vehicles 4

 

B.      1. General Requirements:

The Tender submit with its Tender, the following additional documents bound together.

 

i.        Receipt ten thousand Naira (N10,000.00) Tender processing fee.

ii.       Evidence of incorporation/Registration with CAC

iii.      Company Audited Account for three years

iv.      Evidence of current Tax clearance Certificate for the last three years

v.       VAT Certificate and evidence of post VAT remittances

vii.     Evidence of remittance of pension contribution fund for staff of the Company as provided in section 16, sub-section 6(d) of the Public Procurement Act, 2007

viii.    Evidence of performance in similar works

 

2.       Please note that the Bank Guarantee must comply with the format of Form G-6 as prescribed by the Bureau of public Procurement guidelines for procurement of goods. Bank Cheque or cash are not acceptable as Tender security.

 

(1)     Collection of Tender Documents

All interested bidders can obtain Tender documents at the Accounts Department of the Centre upon payment of a non-refundable Tender processing fee of N10,000.00 only.

 

(2)    Submission of Tender Documents:

All bidders should submit their bids in sealed envelopes clearly marked with the following details:

(i)      Relevant Lot

(ii)     Name of Company, Address and valid contact phone No.

(iii)    All documents should be addressed to: The Director, ICOH for Africa, No. 3 CBN Road, Jos and dropped inside the “Tenders” box Provided in the office of the Director on or before Thursday, 7th May 2012 by 11.a.m.

 

Opening of Tender Documents:

Opening of tenders will commence at 12,00 noon on Thursday 7th May 2012 at the Auditorium of the Centre. Interested members of the public, civil society organizations and interested contractors or their representatives are hereby invited.

 

Note:

a)     Submission of tender documents to the Centre is neither a commitment nor an obligation to award a contract to any contractor.

b)    All documents submitted may be verified.

c)     The Management reserves the right to reject the lowest of any tender and will not assign any reason for the rejection.

(SGD)

Management.

 

 

Renovation of Petrochemical Laboratory at National Research Institute for Chemical Technology (NARICT), Zaria

 

Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post-Basic (Step-B) Project

National Research Institute for Chemical Technology (NARICT), Zaria

CREDIT No. 4304-UNI

Renovation of Petrochemical Laboratory

IFB No. NARICT/W/NCB/1/12

Date of Issuance: March 26, 2012

1.    This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and 4 National Dailies of the same date.

 

2.    The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Renovation of petrochemical Laboratory.

 

3.    The National Research Institute for Chemical Technology (NARICT),

Zaria, now invites sealed bids from eligible and qualified bidders for the

execution of the following:

 

Lot Item Description Bid Security Qty Bid Validity Delivery Period
1 1 Renovation of Petrochemical Laboratory At least 2.5% of  bid Price BoQ 90 days Within 90days

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB), a procedure 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 obtain further information from National Research Institute for Chemical Technology (NARICT), Zaria at the address below and inspect the bidding documents, between the hours of 9.00 am to 4.00prn Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

(i)      Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last Five [5] years prior to the applications submission deadline, and with activity in at least nine (9) months in each year.

 

(ii)     Audited financial statements for the last three years.

(iii)    Evidence of registration with appropriate/relevant Government Agency.

 

A margin of preference for certain goods manufactured domestically 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 N10,000.00 (Ten Thousand Naira only) or US$70.00 (Seventy Dollars only). The method of payment will be Cash or Bank Draft in favour of National Research Institute for Seal Technology (NARICT), STEP-B Project, Zaria. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

8.       Bids must be delivered to the address below on or before April 26, 2012 by 2:00 pm local time. Late bids will b0 rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on April 26,2012 at 2:00 pm local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

9.  The address referred to above is:

 

Project Manager

Science & Technology Education Post-Basic (STEP-B) Project

National Research Institute for Chemical Technology (NARICT)

Kilometer 4, Old Kano Road, Basawa

P.M.B. 1052

Zaria

Kaduna State

 

Tel: +234 – 08054553615, +234 – 07033488338

E-Mail: narictstepb09@gmail.com

 

Signed:

Dr. A.A. Ihuoma

Project Manager

 

Pre-qualification to Tender for the Year 2012 Projects at Supreme Court of Nigeria, Abuja

Supreme Court Of Nigeria, Abuja

The Supreme Court of Nigeria wishes to pre-qualify competent contractors/consultants and other service providers who may wish to tender for the job as specified below; and accordingly invites those that are competent, experienced and reputable to apply. These services are required in the Supreme Court Complex and residences of Honourable Justices of the Court in Abuja. This pre-qualification is for the year 2012 projects.

1.       Supply of:

a.    Office Furniture and Equipment

b.    Residential Furniture and Equipment

c.     Computer Equipment & Networking

d.    Training Equipment

e.     Communication Equipment

f.     Verbatim Equipment

g.    Drugs/Medical Equipment

h.    Uniform and other clothing

i.     Library Equipment/Books & Periodicals

j.     Sporting Equipment

k.    Fire fighting Equipment

l.     Cafeteria Equipment

m.   Security Equipment

o.    Office material and suppliers

p.    Food Stuff

q.    Road Motor Vehicle

r.     Fuel & Gas

s.     Motor Cycles

2.    Rehabilitation of Offices and Quarters

a.    Rehabilitation and redesign of office Complex

b.    Rehabilitation of Residential Quarters

c.     Rehabilitation of Guest Houses

d.    Construction of Sporting Facility

e.     Purchase of Justices Quarters

f.     Rehabilitation of Street Light

 

3.    Maintenance and other Services:

a.    Maintenance of motor vehicles

b.    Maintenance of office furniture & equipment

c.     Maintenance of Building off ice

d.    Maintenance of Building residential

e.     Maintenance of Generator & Plant

f.     Maintenance of Computer & I.T equipment

g.    Fumigation and facility Management

h.    Printing of non security documents

i.     Maintenance of Infrastructure (Landscaping, other horticulture & Erosion control

 

4.    Training & Consultancy Services

a.    Local Training

b.    International Training

c.     Information Technology Consulting

d.    Insurance

e.     Legal Services

f.     Financial Services

g.    Building & Construction

 

5.    Requirement for Pre-qualification:

Prospective contractors/consultants should posses the following documents:-

a.    Evidence of Company registration with the Corporate Affairs Commission

b.    Current Tax Clearance for the last three years

c.     Value Added Tax Certificate

d.    Company profile including details of key personnel; staff strength etc.

e.     Details of plants and equipment including machineries owned or to be hired

f.     Name(s) and addresses of Bank(s) including letter of reference guarantee from the Bank; evidence of involvement and experience in similar job contract, stating contract sums and showing evidence of award and duration of completion

 

6.    Submission of Pre-quantification documents:-

Pre-qualification documents should be enclosed in sealed envelope marked  “2012 Pre-qualification” and must be returned on or before 9th April 2012 and addressed to:-

 

Secretary Tenders’ Board

Supreme Court of Nigeria

P.M. B, 308,

Abuja.

 

Note:

a.    This is not an invitation to tender for the job

b.    Late submission will be rejected

c.     This advertisement for “Pre-qualification” shall not be construed to be a commitment on the part of the Supreme Court of Nigeria, Abuja nor shall it entitled the applicant to make any claims whatever and or seek any indemnity from the Supreme Court of Nigeria, Abuja by virtue of such application having responded to this advertisement.

d.    Request for pre-qualification should be very clear about the areas of proven competence and interest.

e.     After this Pre-qualification exercise, tenders for contracts and jobs will be accepted only from pre-qualified contractors and the Supreme Court of Nigeria shall not enter into any correspondence with unsuccessful applications.

 

Signed

Management.

Invitation for Pre-Qualification for Bids at SarnerPFM Resorts Limited

Invitation for Pre-Qualification for Bids

SarnerPFM Resorts Limited, developers of the Delta Leisure Resorts Theme Parks and Resorts,   in   conjunction   with   Delta   State Government Ministry of Culture and Tourism invites pre-qualification for bids from registered firms in Nigeria for the various aspects of the building and construction of the Delta Leisure Resorts Theme Parks and Resorts at Oleri (near Warri) in Udu Local Government Area of Delta State and the Wildlife Park at Ogwashi-Uku (near Asaba) in Aniocha South Local Government Area of Delta State. The areas include construction of hotels, physical infrastructure, gully rehabilitation, nursery for flowers and grasses, office buildings, chalets, foundation works, fencing, waste management, and other components of the Parks.

 

All interested firms must submit the following documents:

1.         Detailed Company profile.

2.         A copy of the certificate of registration from the Corporate Affairs Commission (CAC).

3.         HSE management structure and policies.

4.         Details   of  relevant   insurance   policies including professional indemnity insurance where applicable.

5.         Tax Clearance Certificate for 2011 2010 and 2009 from the Federal Inland Revenue Services (FIRS), including VAT registration.

6.         Published Annual Returns and Accounts for the year 2010 or 2011.

 

7.         A profile of five  (5) technical  staff and minimum of two (2) management staff with their qualifications and working experience together   with   copies   of   their   relevant qualification certificates.

 

8.         Written summary statement of not more than a page of the methodology and/or procedure to be adopted for the area of interest, duly signed by the Managing Director or Managing Partner of the firm.

 

9.         Bank details of the firm, including name of Bankers and Account Sort Code.

10.       A list of equipment inventory for the area of interest.

The current organizational structure. The above details must be submitted by email to joekoil@yahoo.com or JEkperusi@spfmresorts.com and   hard copies to:

 

The Managing Director

SarnerPFM (Delta Leisure Resorts)

Temporary Life Camp, Ekede Heights,

Opposite Deputy Governor’s Residence

Old Ujevwu Road,

Ovwian-Warri,

Delta State.

 

Pre-qualification closes on 5th April, 2012. Only shortlisted firms would be contacted for submission of technical and commercial bids in accordance with the specification s and the  Project Master Plan.

 

Signed:

Management