Invitation to Pre-Qualify/Tender for the Supply of Automatic Fire Suppression System (FM-200) to Four (4) Zonal Stores Across the Country at Independent National Electoral Commission (INEC)

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama, Abuja.

 

Invitation to Pre-Qualify/Tender for the Supply of Automatic Fire Suppression System (FM-200) to Four (4) Zonal Stores Across the Country

A.      Introduction:

The Independent National Electoral Commission invites interested, registered and  reputable companies/contractors with relevant experience and good track records to bid for the supply of the Automatic Fire Suppression System (FM-200) to the

Commission’s Zonal Stores located at Minna, Sokoto, Oshogbo and Owerri respectively.

 

B.      Pre-Qualification Requirements:

Interested companies are required to submit the following documents:

i.        Evidence of registration with the Corporate Affairs Commission (CAC)

ii.       3 years’ Tax Clearance Certificate (2008, 2009 and 2010);

iii)     Financial capability and banking support;

iv)     VAT Registration and past remittances;

v)      Last three (3) years’ Company’s Audited Account (2208, 2009 and 2010); vi) Details of Experience/Technical qualification of key personnel;

vii)    Evidence of registration with PENCOM and remittance of the required contributions on behalf of the company’s employees;

viii)   Evidence of technical capability and experience with similar jobs executed in the past (Prequalification proposals that provide correct and detailed description of the components of the components of the FM-200 Automatic Fire Suppression System will stand at an advantaged position in the Pre-qualification assessment).

 

Telephone (GSM) number(s) of the Contractor/Company’s representative(s)

 

C.      General Information:

i)       The closing date for submitted of the bid document shall be Thursday, 24th November, 2011 at 2.00p.m.

ii)      The pre-qualification/Tender documents submitted on/or before the closing date and time shall be opened at the Commission’s premises on the same Thursday, November, 2011 at 3.00p.m.

 

iii)     Only successful contractors from the pre-qualification assessment exercise will be contacted and invited for the financial bidding exercise.

iv)     For further enquiries, please contact the Deputy Director (Security), INEC Headquarters, Maitama District, Abuja.

D.     Submission of Pre-Qualification

Documents

All submissions must be delivered in two (2) bound copies, each sealed in an envelope marked Pre-Qualification/Tender Documents For the (indicate the project title at the top right hand corner of the envelope) and addressed to the Secretary, Independent National Electoral Commission (INEC), plot 436 Zambezi Crescent, Maitama District, Abuja.

 

Abudllahi A. Kaugama

Secretary of the Commission

 

Invitation to Tender at State House, Abuja

State House, Abuja

Invitation to Tender

1. Introduction

The State House, Abuja in accordance with the Public Procurement Act, 2007 is desirous of carrying out some of its capital projects under 2011 Budget. To this end, interested and reputable contractors with relevant experience are invited to tender for the projects as indicated below.

 

2.         Project Description/Scope of Works

The projects, which are construction and renovation works have been divided into different lots and are as follows: –

Lot 1:   Construction of CarPark (for 10 Cars), State House Veterinary Clinic, Abuja.

Lot 2:   Construction of Slaughter House and Incinerator, State House Veterinary Clinic, Abuja.

Lot 3:  Renovation of VIP wards (3 nos.), State House Medical Centre, Abuja.

 

3.     Tendering Requirements

Intended Tenderers are to submit the following documents for verification:

(i)         Evidence of Company Registration with the Cooperate Affairs Commission (CAC).

(ii)        Evidence of Payment of Company’s Tax Clearance Certificate for the past three (3) Years.

(iii)       Company’s Tax Payer Identification Number

(iv)      Evidence of VAT Registration Remittances (2008-2010)

(v)        Bank Reference from reputable bank as evidence of financial capability.

(vi)       Evidence of payment of non – refundable fee for collection of bid.

(vii)      Verifiable list of previous similar works successfully carried out within the last three (3) Years with names of clients, evidence of award and practical completion,

(viii)    Audited account for the past 3 years (2008 – 2010).

(ix)       List of Curriculum Vitae of key professionals registration with relevant and professional regulatory bodies, to be attached to the project stating their roles/ designation, Qualification and experience, enclose photocopies of professional certificates where applicable.

(x)        Evidence of compliance with the provision of the Pension Reforms Act, 2007,

(xi)       Refundable Bid security of 2% of Bid sum in Bank Guarantee Valid for 108 days must accompany bid documents for lots which bid price/value is above N50,000,000.00.

 

4.       Collection of Tender Documents

Tender documents will be available from 10:00am 3rd October, 2011 and can be obtained upon submissions of copy of receipt of payment of a tender fee of N10,000.00 payable in bank draft in favour of the State House, Abuja from the Secretary Tenders Board, PRS Department Wing 4 Room 4.1.31 New Administration Block near Banquet Hall, State House, Abuja.

 

5.     Submission of Tender Documents

The Technical and Financial documents should each be separately sealed and labeled (Technical” & Financial Bids”) as appropriate. The two (2) envelopes be put in a larger envelope that should also be sealed and labeled at the top left corner “Tender for Lot—” with the name, phone number and e-mail address of the Tendering Company clearly stated at the back of the envelope and addressed to: –

“The Permanent Secretary

State House, Abuja.

 

All tenders should be dropped in the Tenders Box at the security Gate, New Administration Block, State House on or before Tuesday, 8th November 2011 by 11:00am .

 

6.     Opening Tenders

Tenders will be opened immediately after bid closing at the Wing 4, Conference Room (4.0.50) New Administration Block, State House, Abuja on Tuesday, 8th November, 2011 interested tenderers, civil society organizations and members of the public are invited to attend the tenders opening ceremony if they so wish.

 

7.       Important Notice

Please note that:

(i)         The State House is under no obligation whatsoever to select contractors from submissions received if none meet the requirements for the project;

(ii)        Only Companies/Firms that meet the above stated requirements would be contacted;

(iii)       Failure to comply with the above – stated instructions will automatically, be disqualified and

(iv)       Late submission shall not be accepted.

Signed:

Director (PRS)

For: Permanent Secretary

Request for Expression of Interest/Invitation to Tender at Council of Nigerian Mining Engineers and Geoscientists (COMEG)

Council of Nigerian Mining Engineers and Geoscientists (COMEG)

15A Kwame Nkrumah Crescent, Asokoro

P. M. B. 537 Garki Post Office, Abuja

 

Request for Expression of Interest/Invitation to Tender

The Council of Nigerian Mining Engineers and Geoscientists (COMEG) hereby invites interested, competent and reputable Consultants to submit Technical Proposals for the following Consultancy Services:

1.         Development of Professional Programmes for COMEG,

2.       Consultancy Services on Assessment of Academic Standards of Tertiary Institutions in Nigeria.

2.       Guiding Criteria for Selection

The selection of the Consultants will be in accordance with the procedures set out in Guidelines published by Bureau of Public Procurement.

 

3.       Eligibility Criteria and expected contents of Expression of Interest

Prospective applicants are requested to submit their Expressions of Interest that demonstrate capability and capacity to undertake the assignments detailing the following information as basis for short-listing for further evaluation in which technical and financial proposals will be requested and reviewed accordingly.

  • Evidence of registration with CAC
  • Detailed Company Profile containing experience
  • Evidence of registration with Professional bodies such as COMEG, COREN, ICAN etc.
  • Evidence of Tax Payments for the past 3 years
  • Value Added Tax Registration Certificate and Evidence of Remittance
  • Evidence of Compliance with provisions of Pension Reform Act 2004 as contained in section 16 (6d) of the Public Procurement Act.

 

(4)     Expression of Interest must be in English Language and submitted in the Tender Box provided in four (4) copies (one original and three copies) in a sealed envelope clearly marked “Expression of Interest” for (specify assignment) at the address below:

 

The Registrar

COMEG

15A Kwame Nkrumah Crescent, Asokoro, Abuja.

 

COMEG reserves the right to reject any or all of the Expressions of Interest,

(5)     Invitation to Tender

LOT 01:   Supply of Computers and Office Equipment

LOT 02:   Establishment of IT Centre and specialized library

LOT 03:   Establishment of Data Bank for Professionals and Corporate bodies.

 

6. Collection of Tender Document

Any interested company/contractor/supplier should collect bidding document upon presentation of evidence of payment of the non-refundable fee of N 10,000.00 (Ten Thousand Naira only) from the:

 

The Procurement Unit

Council of Nigerian Mining Engineers and Geoscientists (COMEG)

15A Kwame Nkrumah Crescent, Asokoro, P.M. B,  537, Garki, Abuja.

 

7.       Requirements for Tendering

i.        Certificate of incorporation with Corporate Affairs Commission;

ii.       Tax clearance certificate for the past three (3) years from Federal Inland Revenue Service;

iii.      Value Added Tax Registration Certificate and evidence of Remittance;

iv       Verifiable evidence of past job experience in similar projects of interest;

v.       Comprehensive company profile;

vi.      Evidence of compliance with the provision of section 16b (d) of Public Procurement Act 2007 as it relates to the Pension Reform Act 2004;

vii.     Non-refundable Tender fee of N10,000.00 and attached Receipt of Payment;

 

8. Submission of Tender Document

Interested Contractors/Suppliers should submit their Technical/Financial Proposals in sealed envelopes clearly marked with the project lot and addressed to:

 

The Registrar

Council of Nigerian Mining Engineers and Geoscientlsts (COMEG)

15A Kwame Nkrumah Crescent, Asokoro, P. B. M. 537, Garki, Abuja,

Completed Tender Documents must be dropped in the Tender Box at the above address on or before 16th November, 2011.

 

9.       Opening the Bids

Tender documents will be opened publicly on 15th November, 2011 at the COMEG Conference Room by 1.00pm.

 

N.B   This advertisement shall not be construed to be a commitment on the part of COMEG, nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from COMEG by virtue of that bidder having responded to this advertisement.

Signed

Registrar, COMEG

Invitation for Pre Qualification of Contractor at Borno State Ministry of Sports Affairs

Borno State Ministry of Sports Affairs,

Maiduguri

Invitation for Pre Qualification of Contractor

The Borno State Government through the Ministry of Sports Affairs wishes to invites reliable Contractors to submit prequalification Document for the construction of  22,500 capacity Maiduguri International Stadium.

 

1.

All interested Contractors are to submit their bidding document to the Secretary Ministerial Tender’s Board of the Ministry of Sports Affairs 2nd floor room BO.18. Musa Usman Secretariat, Maiduguri.

 

2. Documents to be submitted:-

Interested contractors are to bring the following documents:-

a)       Evidence of registration as a company by the corporate Affairs Commission.

b)      Copy of Articles and Memorandum of Association

c)       Evidence of execution of variable similar works in the construction industry.

d)      Evidence of up to date payment of company’s income tax to the Government.

e)       List of technical personnel at the tender’s disposal to execute the project.

f)       Letter of introduction from an accredited Nigerian Commercial Bank

g)       Any other information that may enhances the chances of the company

 

3.        Submission of document: interested Contractors are to submit their

prequalification enclosed in a sealed envelope marked prequalification Documents for the construction Maiduguri International Stadium, Borno State address to:

 

The Secretary

Ministerial Tender’s Board

Ministry of Sport Affairs

Maiduguri.

 

4.       All pre-qualification Documents  are expected to be submitted on or before 18th October, 2011.

 

5.       pre-qualification: All qualified contractors shall be invited to collect tender Document on or before 20th October, 2011.

 

Barr. Isa Buratai

Hon. Commissioner

Ministry of Sports Affairs

 

Invitation to Tender for 2011 Capital Projects at National Eye Centre, Kaduna

National Eye Centre, Kaduna

Invitation to Tender for 2011 Capital Projects

 

The National Eye Centre, Kaduna in order to implement its approved 2011 Capital Projects invites Technical/Financial Bids from Reputable Contractors with relevant experience and good track records for the following projects;

 

Lot 1:          Supply and  Installation  of  operating Microscope complete with accessories.

Lot 2:          Supply and installation of Optical Coherence Tomography (OCT) machine

Lot 3:          Supply and Installation of Slit tamp with accessories.

Lot 4.          Supply and Installation of Posterior Vitrectomy machine complete with accessories,

Lot 5:          Renovation of Resident Doctors quarters.

Lot 6:          Supply  and  Installation of 2.5  M.V  Power Transformer and Vacuum Switch gear,

Lot 7:          Furnishing of Amenity Suites A and B

Lot 8:          Supply of Toyota Und Cruiser.

 

(ii)     Technical/Financial Bid Requirement

(1)     Full details of company profile

(2)     Evidence of Registration with Corporate Affairs Commission.

(3)     Evidence of Registration with the Federal Government of Nigeria or the National Eye Centre.

(4)     Evidence of tax payment or tax clearance certificate for the past three years ie. 2008, 2009, 2010.

(5)     Value  added tax  (VAT)  Registration  and evidence of past remittances.

(6)     Evidence of financial capability including audited account for the last three years,

(7)     Relevant/Verifiable cognate expiring with NEC or other organizations on similar projects in the  past five years. (Please include job completion certificates, year, project titles, clients, project value and duration, contact address and phone numbers of clients).

(8)     Evidence of payment of non refundable fee of Twenty Five Thousand  Naira (#25,000.00) only for finance bid payable  at the Account Department  of the  National Eye  Centre.

(9)     Evidence of compliance with provision of Pension Reform Act 2004,

(10)   Original documents of (2,3,4 above must be produced for sighting),

(11)   Any additional information that would enhance the potentials of the  company

potentials of the company

 

(iii)   Scope of work and Specifications

The scope of work and specifications for each project is provided in the Tender Document which shall be obtained from the Planning Division, Directorate of Administration, National Eye Centre, Kaduna on payment of financial biding fee of N25,000.00 for each project

 

Important Information

1.       Prospective bidders for Medical equipment must be accredited agents or representatives of the equipment manufacturers.

2.       Those who tendered for furnishing of the Amenity Suites under 2010 Capital protects should bring their Original receipts for fresh Tender documents in view of the fact that the project was stepped down in 2010.

 

Disclaimer

This advertisement is published for information purposes only and shall not be construed as a commitment or offer by the Centre nor shall entitle any party to make any claims whatsoever or seek any indemnity from the Centre by virture of such party(ies) having responded to this publication.

 

Therefore all cost(s) incurred pursuant to this advertisement shall be borne by the responding party or entity.

The Centre is not bound to award any Contract to any bidder and reserves the right to cancel the tendering process at any stage without incurring any liability or give any reasons therefore;.

 

Submission of Completed Tender Documents

Completed Technical and financial must be submitted on or before  17th November, 2011 in separate sealed envelopes marked” Technical “ and  “Financial Bid” Indicating Boldly the Lot number  at the back of the envelopes addressed to:

 

The Chief Medical Director

National Eye Centre

P.M.B  2267, Kaduna.

 

Tenders shall be  opened at 12noon on the day of the expiration (17th November, 2011) in the presence of bidders on their  representatives who may wish to witness the exercise.

 

Signed

Management