Invitation to Tender for the Execution of Capital Projects/Expression of Interest for Consultancy Services at Federal Ministry of Labour and Productivity

 

 

Federal Ministry of Labour and Productivity

Federal Secretariat Complex, Phase I, Abuja

Invitation to Tender for the Execution of Capital Projects/Expression of Interest for Consultancy Services

Introduction

The Federal Ministry of Labour and Productivity intends to undertake the execution of the under listed Projects/Programmes under the 2011 Capital Budget. To this end, competent contractors/vendors are invited to apply to tender for the projects.

 

Description of Works

A.      Consultancy Services

LOT 1.        Headquarters ICT Consultancy

LOT 2.        National Electronic labour Exchange (NELEX) (ICT) Consultancy

LOT 3.        Financial Consultancy

 

 

S/No. Projects Title Lot No.
B. RENOVATION AND FURNISHING OFFICES AT HQRTS
1. Renovation of Offices of Honourable Minister and Perm. Sec. 1
2. Supply and Installation of Furniture Items to Honourable Minister and Perm. See’s Offices: 2
3 Renovation of Directors’ Offices 3
4 Supply and installation of Furniture items to Directors’ Offices 4
5 Renovation of Offices of Deputy Directors 5
6 Supply and installation of Furniture items to Deputy Directors’ Offices 6
7 Supply and installation of Furniture items to Assistant Directors’ Offices 7
8 Renovation to Assistant Directors’ Offices 8
 

C

RENOVATION OF 6 STATE LABOUR OFFICES   9

9 a)     Kwara State labour Office, Ilorin

b)    Rivers State Labour Office, Port-Harcourt

c)     Gombe State Labour Office, Gombe

d)    Bauhi State Labour Office, Bauchi

e)     Ekiti State Labour Office, Ado-Ekiti

f)      Kogi State Labour Office, Lokoja

9a

9b

9c

9d

9e

9f

D.

Other Office Supplies

10
  1. Computer Equipment
  2. IT Software
  3. Safety items
  4. Office Equipment
  5. Supply and installation of Photocopier Machines
10a

10b

10c

10d

10e

11 E. Consumables              11
Stationeries etc

 

Note:-            a.    All eligible interested consultancy firms for LOTS 1-3 in item “A” above are to Submit Expression of Interest.

b.       Also for LOTS 1- 3 in item “A” Scope of Work and specifications will be contained in the Standard Bidding Document (SBD) to be collected by successful firms upon the presentation of evidence of payment of non- Refundable tender fee of ten thousand naira (N10, 000.00) per lot.

c.       Contractors bidding for furniture should attach the furniture catalogue describing the various items.

 

Tender Requirements:

a)       Certificate of Incorporation by CAC;

b)      Detailed Company profile, Organizational Structure; including names and Curriculum Vitae of key Staff as well as their addresses and individual attestation of availability (for specialized, expertise and consultancy projects)

c)       Current Tax Clearance Certificate for the last three (3) years (2008, 2009, 2010)

d)      VAT Registration Certificate/Evidence of Remittances;

e)       Evidence of Pensions fund/Registration and Remittances;

f)       3 – years Audited Accounts for the last years (2008,2009, 2010).

g)       Evidence of financial strength and credit worthiness supported with a letter of reference from a reputable bank and bank statement for the last six (6) months

h)      Previous experience and verifiable list of similar jobs previously undertaken, including evident of the projects such as letter of award, completion certificates, etc.

i)       Name, e-mail address and telephone numbers of contact person for the jobs.

Collection of Tender Documents

Tender documents with details of works and specifications for the job are to be collected in the office of the Secretary of Ministerial Tenders Board (MTB) upon payment of non-refundable tender fees of N10,000.00 per lot.

 

Submission of Tender Documents

All submission should be neatly packed, placed in seated envelopes with the name of the project and Lot number clearly marked on the top left side of the envelope, the financial tender must be submitted in a separate envelope marked “Financial Tender” for LOTS in items B-E.

And for the Consultancy services in “A” above the following (1-4) applies:

1.       Expression of Interest (EOI) documents should be provided in two copies and neatly bound

2.       The documents should be arranged in the order listed under the eligibility criteria above.

3.       Expression of Interest (EOI) should be placed in a sealed envelope marked “Expression of Interest for… (State Project type)”

4.       Only successful firms shall be invited to submit proposals.

All submission are to be addressed to:

The Secretary,

MTB Secretariat,

Federal Ministry of Labour and Productivity,

Federal Secretariat Complex, Phase 1,

Third Floor, Room 4A, 345,

Abuja.

 

Please note that all bids submitted without the Tender requirements shall not be entertained.

 

Closing of Submission

All submission of tender documents ends on 21st September, 2011 by 12.00 noon and tenders shall be opened at 1.00pm same day and venue. Bidders or their representative are strongly advised to be present to witness the bid opening.

 

Signed

Permanent Secretary

Federal Ministry of Labour and Productivity

 

Invitation to Tender for the Supply of Cooking Gas /Firewood to Nigerian Prisons Services at Nigerian Prisons Service

Tender Notice

Federal Ministry of Interior

Nigerian Prisons Service

Invitation to Tender for the Supply of Cooking Gas /Firewood to Nigerian Prisons Services From 1st January to 31st December 2012

 

1        Introduction:

Nigerian Prisons Service invites reputable Gas suppliers/ Firewood dealers to tenders for the supply of Cooking Gas/Firewood to the under-listed Prisons and Satellite Prisons for the period 1st January to 31st December, 2012. The Main Prisons and Satellite Prisons are as follows:

S/No State Prisons (Convicts) Satellite Prisons
1 FCT-Abuja Kuje, Suleja and Dukpa F.C            –
2 Abia Aba, Arochuckwu and Umuahia            – 
3 Adamawa Ganye, Jada, Jimeta, Mubi, Nurnan and Yola Dumne, Gombi, Gulak,               Hong, Kojoli, Maiha,                 Mayobelwa, Michika,                  Shelleng, Guyuk and Karlahi
4 Akwa-Ibom Abak, Eket, Ikot -Abasi, Ikot-Ekpene and Uyo           –
5 Anambra Awka, Onitsha and Aguata           –
6 Bauchi Azare, Bauchi, Jama’are, Misau and Ningi Alkaleri, Burra, Darazo Gamawa, Katagum, Shira, Tafawa Balewa and Toro
7. Benue Gboko, Makurdi and OtuKpo          –
8. Borno Bama, Biu, Gwoza, Maiduguri Farm and Maiduguri (Maximum) Askira, Kwayakusar, Gamboru-Ngala, Konduga, Kumshe, Damasak, Kukawa, Mongono and Shani
9. Cross River Adim Farm, Calabar, Ikom, Obubra, Obudu and Ogoja           –
10 Delta Agbor, Kwale, Sapele, Ogwashiu-uku and Warri           –
11 Ebonyi Abakaliki and Afikpo           –
12 Edo Auchi, Benin (New)-Oko, Benin (old), Ogba-farm, Ozalla farm and Ubiaja  
13 Ekiti Ado-Ekiti  
14 Enugu Enugu: Ibite-Olo, Nsukka and Orji River  
15 Gombe Gombe and Tula Billiri, Bajoga and Cham
16 Imo Okigwe, Owerri and Orreh farm            –
17 Jigawa Birnin-Kudu  Farm Centre, Gumel, Hadejia (New) and Kazaure Birnin-Kudu, Dutse, Garki, Gwaram, Jahum and Ringim
18 Kaduna Birnin-Gwari, Borstal Institute, Kaduna Central, Kafanchan, KPC, Kujama Farm Centre and Zaria Gwantu, Saminaka, Ikara, Makarfi, Soba, Kachia, Kwoi, Manchok                         
19 Kano Goron-Dutse, Kano Central and Wudil Dawakin-Tofa, Gwarzo, Rano, Sumaila, Tudunwada, Kiru and Buchi
20 Katsina Daura (New), Daura (Old), Funtua, Katsina and Ngawa F.C. Dutsin-Ma, Kankia, Jibia. Malumfashi, Musawa and Mani
21 Kebbi Argungu, B/Kebbi (New), B/Kebbi (Old), Yeiwa Yauri and Zuru Kamba. Kangiwa, Bagudo, Jega and Wara
22 Kogi Ankpa, Dekina, Idah, Kabba, Koton-Karfe and Okene               –
23 Kwara Ilorin Old, Mandala, Borstal Training and Lafiagi               –
24 Lagos Badagry, Ikoyi, Kirikiri Female, KiriKiri Max and Kirikiri Medium               –
25 Nassarawa Keffi, Lafia, Nasarawa and Wamba               –
26 Niger Agaie, Bida, Kagara, Kontagora (New), Lapai, Minna (Old). Minna (New) and New Bussa               –
27 Ogun Abeokuta New, Abeokuta Old, Ijebu-Ode, Ilaro, Shagamu and Borstal Remand Centre Abeokuta               –
28 Ondo Akure, Okitipupa, Ondo Male, Ondo Female and Owo                 –
29 Osun Ile-Ife and Ilesha                 –
30 Oyo Oyo, Ibadan (Agodi) and F. C. Ogbomosho                 –
31 Plateau Jos, Lakushi, Langtang, Pankshin, Shendam, Wase and Lamingo Prison Camp                 –
32 Rivers Ahoada, Degema, Elele farm and P/Harcourt                 –
33 Sokoto Bislam Farm Centre and Sokoto Gwadabawa, Tambuwal and Wurno
34 Taraba Gembu, Jalingo, Serti and Wukari (New) Baissa, Takum, Bali, Gassol, Karim-Lamido, Lau, Zing and Mutumbiyu
35 Yobe Gashua, Nguru and Potiskum (New) Damagun, Damaturu. Fika, Dapchi and Gaidam
36 Zamfara Gusau (New) Kaura-Namoda, Maru, Talata-Mafara and Gumi

    

2.       Objective:   To provide for decent cooking of foodstuff for the inmates in the Nigerian Prisons nationwide.

 

3.       The Scope: The scope involves making adequate cooking gas/firewood available in the Prisons at all times.

 

4.       Eligibility to Tender: Interested reputable contractors/suppliers are requested to forward their applications with the following as Tender documents for consideration

(i)      Certificate of Incorporation or Registration with Corporate Affairs Commission (CAC).

(ii)     Tax Clearance Certificate for the immediate past 3 years (2008 – 2010).

(iii)    VAT Registration Certificate.

(iv)    Evidence of Mobility.

(v)     Bank Reference

(vi)   Original Treasury Receipt of non refundable tender processing fee of N5,000.00

(vii)   Quadruplicate copy of duly signed and stamped Bank Teller obtained from Access Bank for payment of processing fees.

(viii)  Verifiable Evidence of previous Gas supplied.

(ix)    Interested companies are required to provide evidence of registration and remittance of contributory pension funds in line with Section 16, Subsection 8(d) of the Public Procurement Act.

5.       Prospective contractors/bidders are to pay non-refundable tender processing fee of N5,000.00 into Nigerian Prisons Service Account No. 0090010010640 with any Access Bank branch and obtain a Bank Teller.

6.       Treasury Receipts for the non refundable tender deposit of N5,000.00 can be obtained on presentation of Bank Teller of Payment from Access Bank at

 

Prison Cash Office,

Prisons Headquarters Office complex,

Bill Clinton Drive, Airport Road, Abuja.

7.       Submission Deadline: Completed Tender documents must be submitted in seated envelope marked Confidential Tender for Supply of Cooking Gas/Firewood to Prisons to reach The Head of Procurement, Prisons Headquarters Office complex, Bill Clinton Drive Airport Road, Abuja on or before 23rd September, 2011 by 12 noon.

8.       Any Tender which fails to meet up with the requirements will not be considered. It should be noted that the Nigerian Prisons Service is not obliged to accept any particular tender

9.       Incorrectly addressed or labeled submissions, and those received after the specified date shall be rejected.

10.     This advertisement of Invitation to Tender shall not be construed as a commitment on the part of NPS, nor shall it entitle any supplier to make any claim(s) whatsoever, and/or seek any indemnity from NPS by virtue of such supplier having responded to this advertisement.

11.     All expenses incurred in preparing the Tender response and all expenses otherwise associated with its tender response shall be borne solely by the prospective supplier.

NOTE:- Photocopies of the non-refundable tender processing receipt and acknowledgment receipt obtained on submission of tender must be kept and Presented before collection of award letters by successful bidders.

Signed

Controller General of Prisons

For: Honourable Minister of Interior

Invitation for Expression of Interest for Consultancy Services for 3 No Projects at University of Ibadan

University of Ibadan, Ibadan

Invitation for Expression of Interest for Consultancy  Services for 3 No Projects in the University of Ibadan

 

The University of Ibadan is desirous of executing three (3 No) projects namely:

(a) Post Graduate Library

(b) International House and

(c) School of Business Complex

Interested Consulting Firms and Consortiums are hereby invited to submit expression of interest bids for review by the University. The bids are required to contain the following:

(a)     Evidence of Registration with the Corporate Affairs Commission (CAC)

(b)     Company resume

(C)     Record of Similar past projects (with evidence)

(d)     Copy of Current Tax Clearance Certificate

(e)      Copy of VAT Registration of Staff Certificate

(f)      Evidence of Registration of Staff with the Pension Commission of Nigeria (PENCOM)

(g)     Evidence of payment of a non-refundable fee of N10,000.00 to the Cash Office, Bursary Department, University of Ibadan and

(h)     Any other information that can further assist in determining the suitability of the bidder.

Duly completed bids should be neatly packaged, addressed and submitted to:

 

The Bursar and Secretary,

Procurement Planning Committee

University of Ibadan, Ibadan.

The covering envelope should be marked at the top left hand corner as:

“Expression of Interest for Consultancy Services for……” (State the project)

 

Submission of duly completed bid closes on Friday 16th September 2011 by 12.00 noon.

The bids will be opened by 2 p.m. same day in the Senate Chamber of the University. Bidders are required to be present at the opening.

Interested applicants are to note that:

(i)      The University of Ibadan is neither committed nor obliged to short-list any consultant,

(ii)     The University reserves the right to reject any and/or all bidding packages.

(iii)    The University will only recognize and correspond with authorized officers of the applying consultants and NOT through individuals or agents acting on their behalf.

(iv)    The advertisement for invitation shall neither be construed as a commitment on the part of the University nor shall it entitle any consultant to make any claims whatsoever and/or seek any indemnity from the University of Ibadan.

I.O. APONMADE

Bursar and Secretary

Procurement Planning Committee

 

Tender Opportunity No NG01009076 Operation and Maintenance of Water in the Western Division at Shell Petroleum Development Company of Nigeria Limited

The Shell Petroleum Development Company of Nigeria Limited

Operator  of the NNPC/Shell/TEPN/Agip Joint Venture

 

Tender Opportunity No NG01009076 Operation and Maintenance of Water in the Western Division

 

Introduction

The Shell Petroleum Development Company of Nigeria Limited hereby invites reputable and competent Nigerian Companies and alliances with the requisite expertise, experience, skilled manpower and technology to apply to be considered for inclusion in the bidders for subject tender. The contract will result from this tender will be for the operation and maintenance of water facilities in the Western Division.

Scope of Work

This contract is required to:

  • Maintain 100% availability of water supply in assigned SPDC locations
  • Maintain 100% availability of all water treatment plants at specified locations
  • Maintain 100% availability of water lines in base locations supplying water to about 500 buildings.
  • Maintain 100% availability of wafer to barges supplying the swamp locations.
  • Carry out routine maintenance activities on all water production facilities in the base locations, including but not limited to storage vessels, air compressors, blowers and pumps.
  • Supply materials and tools required for the daily operation of the water treatment plants, water treatment plants, lines, valves, air compressors, blowers and surface pumps.
  • Carry out maintenance activities on all water flow lines and associated valves of sizes ranging from i1 to 6” at specified locations
  • Carry out annual maintenance of water treatment plants, overhead tanks

 

Maintenance of the wafer production facilities in all field locations in the Western       Division including but not limited to:

a)       Managing of store at Ughelli Production Centre (UPC)

b)      Change-out of faulty submersible pump with motorized crane

c)       Change-out of faulty submersible pump with a Tripod

d)      Water Supply to drilling locations and campsites

e)       Retrieval of utility materials from drilling location/campsite

f)       Cleaning of existing water wells

g)       Integrity checks on boreholes                                                                                      

h)      Repair of leaking waterlines in process stations

i)       Hook-up of new water boreholes                                                                               l)          Threading of pipes                                                                                                          

k)      Provision of alternative power supply

I)       Provision of security watch over utility materials                                                          

Mandatory Requirements

  • To be eligible for this exercise, interested contractors are required to be pre any of these work categories in NipeX Joint Qualification (NJQS) database: 3.05.08 Civil  Works / Building Contracting Services including Drilling /Tunneling and 4.05.02 Management and Operations, including Production Supervision  of all Facilities, Engineering, Modification and Maintenance Services for Site / Platform. All successful pre-qualified suppliers in this category will receive a Technical Invitation to Tender (ITT).

 

  • To determine if you are prequalified and view the product/service you are listed for: open www.nipexng.com  and access NJQS with your log in details, click on “Continue Joint Qualification Scheme Tool” button, click “check my supplier status” and then click Supplier Product Group”.

 

  • If you are not listed in the product/service category but you are registered in DPR to do business, contact NipeX office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos with your valid DPR certificate as evidence for necessary update.

 

  • To initiate the NJQS prequalification process, access www.nipexng.com  to download application form, make necessary payments and contact NipeX office for further action.

 

  • To be eligible all tenderers must comply with the Nigerian Content requirements in NipeX.

 

Nigerian Content Requirements:

Vendors are to demonstrate strict compliance with the provisions of Nigerian Oil and Gas Industry Content Development Act and also provide the following requirements:

  • Demonstrate that the entity is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work, Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

 

  • International or multinational company working through a Nigerian subsidiary must demonstrate that a minimum 90% of equipment to be deployed for execution of work shall be owned by the Nigerian subsidiary by providing a list of equipment for this tender and indicating those that will be owned by the Nigerian subsidiary.

 

  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO2 and CO7.

 

  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total workforce are Nigerians. Also, show overall percentage of work to be performed in Nigeria and those by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work. Also provide details of Nigerian Content focal point or manager.

 

  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

 

  • Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

  • Provide evidence of domiciliation of project management and procurement centres in Nigeria with physical addresses (not P.O. Box).

 

  • Location of in-country facilities (Equipment, storage, workshops, repair and maintenance facilities and, testing facilities)

 

  • Contractor must be willing and able to provide evidence of maximization of made Nigeria goods and services.

 

  • Provide details on any other Nigerian Content initiative your company is involved in.

 

Closing Date:

Only tenderers who are registered with NJQS in the 3.05.08 Civil Works / Building Contracting Services including Drilling / Tunneling and 4.05.02 Management and Operations, including Production Supervision of all Facilities, Engineering, Modification and Maintenance Services for Site / Platform categories as at on or before 15th September 2011 being the advert closing date shall be invited to submit Technical Bids.

Additional Information:

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under the relevant product/service categories.

 

  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

 

  • This advertisement shall neither be construed as any form of commitment on the part of The Shell Petroleum Development Company of Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from The Shell Petroleum Development Company Of Nigeria Limited and or any of its partners by virtue of such companies having been prequalified in NJQS

 

  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

 

  • The Shell Petroleum Development Company of Nigeria Limited will  communicate only with authorized officers of the pre-qualifying companies and not through individuals or Agents.

 

  • Contract Duration: 2 years + 1 year extension option

 

Please visit the NipeX Portal at www.nipexng.com  for this Advert and for other information.

This advertisement is not an invitation to tender for the above services. There is no commitment or obligation, implied or otherwise, for SPDC to issue a tender or enter into a contract. Participation in the tender exercise does not construe or imply any commitment to any or entitle any party to any indemnity or any farm of payment from SPDC.

Invitation for the Pre-Qualification of Contractors, to Bid for the Construction of the Corporate Head Office of the Police Service Commission at Police Service Commission

Police Service Commission

Federal Secretariat Complex, Phase

PMB 5188

Abuja

 

Invitation for the pre-qualification of Contractors, to bid for the construction of the corporate head office of the police service commission

1.0     Introduction

The Police Service Commission is to construct its Corporate Head Office Building at the Jabi District, Abuja and intends to conduct a pre-qualification exercise for interested Building Contractors: Competent and Reputable Contractors are hereby invited to apply and forward their documents for the purpose of PRE-QUALIFICATION.

 

2.0      Scope of Works:

The site is located at sector center B B16, Plot 64, Jabi District and has a land mass of 1.61 hectares. The scope of works include the construction of a 10 storey office building in reinforced concrete frame with sandcrete block, glass curtain wall, finished with high quality materials and furnishing. The external   works   include   parking   facilities,   water reticulation, supply   and   storage,   industrial   borehole, generator house, Police Post, access roads, drainages and landscaping.

 

3.0      Pre-Qualification Requirement

Pre-Qualification shall be conducted through the national competitive  bidding process as specified in the public procurement act, 2007 and is open to all eligible bidders:

 

4.0      Eligibility Requirements

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

(ii)               Company profile showing key personnel with evidence of technical/professional status/experience

(iii)              Current Tax Clearance Certificate

(iv)              VAT registration with proof of remittance

(v)               Proof Of Registration With The National Pension Commission   (PENCOM)   and evidence of remittance of employees’   pension contribution/deductions

(vi)              Evidence of financial capability and support letter from a reputable bank addressed to the Commission

(vii)   Evidence of ownership/deployment  of adequate  construction  equipment  for  the works

(viii)  Evidence of similar jobs executed of at least a 10 (ten) storey Office building by the company in Nigeria   preferably   in   Abuja   including furnishing; preferably also, with the contractor being able to manufacture the furniture (copies of   letters   of   award/certificates  of job completion to be attached).

 

(ix)      Any other relevant document that will enhance verification of experience and

competence.

5.0      Verification of Claims.

Note that the Police Service Commission (PSC) reserves the right to verify the documents submitted by Contractors.

 

6.0     Submission of Prequalification Documents

(i)                All  pre-qualification  documents  should  be  neatly packaged in a sealed

envelope marked “PRE-QUALIFICATION TO BID FOR CONSTRUCTION OF PSC HEAD OFFICE” at the top left hand corner of the envelope addressed to:

 

The Secretary, Tenders Board,

Police Service Commission,

Federal Secretariat Phase 1,

PMB5188.

Abuja.

 

(ii)     All submissions must reach the Police Service Commission Office Room, No. 0.18, on the Ground Floor of the Federal Secretariat, Phase I Abuja,  on or before Monday 19th September 2011 by 12 noon and shall be opened on the same date at 1.00p.m. in the Permanent Secretary’s Conference Room, 8th Floor, Federal Secretariat Complex, Phase I, Abuja.

 

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

 

(iv)    Each pre-qualified Company/Contractor shall be required to pay a non-refundable fee of Fifty Thousand Naira (N50,000) in Bank Draft to the Sub-Treasurer of the Federation and submit evidence of the payment to the Commission prior to collection of the Bid/Tend^ documents.

 

(v)     The Commission shall not be held liable to account for any submission made by post/courier not received before the deadline stated above, and this advertisement shall not be construed to commit the Commission to any claim(s) for indemnity whatsoever by any bidder.

Note:

Please note that this is not an invitation to tender. Only successful pre-qualified companies will be invited to submit financial bids.

 

Signed

Permanent Secretary/secretary

Police Service Commission, Abuja

August 2011.