Request for Proposals for Ground Handling of Nigerian Christian Pilgrims to and From Israel, Rome/Greece for 2012 Pilgrimage Operations at Nigerian Christian Pilgrim Commission

Nigerian Christian Pilgrim Commission

(The Presidency)

Request for Proposals for Ground Handling of Nigerian Christian Pilgrims to and From Israel, Rome/Greece for 2012 Pilgrimage Operations.

 

1.0 Introduction

1.0     Introduction:

1.1.    The Nigeria Christian Pilgrims Commission (NCPC) through its Operation Department intends to carry out the airlifting of Pilgrims to Israel and Rome/Greece under the 2012 Christian Pilgrims Operations.

1.2     The NCPC therefore, wishes to request for proposals from interested and competent firms with qualification and experience for the ground handling of Nigerian Pilgrims with the scope of services as follows:

 

i.        Provide Hotels for 30,000 expected Christian Pilgrims to be carried from Nigeria to Israel, Rome/Greece:

ii.       Provide fully qualified, licensed and experienced tour guides:

iii.      Provide full qualified, licensed and experienced bus drivers.

iv.      8 number of fully air-conditioned serviceable buses:

v.       Supply each pilgrim standard sized travelling bag, a face cap and T-shirt

vi.      Obtain group visas on time for the pilgrims

vii.     cooperate with security, harmonize tour schedules/itinery:

viii.    submit reports during reconciliation of accounts and after the operations.

 

 

 

2.0 Eligibility Criteria

Bidders should provide the following as minimum requirement for the project: Foreign companies applying must partner with a Nigerian Company

a)       Verifiable written evidence of ownership or partnership with the owners of Hotels & Buses including authorization for confirmation by the NCPC

(b)     Evidence of ability to make authentic tour schedules available before the commencement of the airlift

(c)      Evidence of Company Registration for the principal partners

(d)     Evidence of registration with Corporate Affairs Commission (CAC) by inclusion of Certificate of incorporation, Memo and Articles of Association for Nigerian partners

(e)      Tax Clearance Certificates for the Last 3 years 2009, 2010 & 2011.

(f)      Evidence of Pension and Social Security Contribution and evidence of Remittances of employee pension

(g)     VAT Registration and Remittances

(h)     Evidence of non- indebtedness to service providers either in Nigeria or in Israel Rome or Greece.

(i)      Detailed Company Profile

(j)      Evidence of operational experience in at least five (5) job of similar nature and complexity executed within the last five years with verifiable letters of contract award and certificates of job completion.

(k)     Evidence of financial capability with letter for access to line of credit in the sum of $ l million USD from a reputable bank.

(i)      for Joint Venture, include Memorandum of Understanding

(m)    Possession of Tour /Agency/Ground Handling License,

(n)     Having annual Auditors Report for the last 3 years (2009, 2010 & 2011) with turnover of $5million USD in any of the years

 

In addition Ground Handlers are also expected to submit these documents/requirements:

 

(a)    Evidence of at least ten Holy sites you took pilgrims to in the recent past;

(b)     What type of accommodation to be provided (Hotels/others-specify); and,

(c)      What type of vehicles/buses for pilgrims.

 

3.0     Collection of Request for Proposals

3.1.    Interested and Qualified companies shall on written application collect (Standard Bidding Documents-Request for Proposals), from Monday March 19, 2012 from the

Office of Head, Procurement

Nigerian Christian Pilgrim Commission

Plot 1348 Cadastral Zone A03

Ahmadu Bello Way, Garki 2, Abuja.

 

Or

Nigerian Embassy in Israel: 34, Gordon Street Tel Aviv, Israel,

upon the presentation of evidence of payment of non-refundable application/tender fee of US$5,000, (Five Thousand dollars) into the NCPC’s account as follow: Citibank N.A

Address:   111 Wall Street, New York, USA

Swift Code: CITIUS33

Routing/ABA Number: 021000089

Account Name: First Inland Bank Plc

Swift Code: CMTMNGLA

Account Number: 36147178 (USD Account)

Nigerian Christian Pilgrim Commission

Account Number: 2000089246

 

4.0 Submission of Documents

4.1 Completed proposals (Two sets of hard copy and One Electronic copy in compact disk and Microsoft office) shall be submitted in sealed envelope and appropriately marked “Project Name” at the top right hand corner and addressed to:

The Office of the Head, Procurement

Nigerian Christian Pilgrim Commission

Plot 1348 Cadastral Zone A03

Ahmadu Bello Way, Garki 2, Abuja.

 

4.2     The closing date for submission in respect of the project is on or before 12.00noon Wednesday 18th April, 2012.

4.3     Technical and Financial proposals will be opened on Thursday, 26th April, 2012 by 10am at the Nigerian Embassy in Tel Aviv, Israel.

 

4.4.    Only firms whose technical proposals fulfill the minimum requirements would be considered for the next stage and agreement will be signed with only the successful bidder (Ground/Handlier).

 

4.5     All inquiries should be directed to:

Office of the Legal Adviser

Nigerian Christian Pilgrim Commission

Plot 1348 Cadastral Zone A03

Ahmadu Bello Way, Garki 2, Abuja.

 

 

5.0     Disclaimer and Conclusion

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

5.2     The Commission will be responsible for any costs 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 inquiry.

5.3     The Commission 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)

John Kennedy Opara (JP)

Executive Secretary

Nigerian Christian Pilgrim Commission

Invitation for Pre-Qualification / Tender for 2011 Tertiary Education Trust Fund Intervention at Federal College of Education (Technical) BICHI

 

Federal College of Education (Technical) BICHI

P.M.B 3473, Kano, Kano state

Invitation for Pre-Qualification / Tender for 2011 Tertiary Education Trust Fund Intervention

Introduction:

The Federal College of Education (Technical) Bichi is desirous to execute the following Projects funded under the 2011 TETFUND Normal intervention

 

1.       Construction of Extension of College Library

2.       Procurement & Installation of Laboratory and workshop Furniture for Home Economics Dept

3.       Furnishing of Home Economics Theatre, Offices and Model Residence

 

Interested, skilled and highly reputable Contractors are hereby invited for pre-qualification/Tender.

Pre-Qualification Documents

Photocopies of the following documents are required:

 

1.    Certificate of incorporation from Corporate Affairs Commission.

2.    Current Tax Clearance Certificate for the last 3 years valid up to December 2010.

3.    Company profiles including details of key staff C.V to be deployed for the execution of the execution of the project showing qualification and experience of personnel.

4.    Evidence of experience in similar Projects including letters of Award and details of involvement.

5.    List of Equipment, plants including machineries owned or to be hired.

6.    Copies of current company Bank Statement, reference letter and consent to allow for verification with bankers.

7.    Company Audited account for the year 2009-2010.

8.    Evidence of compliance with Pension Reform Act 2004.

 

Pre-Qualification /Tender Documents

Tender documents can be collected on payment of non-refundable fee of N50,000.00 for Construction work and N20,000.00 for Procurement only, at the Bursary department.  Pre-qualification and Tender documents should be enclosed in a sealed marked envelop (Pre-qualification/Tender for “Name of project”) address to the Registrar’s office (Tender box) on or before 17th April 2012.

 

Opening of Tender/Pre-Qualification Documents:

All Tenderers and the general public are hereby, invited to the public opening which will hold in the College Council Chamber on the 17th April, 2012 at 12noon. Note that the College will analyze the Pre-qualification documents and only companies who pass the minimum marks will their Tender be evaluated.

 

Signed: Engr. Sani Umar D/Kudu MNSE

Secretary PPC

Invitation to Pre-Qualification to Tender for 2011 Tertiary Education Trust Fund ( TETFund) Special Intervention Projects for Upgrade and Additional Facilities at Yaba College of Technology

Yaba College of Technology

P.M.B. 2011, Yaba, Lagos

 

Invitation to Pre-Qualification to Tender for 2011 Tertiary Education Trust Fund ( TETFund) Special Intervention Projects for Upgrade and Additional Facilities

 

Application are hereby invited from reputable and interested Companies with relevant experience and good track record for pre-qualification to tender for the under listed projects.

 

1.0     Project of Contracts

(1)     Construction of the proposed Lecture Theatre building

(2)     Construction of the proposed 3-storey Science building / central research Laboratory

(3)     Construction of a storey block of Classroom / Laboratories / office building for Marine program at Epe Campus.

(4)     Construction of various farm structures for the School of Agriculture at Epe Campus

 

2.0     Pre-Qualification Criteria:

 

i.        Only Companies that have proven capability, relevant experience and good track record will be considered for pre-qualification to tender

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

iii.      Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion.

iv.      Evidence of Incorporation of company by the Corporate Affairs Commission (CAC)

v.       Company Tax Clearance Certificates for the last three (3) years.

vi.      Equipment and Technology capacity

vii.     VAT Registration and evidence of past VAT remittances

viii.    Experience/ Technical qualification of key personnel with copies of certificates

ix.      Audited Annual financial report of the company for the last three (3) years

x.       Evidence of financial strength, credit worthiness / Bank reference and readiness to instruct bankers to supply financial information on the company as may be required.

xi.      Evidence of community and social responsibility (if any)

xii.     A sworn affidavit indicating that all documents submitted are genuine and verifiable

xiii.    A sworn affidavit that none of the directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

xiv.    Bidders should accordingly include in their bid, a sworn affidavit indicating that no officer of Yaba College of Technology is a former or present director, shareholder or has any pecuniary interest in the company

 

3.0     Submission of Pre-Qualification Documents:

Bound pre-qualification documents in wax-sealed envelope with “Pre-qualification as Contractor for the (name of project)” as the case may be written” at the top left hand corner should be hand-delivered on or before Tuesday, April 3, 2012  by 12noon to the address below:

 

The Registrar

Yaba College of Technology

Yaba-Lagos

 

4.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened at 1:00 p.m. on Tuesday April 3, 2012, and representative of companies that submitted bids are hereby invited to witness the opening.

 

5.0     Notification of Pre-Qualified Bidders

Pre-qualified contractor will be contacted and they will be invited to tender accordingly.

 

6.0     Collection of Tender

Pre-qualified contractors should note that they will be required to fee of fifty thousand naira only(N50,000) for each project.

 

Tender documents will be available for collection at the Physical Planning Unit, at the presentation of evidence of payment of the processing fee.

 

Please Note:

a)       That by the submission of pre-qualification documents, Yaba College of Technology is neither committed nor obliged to award any contract to any company or its agent.

 

b)      That this advertisement for invitation to pre-qualification shall not be construed as a commitment on the part of College, nor shall entitle any company to make any claims whatsoever and/or seek any indemnity from Yaba, Technology.

c)       That due diligence would be followed as all the documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

 

Signed:

Biekoroma Charity Amapakabo

Registrar

 

Invitation for Pre-Qualification at National Hospital, Abuja

National Hospital Abuja

(Procurement and Tenders Division)

Invitation for Pre-Qualification

 

l.0.     The National Hospital, Abuja intends to execute the under-listed approved Capital Projects in the year 2012 and hereby invites competent and experienced Companies to apply for pre-qualification.

 

2.0     Proposed Projects;

(i)      Lot 1 –        Construction of additional Wards

(ii)     Lot 2 –       Supply and Upgrade of Medical Equipment

(iii)    Lot 3 –       Supply of Specialised Medical Furniture/Tools

(iv)    Lot 4           –        Dedicated Power Line

 

3.0     Pre-Qualification Requirements:

3.1     Interested Companies are required to submit the following documents with their written application:

 

 

i)       Evidence   of Incorporation   with   Corporate  Affairs Commission (CAC)

ii)      Evidence of Tax Clearance Certificate for the past 3 years

iii)     Evidence of VAT Registration

iv)     Evidence of Financial Capability/Banking Support

v)      Evidence of Audited Accounts for the past 3 years

vi)     List of Key Personnel  showing their experience  and technical qualification

vii)    Evidence of similar projects executed in the past 5 years

viii)   List of Equipment and Technology Capacity

ix)     Evidence of Registration with Federal Ministry of Works

x)      Evidence of Employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator of their choice

 

 

(* -Applicable to Lot 1 only)

4.0     Submission of Pre-Qualification Documents:

4.1     All applications with relevant documents are to be submitted in a sealed 15” x 9.5” envelope marked appropriately at the left hand corner e.g. “Pre-Qualification for Lot 1” and addressed to:

The Chief Medical Director

National Hospital

Plot 132 Central District (Phase II)

P. M. B. 425 Garki

Abuja

 

and to reach him on or before 10:00 am, 30th April 2012. The envelopes containing the Pre-Qualification documents shall be open on the same day at 12 Noon at the Boardroom, National Hospital, Abuja and representatives of interested Companies and the general public are invited to witness the exercise.

 

4.2     Please note that only Companies that are successful in the pre- qualification exercise shall be invited to tender for the relevant project(s), which shall attract appropriate processing fee.

4.3     The National Hospital, Abuja however, is not obliged to give reason(s) for any unsuccessful application.

 

Signed (Management)

 

Invitation for Pre-Qualification to Tender at Federal Polytechnic Ede, Osun State

The Federal Polytechnic Ede, Osun State

Invitation for Pre-Qualification to Tender

Application are hereby invited from reputable and interested Suppliers with relevant experience and good track records for Pre-qualification to tender for 2009/2010 merged ETF Normal intervention. (Outstanding).

 

Projects Scope/Description

LOT I:         Procurement of various items of Laboratory/Workshop Equipment for Mechanical Engineering Department.

 

LOT 2:        Procurement of various items of Laboratory/Workshop Equipment   for   civil Engineering Department.

 

LOT 3:        Procurement of various items of Laboratory/Workshop Equipment for Geological Technology Department.

 

Pre-Qualification Criteria

i)       Only Suppliers hat have proven capability, relevant experience and good track record will be considered for pre-qualification to tender.

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

iii)     Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion.

iv)     Evidence   of incorporation of Company  by  the Corporate Affairs Commission (CAC).

v)      Company Tax Clearance Certificate for the last three (3) years.

vi)     Equipment and technology capacity.

vii)    VAT   Registration   and   evidence   of past  VAT remittances.

viii)   Experience/Technical qualification of key personnel with copies of certificates.

ix)     Audited Annual Financial Report of the Company for the last three (3) years

x)      Evidence of financial strength, (Bank Statement for last 6 months), credit worthiness and readiness to instruct bankers to supply financial information of the company as may be required.

xi)     Evidence of the community and social responsibility (if any)

xii)              A sworn affidavit indicating that all documents submitted are genuine and verifiable,

xiii)             A sworn affidavit that none of the directors has been convicted in any country for any criminal offence, including fraud or financial impropriety,

xiv)             Bidders should accordingly include in their bid, a sworn affidavit indicating whether any officer of Federal Polytechnic, Ede is a former or present Director. Shareholder or has peculiar interest in the Company.

 

xv)    Education Tax Clearance.

 

Submission of Pre-Qualification Documents

Bound pre-qualification documents in wax sealed envelope with “PRE-QUALIFICATION” as Suppliers as the case may be written at the top left hand corner should be hand delivered  on or before 2nd April, 2012 to the Registrar/Secretary to the Governing Council, Federal Polytechnic, Ede Osun State.

 

Opening of Pre-Qualification Bidders

Pre-qualification envelopes will be opened on16th April, 2012 at 12 noon, and interested members of the public especially the intending Suppliers are hereby invited.

 

Collection Of tender

Pre-qualified Supplier should note that they will be required to pay non-refundable fee of Ten Thousand Naira only (N10,000.00)for Lot 1 and (N5,000.00) Five Thousand Naira only for Lot 2 and 3. Tender  documents are available for collection at the  Physical Planning  Unit of the Institution.

 

Submission and Opening of Tender Documents

Complete Tender Documents which must not bear marked identity of the Suppliers are to be dropped in the Tender Box in the office of the Registrar on or before 12.00 noon of the last day of six (6) weeks after the date of this advertisement.

 

Please Note

That by the submission of the Pre-qualification document, Federal Polytechnic Ede is neither committed non obliged to award any contract to any supplier or agent.

That this advertisement for invitation to pre-qualification shall not be considered as a commitment on the part of the Institution nor shall entitle any Supplier to make any claims whatsoever and or seek any indemnity from the Federal Polytechnic, Ede.

 

Signed

O.A.Ogunleye

Ag. Registrar/Secretary to the Governing Council.