Invitation to Bid at Federal Science and Technical College

Federal Science and Technical College

Tungbo, Bayelsa State

 

Invitation to Bid

The Federal and Technical College, Tungbo, Bayelsa State, hereby invites interested and competent company/ contractor to summit Technical and Financial bids for the following works and supplies to the college

 

Scope of Work

Lot 1          Construction of Computer Craft Workshop

Lot 2          Renovation of Fabrication and Welding Workshop

Lot 3          Renovation of Block Laying, Brick Laying and Concreting Workshop

Lot 4          Procurement and Installation of Equipment for Agric Mechanization

Lot 5          Procurement and Installation of Equipment for Computer Craft Practice

Lot 6          Procurement and Installation of Equipment for Catering Craft Practice

Lot 7          Procurement and Installation of Equipment for Electrical Installation

Lot 8          Procurement and Installation of Equipment for Radio TV Electrical Work

Lot 9          Procurement and Installation of Equipment for Carpentry and Joinery

Lot 10        Procurement and Installation of Equipment for Business Trade Workshop

Lot 11         Procurement of Consumable Training Material for Vocational and Technical Trade

Lot 12         Procurement and Installation Equipment for Block Laying, Brick Laying and Concentrating (BBC) Workshop

Lot 13         Procurement and Installation of equipment for Fabrication & Welding Workshop

 

Requirements

All bids must be accompanied with the following documents

1.       Evidence of Registration with Corporate affairs Commission, Articles and Memorandum of Association.

2.       Evidence of Tax Clearance Certificate in the last 3 Years ending 31st December, 2012

3.       Evidence of Remittance of ITF Training Contribution

4.       Evidence of VAT Registration and Remittances

5.       Evidence of Pension Remittances.

6.       Company Bank Statement for the last 12 Months and Bank Reference from a Nigerian Bank.

7.       Verifiable Evidence of similar Jobs successfully completed in 3 Years.

8.       Full details of the-company profile indicating the personnel/ technical officers to be attached to the profile seating roles, designations, qualifications and experience attached to photocopies of professional certificates, curriculum Vitae (CV) where applicable. The Company name, Legal Status, verifiable contact address, email, telephone numbers and web site if any are essential.

 

Tender document should be collected from the office of the Vice Principal (Admin) on payment of non-refundable tender fee of N15, 000(fifteen thousand naira only) for supplies and N 25,000 (Twenty Five Thousand Naira Only) for work to the college Bursary.

 

Submission

The tender document shall be submitted in two (2) copies all page duly endorsed by the bidder and thereafter be sealed and labeled (Technical and Financial bids as appropriate) by the bidder and thereafter be sealed and labeled (Technical and Financial bids as appropriate) separately and the two envelopes put in another envelope that shall be sealed and labeled as technical and financial bids for Lot….” And delivered by hand to:

 

The Secretary,

School Tender Board

On or before 12noon on 28th August, 2013.

 

The Opening will be the same day at 1:00pm at the Principal Office

 

Note: this advertisement supersedes the earlier publication of 28th June, 2013

 

Signed:

Principal

 

Invitation to Tender at Voice of Nigeria

A.    Invitation to Tender

Voice of Nigeria hereby invites reputable Automobile Companies to tenders for the Supply of the under listed vehicles to Voice of Nigeria.

 

B.      LOT 1:

2nos Land cruiser 200VXR, V8, A/T, 8-Seater, Petrol, Leatherette, SRS, DVD, KDSS, Cool/Console Boxes, Alloy wheels, Front/Rear Camera.

 

LOT 2:

3NOS Peugeot 301 Allure Automatic.

Requirements:

  1. A sworn affidavit from the Federal High Court Stating that no staff of VON nor the Bureau of Public Procurement is a former or present  Director, Shareholder or has any pecuniary interest in the Contractors/Companies.
  2. Certificate of Registration. Certified True Copies of Memorandum and Articles of Association including form CO7and CO.2 of the Companies.
  3. VAT Registration and evidence of remittances in the past Three years.
  4. Evidence of Financial capability and Bank support to handle the project or projects.
  5. Three years audited account and three years Tax & VAT Clearance Certificates (2010, 2011 and 2012).
  6. Evidence of Remittance of contributory pension funds of employees to PENCOM.
  7. Submissions on;
  • Contract Price (Valid for 12 months)
  • Acceptance to supply and be paid after a period of not more than Three weeks
  • Delivery Period
  • Warranty

C.      Submission of Tender Documents.

Tenders MUST BE SEPARATE and appropriately labeled TENDER for …. (Indicating the title of the Project)…. on the top left hand corner of the envelope, addressed to the Secretary/Legal Adviser, Voice of Nigeria, 7th Floor, Radio House, Area 10, Garki, Abuja and must be received not later than 2nd September, 2013. Only separate tender for each LOT would be entertained.

 

Please Note:

All expenses incurred in the preparation and submission of any response to this invitation shall be borne solely by the interested participating company.

Tenders shall be publicly opened; a day after the closing date or such other convenient date provided always that representatives of the Companies that made submissions are invited to witness the opening of the submissions.

 

Signed:

Management

 

Re: Invitation for Technical and Financial Tender for the Implementation of 2013 Capital Projects at Federal Ministry of Lands, Housing and Urban Development

Federal Government of Nigeria

Federal Ministry of Lands, Housing and Urban Development

Mabushi, Abuja

 

Addendum to Earlier Publication in Vanguard, Thisday Newspapers and the National Tender Journal of 5th May, 2013

 

Re: Invitation for Technical and Financial Tender for the Implementation of 2013 Capital Projects

 

The Federal Government of Nigeria has approved the allocation of funds in the Year 2013 Appropriation Act the Federal Ministry of Lands, Housing and Urban Development for the procurement of Good, Works and Services for the execution of various projects and programmes under the mandate of the Ministry.

 

2.       Accordingly and in compliance with the Public Procurement Act 2007, the Ministry hereby invites qualified, interested and eligible Contractors and Consultants to tender for participation in the procurement of works as listed below:

 

Lot/ No Projects/Programmes Project Location

 

General/Specific Description of Goods/ Works/Services

 

Classification

 

 

 

1

Engineering Services Department

Provision of Infrastructure (Roads, Drains & Culverts) for the 150 Nos. Fully Serviced Residential Plots in Low Cost Housing Estate, Jalingo, Taraba State.

 

 

 

Jalingo, Taraba State.

 

 

 

As contained in Standard bidding documents or BEME or schedule of requirements

 

 

 

Works

 

2

Provision of Infrastructure      (Completion of the construction of reinforced concrete canal) for the 150 Nos Fully Serviced Residential Plots in Osborne II, Lagos State.

 

 

Osborne II, Lagos State.

 

 

As in above

 

Works

 

3

Rehabilitation/Repairs of 3 Estate Roads and other Infrastructure (construction of drains and culvert) at Federal Housing Estate, Makurdi, Benue State.

 

 

Makurdi, Benue State.

 

As in above

 

Works

4 Public Private Partnership unit

Provision of Offsite Infrastructure (Electricity) to Developer Financed Initiative Site.

 

 

Katsina, State.

 

 

 

As in above

 

 

Works

 

Qualification Criteria and Tender Requirements

 

3.       Qualified, interested and eligible contractors must submit technical tender/bid with documents arranged strictly in the following order:

 

i.        Evidence of payment of non- refundable Tender Fee of N10, 000.00 only in favour of Federal Ministry of Lands, Housing and Urban Development to be included in the company’s technical profile.

ii.       Evidence of registration with Corporate Affairs Commission (CAC).

iii.      Copy of current Tax Clearance Certificate; showing three (3) years Tax Payments.

iv.      Evidence of VAT Registration

v.       Company Audited Accounts for the last 3 years.

vi.      Evidence of compliance with Pensions Act 2004.

vii.     Letter of Financial Capability & Banking support.

viii.    Evidence of 3 similar jobs, previously executed or currently being executed (including letters of award, completion certificates, payments).

ix.      Evidence of compliance with section 6 of the ITF Act.

x.       Provide detailed Company Profile

xi.      Submission of technical details & brochures of items being tendered for and evidence of Manufacturers’ Authorization or dealership/distributorship appointment where applicable.

xii.     Any other document(s) to support the company’s qualification and documents as may comply with the BPP Standard Bidding Documents.

xiii.    Evidence of valid registration of key staff/company with appropriate Professional Bodies like ARCON, COREN, CORBON, SURCON, ESVARBON, TOPREC etc. as relating to the bid.

xiv.    Bidders must not bid for more than one lot in the Ministry.

xv.     All bids above N100million must be supported with a Bid Security of 2% of the total Bid Price.

xvi.    All these requirements shall be enclosed in the Technical Bid envelopes    while the Bid Security should be enclosed in the Financial Bid envelope.

xvii.   Soft copy of the Financial bid saved in a CD should be enclosed in the Financial bid envelope.

 

Collection of Tender Documents

 

4.       Qualified, interested and eligible contractors are to collect tender/bid document for only one lot from the address below, upon the presentation of an evidence (original receipt) for the payment of a non-refundable tender fee of N10, 000.00 through purchase of Bank Draft in favour of Federal Ministry of Lands, Housing and Urban Development.

 

The Address referred to above is:

 

The Director,

Procurement Department, Room B316,

Federal Ministry of Lands, Housing and Urban Development Headquarters, Mabushi,

Abuja

 

Submission of Tender Documents

 

5.       The completed “Technical” and “Financial” tender documents must be submitted, one (1) copy for Technical bid and two (2) copies for Financial bid (one original and one photocopy and scribe Original on the original copy while Copy should be scribed on the photocopy); in two separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” and both sealed in a third envelope. All bid envelopes to be marked with the Appropriate Project Title, Lot Number and Company Name at the top right hand corner and delivered to the address below; not later than 12.00 noon of 26th August, 2013.

 

The Secretary,

Ministerial Tenders Board,

Procurement Department,

Federal Ministry of Lands, Housing and Urban Development Headquarters, Mabushi,

Abuja

 

Opening of Bid Documents:

 

6.       The “Technical Bid” documents will be publicly opened in the Conference Room of the Federal Ministry of Lands, Housing and Urban Development, Mabushi, Abuja, at 12.30 pm, immediately after the close of bids submission on 26th August, 2013. Only prequalified companies will subsequently be invited to witness the public opening of their “Financial Bid” documents.

7.       Contractors or their representatives, interested members of the public and relevant Non-Governmental Organizations (NGOs) are invited to witness the opening of the technical bid documents.

 

8.       Additional Information/Disclaimer

 

(i)     This advertisement shall not be construed as a commitment on the part of the Federal Ministry of Lands, Housing & Urban Development; nor shall it entitle potential contractors to make any claims whatsoever or seek any indemnity from the Ministry by virtue of such company having responded to the advertisement.

 

(ii)     Notwithstanding the submission of bid, the Ministry is neither committed nor obligated to include your company in any bid list or award any form of contract to a company or agent.

(iii)   Contractors who have worked for the Ministry or sister MDAs and have history of poor performance, abandonment, termination and/ or unduly prolonged contract duration need not apply.

(iv)    The Ministry may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false;

(v)     All small value procurements of goods, works or services will, accordingly, be advertised in the Ministry’s Notice Boards.

(vi)    Bidders must not bid for more than one lot and late submission of bids will not be entertained.

(vii)   The final conclusion of the procurement process for all projects listed above is subject to the release of funds from the 2013 Appropriation and the prioritization by the Ministry.

 

Signed:

Permanent Secretary

Invitation for Pre-qualification and Tender at University of Port Harcourt Teaching Hospital

University of Port Harcourt Teaching Hospital

P.M.B. 6173, Port Harcourt

Invitation for Pre-qualification and Tender

The University of Port Harcourt Teaching Hospital, Port Harcourt invites interested, competent and reputable contractors to apply for pre-qualification and tender for the under listed project at its Permanent Site.

Purchase & Installation of Fluoroscopy and Endoscopy Units

Pre-Qualification of bidders:

  1. Evidence of registration of company with Corporate Affairs Commission.
  2. Company Tax clearance certificate for the last three years.
  3. Value Added Tax registration Certificate.
  4. Evidence of Financial Capacity to execute this project e.g. Audited Accounts for the last three (3) years and reference letter from the Company’s bankers.
  5. List of similar verifiable and successfully executed projects by the company with the location, letter of award and completion certificates within the last (3) years.
  6. List of managerial, technical and administrative staff of the company including        their resumes and copies of relevant professional qualifications where necessary.
  7. Verifiable list of equipment of the company and their locations.
  8. Evidence of payment of non refundable fee of N10, 000.00 for pre- qualification & tender in Bank draft payable to the University of Port Harcourt Teaching Hospital.
  9. Evidence of compliance with statutory remittances to the Industrial Training Fund.
  10. Evidence of compliance with the Pensions Act 2004.
  11. Sworn affidavit that none of the directors have been convicted in any court of law for criminal   offence,  fraud and  financial impropriety
  12. Original documents should be available for sighting on demand during and after the opening of pre-qualification documents.

Submission of Pre-Qualification and Tender

(i)                The Pre-qualification and Tender documents must be in separate wax- sealed envelopes, each appropriately addressed   “Tender for……………, Pre-qualification for…………….”      both enclosed in a bigger envelope.

(ii)             The bigger envelope should be marked    “Pre-Qualification & Tender for ………” with the appropriate project name boldly written on the top of the envelope and addressed to

 

The Chief Medical Director

University of Port Harcourt Teaching Hospital

Port Harcourt.

and dropped in the Tender Box in the office of the Director of Administration not later than 12noon on Monday 26th August, 2013.

iii)     Applications for pre-qualification will be first opened at 1pm on Monday 26th August, 2013. All are invited to be in attendance.

iv)     Names of pre-qualified contractors will be published on the Notice Board of the Hospital.

v)      Only pre-qualified companies’ tenders will be opened   for the financial bidding process.

B. Amaomu-Jumbo (Mrs)

Director of Administration

For: Chief Medical Director

Invitation for Technical and Financial Tenders for the Execution of 2013 Capital Projects at Federal Ministry of Agriculture and Rural Development

Federal Republic of Nigeria

Federal Ministry of Agriculture and Rural Development

Area 11, Garki – Abuja

Invitation for Technical and Financial Tenders for the Execution of 2013 Capital Projects

The Federal Government of Nigeria has allocated Funds to the Federal Ministry of Agriculture and Rural Development in the year 2013 Appropriation for the Procurement of Goods, Works and Services for the execution of Policies, Programmes and Projects towards achieving the mandate of the Ministry.

Accordingly, The Federal Ministry of Agriculture and Rural Development hereby invites qualified,  interested and eligible Vendors; Contractor, Consultants & Original Equipment Manufacturers (OEMs) to tender for the Procurement of the following Goods, Works and Services appropriated under various Departments and Agency of the Ministry in    the year 2013 Appropriation as specified below:

 

Federal Department of Livestock

GOODS
Lot

 

Description Of Items

 

Location

 

FDL 01 Supply of cattle Breeding Accessories & semen for Artificial insemination Abuja

 

FDL 02 Supply of small Ruminant Vaccine (Pestle des petis Ruminant vaccine) Abuja

 

FDL 03 Supply of Cattle vaccine (Contagious Bovine Pleuropneumonia Vaccine Abuja

 

FDL 04

 

Procurement of Chemical for the control of typha Grass & pesticides(Glyphosate) Abuja

 

FDL 05 Provision of training materials for school of pest control for capacity building of staff Abuja

 

WORKS
FDL06

 

Construction of Cattle Resting Point along the stock route at Lata Grazing Reserve, Kwara state.

 

Lata Grazing Reserve , Kwara state

 

 

CONSULTANCY SERVICES

FDL07

 

Upgrading of genetic potentials of Local breeds through Ai and cross breeding by ai service provider

 

FCT, Nasarawa & Niger state

 

FDL08

 

Upgrading of genetic potential of local breeds through Ai and cross breeding by A service provider Adamawa, kano and Kaduna state

 

FDL 09

 

Upgrading of genetic potential of local breeds through Ai and cross breeding by A service provider

 

Kwara and Oyo state

 

 

HUMAN RESOURCES MANAGEMENT DEPARTMENT
WORKS

 

LOT

 

DESCRIPTION OF ITEMS

 

HRM 01

 

Comprehensive Maintenance of ICT Equipments in the Ministry Headquarters.
CONSULTANCY

 

HRM 02

 

Engagement of Strategic Communication Consultant

 

PLANNING RESEARCH AND STATISTICS DEPARTMENT
GOODS
LOT

 

DESCRIPTION OF ITEMS
PRS 01 Supply of Library Books and Journals
PRS 02 Supply Of Various Data Equipment
WORKS

 

PRS 03

 

Provision and installation of Internet Service at the Federal Ministry of Agriculture and Rural Development HQs

 

 

CONSULTANCY

 

 

PRS 04

 

Conduct Sensitization workshop for Heads and key Officers of the 40 Agencies of the Ministry on the tracking of the 2013 KPI’s
PRS 05

 

Organising Workshop on KPI’s for State Desk Officers in 6 Political Zones offices
PRS 06

 

Provision of ICT Facilities for Processing, Monitoring and Evaluation reports/ Data
PRS 07 Review of Agricultural Policy
PRS 08 Establishment of E- Library
PRS 09 Establishment of Zonal Libraries for Agric Sector

 

AGRICULTURE LAND RESOURCES DEPARTMENT 
GOODS
LOT

 

DESCRIPTION OF ITEMS
ALR 01

 

Supply of Soil Laboratory in-a- Box/Reagents
ALR 02

 

Supply of Agricultural Lime to acid affected areas of Abia and Anambara states
ALR 03

 

Supply of Agricultural Lime to acid affected areas of Benue and Taraba states
ALR 04

 

Supply of Agricultural Lime to acid affected areas of Akwa-Ibom and Delta states
ALR 05

 

Supply of Agricultural Lime to acid affected areas of Ondo and Ekiti states
ALR 06 Supply of Agricultural Lime to acid affected areas of Enugu and Ebonyi states
WORKS
WORKS

 

 

 

ALR 07

 

Construction of on-farm soil conservation Technology in Yanmh Biu LGA, Borno-State
ALR 08′

 

Construction of on-farm soil conservation Technology in Makurdi LGA, Makurdi in Benue State.
ALR 09

 

Construction of on-farm soil conservation Technology in Odogbo-Ochekwu, Apa LGA in Benue State.
CONSULTANCY

 

ALR 10 Conduct of detailed soil survey at a Scale of 1;25,000 along Cocoa value chain Zone in 5 new LGAs
ALR 11

 

Conduct of detailed soil survey at a Scale of 1:25,000 along Cotton value chain Zone in 5 new LGAs
ALR 12

 

Conduct of detailed soil survey at a Scale of 1:25,000 along Rice value chain Zone in 5 new LGAs
ALR 13

 

Conduct of detailed soil survey at a Scale of 1:25,000 along Sorghum value chain Zone in 5 new LGAs
ALR 14

 

Conduct of detailed soil survey at a Scale of 1:25,000 along Soybean value chain Zone in 5 new LGAs
ALR 15

 

Conduct of detailed soil survey at a Scale of 1:25,000 along Cassava value chain Zone in 5 new LGAs
ALR 16

 

Conduct of detailed soil survey at a Scale of 1:25,000 along Oil Palm value chain Zone in 5 new LGAs
ALR 17

 

Conduct of detailed soil survey at a Scale of 1:25,000 along Maize value chain Zone in 5 new LGAs
ALR 18

 

Establishment of an Agricultural Land Resources information platform that would serve as a vehicle to provide IT infrastructure for efficient & effective land use planning & management
ALR 19

 

Establishment of practical, timely and cost effective soil health surveillance, serve to map soil condition and set a baseline for monitoring the eco system
ALR 20

 

Establishment and maintenance of Agro-forestry(AF) and Farmers managed Natural regeneration (FMNR) for Climate change Adaption
ALR 21

 

Establishment of climate Smart Agriculture (CSA)/ Sustainable Land management practices to enhance farmer’s resilience to climate change.
ALR 22

 

Conduct Training for Extension Officers, ADP officers, Large scale farmers and cooperative societies on the use of Lab- in-box for on the spot assessment of soil nutrients.
ALR 23

 

Establishment of Pilot demonstration plots in acid affected soils of Abia and Anambara states
ALR 24

 

Establishment of Pilot demonstration plots in acid affected soils of Benue and Taraba states
ALR 25

 

Establishment of Pilot demonstration plots in acid affected soils of Awa -Ibom and Delta states
ALR 26

 

Establishment of Pilot demonstration plots in acid affected soils of Ondo and Ekiti states
ALR 27

 

Establishment of Pilot demonstration plots in acid affected soils of Enugu and Ebonyi tales
FEDERAL DEPARTMENT OF AGRICULTURE

 

GOODS

 

 
LOT

 

DESCRIPTION OF ITEMS

 

PDA 07

 

Supply of 6nos. Slicing Machines

 

PDA 08

 

Supply of 6 nos. Batch dryer

 

PDA 09

 

Renovation of damaged building at Cocoa Research Institute Of Nigeria Ibadan

 

PDA 10

 

Procurement of hydrocarbon free jute bags (200bgs/per bale)

 

PDA 11

 

Procurement of forced air flatbed dryer

 

PDA 11

 

Procurement of forced air flatbed dryer

 

PDA 12

 

Procurement of Threshers

 

PDA 13

 

Procurement of irrigation Pumps with full accessories (3hp,2″ pipe)

 

PDA 14

 

Procurement of irrigation Pumps with full accessories (7hp,6″ pipe)

 

PDA 15

 

Procurement of forced air batch dryers (horticulture)

 

PDA 16

 

Procurement of Oil palm Motorized Harvesters

 

PDA 17

 

Procurement of Palm Kernel Cracker ( oil Palm)

 

PDA 18

 

Procurement of Glyphosate (package in 1 litre)

 

PDA 19

 

Procurement of Cypermetrin and decis

 

PDA 20

 

Procurement of Cotton Harvest bags

 

PDA 21

 

Procurement of Rice Destoners

 

PDA 22

 

Procurement of paraquate & Touchdown (1 litre)

 

PDA 23

 

Procurement of Z-force ( 1 kg/pack)

 

PDA 24

 

Procurement of Benomyl (sachet) plus

 

PDA 25

 

Procurement of Dicuram MA 60W Plus

 

PDA 26

 

Procurement of Ingran plus

 

WORKS

 

PDA 28

 

Procurement and installation of l0nos Oil Palm medium Scale processing Equipment (MSPE)
GENDER AND YOUTH DIVISION (VALUE CHAIN)     
Goods
LOT DESCRIPTION OF ITEMS
Y&G 10 Supply and installation of jab planter 1.0 ha/hr, cassava Lifter 200 plant/Man-hour, Cassava peeling tool 40kg/hr, Mounted Maize Sheller 40kg/hr, Multi crop Thresher 2,000kg/hr, Motorised Groundnut Decorticator 3,000kg/day, Vegetable Slicer 50kg/hr and Marumbi Maize Sheller

 

AGRO PROCESSING & MARKETING DEPARTMENT
EXPRESSION OF INTEREST (EOI)
LOT PROJECT OF ITEMS
APM 01 Lease of One-Stop Shop Agro-Input Centres Spread across the Country

 

DEPARTMENT OF RURAL  DEPARTMENT
CONSULTANCY
LOT PROJECT TITLE LOCATION
DRD 01

 

Design, preparation of Bidding documents and the supervision of the Rehabilitation of Donga-Suntai Road Suntai-LG. Taraba State

 

DRD 02

 

Design, preparation of Bidding documents and the supervision of the Rehabilitation of Ofuloko-Ojofa-Ajako Igunmale – Kogi state

 

DRD 03

 

Design, preparation of Bidding documents and the supervision of the Rehabilitation of selected rural roads in Nsuka/Igbo-Eze South Federal constituency Enugu state

 

DRD 04

 

Design, preparation of Bidding documents and the supervision of the Rehabilitation of Ilo Ifako linking Lagos and Ogun states, Otta 3, Ado Odo/Otta in Ogun West Senatorial District Sango, Ogun state
DRD 05

 

Design, preparation of Bidding documents and the supervision of the Rehabilitation of Ezza Ofu-Igburu – Ezeagu Rd in Ebonyi North, Senatorial district Ezza, Ebonyi state

 

 

  1. Application must be from Agro-chemical manufacturers or their accredited representatives, distributors or agents for Lot FDL 02, 03 and 04

a.       For HMR 02: A Strategic Communication Consultant must show extensive evidence of strategic Communication experience, be a creative Communicator, ability to work with media professional across traditional and digital media platforms etc.

b.       For Lot FDA21; applicants must be reputable Textile Companies.

Qualification Criteria and Requirements

4.       In order to be considered, interested companies/Consultant, which must be Nigerian companies, should submit tenders/bid documents accompanied with the following:-

  1.   Evidence of registration with Corporate Affairs Commission (CAC) and Forms CO7;
  2.   Provide detailed Company Profile;
  3.   Detailed copy of current Tax Clearance Certificate (2010 -2012) verifiable from Federal Inland Revenue Service (FIRS);
  4.   Company Audited Accounts for last 3 years;
  5.   Evidence of VAT Registration & VAT remittance for the past 3 yrs
  6.   Evidence of payment of non-refundable Tender fee of N10, 000.00 only in favor of Federal Ministry of Agriculture and Rural Development for Goods and works. Any bids above N100million for Goods and Services and N300 million for Works must be accompanied with bid security of 2% of the bid price
  7. Letter of Financial Capacity & Banking support;
  8. Evidence of Contribution to Industrial Training Fund (ITF)
  9.   Detailed evidence job compliance with Pensions Act;
  10.     Evidence of 2 – 3 similar jobs previously executed or currently being  executed  (including  letters  of award,  completion certificates, payment);
  11.   Any other document(s) to support the qualification and tender documents as may be contained in the Standard Bidding Documents.

Collection of tender Documents

Prospective Bidders shall apply for Standard Bidding Document upon a written application addressed to:

Director of Procurement

Federal Ministry of Agriculture and Rural Development

Area II, Garki, Abuja

 

On the presentation of evidence of payment of non-refundable tender fee of N10, 000.00 for (Goods and Works only) into the Ministry’s account as follows:

 

Account Name:     Federal   Ministry   of Agriculture   and   Rural Development

Account Number: 321-207270113

Bank: Guaranty Trust Bank Plc.   Area 3, Garki, Abuja

 

Collection   of bids   documents   for   Consultancy/Services   and Expression of interest shall be at no cost to the intended bidder. Terms of reference are provided in the bidding documents.

6.       Submission of Tender Documents

Completed Technical and Financial bids are to be submitted in THREE (3) COPIES EACH WHICH INCLUDES ONE (1) ORIGINAL AND TWO (2) COPIES. Each of the documents should have TWO (2) SEPARATE SEALED ENVELOPES clearly marked “TECHNICAL BID” and “FINANCIAL BID” and both sealed in a third envelope marked with the APPROPRIATE PROJECT TITLE AND LOT NO. at the top right hand corner and addressed to the office below not later than 12.00 noon on 26th August, 2013,

 

The Secretary,

Ministerial Tenders Board

Federal Ministry of Agriculture and Rural Development

Wing F- Room F001,

Ground Floor-Staff Canteen Block,

Area 11-Garki, Abuja

7.     Opening of Bids

Technical bids will be opened publicly at 1.00 p.m on same date at the Conference Room B Federal Ministry Of Agriculture And Rural Development FCDA Secretariat, Area 11-Garki, Abuja after the close of the submission and only Qualified Bidders, relevant NGOs and CBOs will be invited to witness the opening of the financial bid documents.

8.     Please Note

    1. Contravention of the Conditions in Paragraph 4 (i-xiii) Could Lead to Disqualification of Bids and on No Account Should Bidders Combine Technical Bids and Financial bids in the Same Envelope.
    2. Late Submission Of bids will be rejected.
    3. Bidders are free to bid for all the packages, but shall not be Offered More Than Two Lots for Award of Contract.
    4. All the Requirements Stated In Paragraph 4(i-Xiii) Shall Be Enclosed in the Technical Envelope.

 

Signed

Ifoukun Odusote

Permanent Secretary

Federal Ministry of Agriculture and Rural Development