Pre-Qualification and Possible Inclusion in a Database at United Nations Development Programme (UNDP)

Call for Expression of Interest

The United Nations Development Programme (UNDP) in Nigeria would like to invite registered Non Governmental Organizations (NGOs) to submit their Expression of Interest (EOI)  for Pre-qualification  and  possible  inclusion  in  a database. UNDP is looking for NGOs specialized in community re-integration, peace building and conflict resolution.

All NGOs that wish to participate in the process are required to complete application form available on www.undp.org/procurement or www.ng.undp.org .

The information provided will be used to access your company suitability to qualify for the next stage for services mentioned in the NGOs profile attached with the EOI. Interested NGOs are required to fulfill the eligibility questionnaire requirements and submit all relevant documents. Interested NGOs also are encouraged to submit their interest only if they meet the eligibility criteria checklist.

The closing date for submitting a complete pre-qualification application form is February 3rd 2011 at 3:00 pm Local time Abuja, Nigeria.

The UNDP shall proceed to the qualification stage ONLY for NGOs that meet its requirement of the specialization as advertised in the EOI.

Due to the high numbers of application normally received, in case you submit an application form for pre-qualification but don’t hear from us after 2 weeks of the closing date, then it means your application has been unsuccessful and your application will not be advanced to the next stage.

For any clarification on any aspect of this EOI, please send e-mail to abiodun.onadipe@undp.org

We thank you for your interest.

Please return the completed form to the contact address below:

Attention: The Service Centre Manager

EOI – NGO’s Working on community

re-integration, peace building and conflict resolutions

UNDP- Nigeria

617/618 Diplomatic Zone

Central Area District

FCT, Abuja

PMB 2851 Garki Abuja.

The EOI submission that are not in compliance with the requested information as outlined above will not be considered eligible to be included in the next stage of this process.

This EOI does not amount to a commitment on the part of the UNDP either financially or otherwise. UNDP reserves the right to accept or reject any or all the EOI without any obligation to inform the affected applicants of the ground for the acceptance or rejection.

Rehabilitation/Renovation of Security Quarters at State House, Abuja

State House, Abuja

Invitation to Tender for the Rehabilitation/Renovation of Security Quarters for the State House, Abuja.

1. Introduction

The State House, Abuja is desirous of carrying out the rehabilitation of quarters occupied by some of its personnel within the Asokoro District of Abuja. Pursuant to this, schedules of dilapidation and repairs have been compiled with corresponding bills of quantities, which are to be used in the rehabilitation works.

2.       Project Description and  Scope or Works

The proposed works have been divided into three lots corresponding to three different sties located within the three Arms Zone and Asokor as follows : –

Lot 1: Renovation of Artillery Quarters, Three Arms Zone, Abuja

Lot 2: Renovation of Asokoro New Quarters , Abuja

Lot 3: Renovation of Asokoro Old Quarters , Abuja

The works to be carried out in each of the three lots include the following

(a)     Removal and replacement of damaged doors and windows

(b)     Replacement of old damaged wall and floor filling

(c)      Repairs to leaking roof and damaged ceilings

(d)     Repairs and replacement of damaged plumbing and electrical installations

(e)      Repairs to storm water drains, septic tank and soak away pits

(f)      General painting works

(g)     Repairs to the associated services and external works including paved walkways and  drive ways.

3.       Tenders’ Qualifications

Reputable Building contractors with relevant experience on similar projects are hereby invited to tender for the works. Tenderers may tender for tender three lots but will not  be considered for more than one lot.

The following are the qualifications required of would be contractors:-

(a)     Evidence of Company Registration with the Corporate Affairs Commission (CAC) (b)          Evidence of payment of Company’s Tax Clearance Certificate for the past three 3

years.

(c)      Bank reference from a reputable bank as evidence of financial capability.

(d)     List and documentary evidence of experience in similar building construction and rehabilitation jobs successfully executed (or being executed) in Nigeria within the last 3 years with each having a minimum contract sum of N20million and a total value within  the three years of not less than 200,000,000.00 such evidence shall be in form of copies of valid contract agreements and completion certificates or architect’s payment certificates  (where such jobs are on-going).

(e)      Annual turnover of the company not to be less than N50 Million within the last 3 years.

(f)      Payment of a non-refundable tender fee of N20,000.00

(e)      Audited account for the past 3 years

(h)     List of equipment to be used for the project and their location, stating whether the equipment  are on lease,  hired or owned including relevant evidence

(i)      List of and curriculum vitae of key professionals’ registration with relevant and professional regulatory bodies to be attached to the  project stating their  roles, designation, qualifications and  experience. Enclose photocopies  of professional certificates where available

(j)      Evidence of  compliance with the provisions of the  Pensions Reforms Act, 2004.

Collection of Bidding Documents

(i)      Tender documents will be available from 10.00am on 10th January, 2011 and can be obtained upon submission of copy of receipt of payment of a tender fee of N20,000.00 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 Document

The Technical and Financial documents should each be sealed and labeled (Technical & Financial Bids as appropriate) separately, and the two (2) envelopes be put in a larger envelope that should also be sealed and labeled at the top left corner “Tender for the Rehabilitation of Security Quarters for State House (Lot…….)” with the name of the Tender Company dearly 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. Block, State House not later than 11:00am on Wednesday 26th January, 2011.

6.       Opening of Tender

Tenders will be opened immediately after  bid closing at the  Wing 4 Conference  Room (4.0.50) New Administration Block, State House  Abuja, on  Wednesday 26th January, 2011 interested Tenderers are  requested  to be  present at the  tenders  opening ceremony if they so wish.

The State House is under no obligation whatsoever to select contractors  from submissions received if none meets the requirements for the project.

Signed

Director  (PRS)

For: Permanent Secretary.

Construction of FCT Water Board Head Office (Water House) at Federal Capital Territory Administration

Federal Capital Territory Administration

Invitation for Pre-Qualification to Tender for the Construction of FCT

Water Board Head Office (Water House) at Jabi District, Abuja.

The Federal Capital Administration (FCTA) through the Federal Capital Territory Water Board intends to engage a Contractor for the construction of FCT Water Board Head Office (Water House) at Jabi District, Abuja and therefore Invites interested, competent and reputable Construction Companies to submit pre-qualification documents for the project,

2.       Scope of Work

The scope of work includes but not limited to the following:

  • Construction of four (4) suspended floors Office Complex
  • Electro-mechanical Installations: and
  • Perimeter fencing and External Works

3.       Prequalification Requirements

Interested Companies are invited to submit the following pre-qualification documents:

  • Evidence of incorporation of the Company with Corporate Affairs Commission (CAC)
  • Articles and Memorandum of Association of the company and up to date Annual return with the CAC.
  • Tax Clearance Certificate for the last three (3) years, expiring December, 2010.
  • Evidence of registration with Pension Commission and remittance made to date,
  • A sworn Affidavit certifying the following:
  1. The company is not in receivership, insolvency or bankruptcy
  2. The Company does not have any director who has been convicted by any court in Nigeria and any other country for criminal offence in relation to fraud or Financial Impropriety.
  3. That no officer of FCTA or BPP is a former or present director or shareholder of the company.
  4. That there has been no promise of a gift in any form to any of the FCTA or BPP Staff.
  • Audited Accounts of the Company for the last three (3) years duly prepared by a Chartered Accountant.
  • Evidence of having a minimum of N500M (Five Hundred Million Naira ) Annual Turnover over the last three years.
  • Letter authorizing FCT Water Board and her representative to cross­check the submitted company’s Bank account
  • Evidence of work experience in executing projects of similar complexity compared to the proposed work, one of which must have been within the last five (5) years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects. Completion Certificate and final Maintenance Certificate where applicable are to be enclosed.
  • Verifiable list of relevant construction equipment and facilities, stating their registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired complete with proof of ownership and/or leasing agreement as applicable.
  • List of relevant key Technical Personnel which shall include Registered Professionals (e.g. COREN, QSRBN, etc) of various disciplines, stating their roles, designation, qualification and years of experience to be deployed to the project. Copies of educational and professional certificates are to be attached the photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

4.0 Submission of Documents:

Three copies of per-qualification documents should be submitted (one original and two other copies), all in sealed envelopes clearly marked ORIGINAL” & “COPY” with the following inscription: “PRE-QUALIFICATION TO TENDER FOR THE CONSTRUCTION OF FCT WATER BOARD HEAD OFFICE (WATER HOUSE) AT JABI DISTRICT, ABUJA” and addressed to the Secretary, FCT Tenders Board, Room 43, Former Public Building First Floor, FCTA Secretariat, Area 11, Kapital Street, FCT Abuja,

The documents should be submitted to the Secretary, FCT Administration Tenders Board Office Room 043, Former Public Building Department, Area 11, Garki, Abuja on or before 12:00 noon of 24th January 2011 is for a period of 24th January 2011 while opening shall take place FCT Administration Tenders Board Annex, Room G9 Akinola Aguda Hall, Archive Building; Peace Drive Street Area 11, Garki, Abuja same day 2:00 pm

Notes:

  1. Due Diligence could be carried out on the companies to verify claims included in their submissions.
  2. Interested members of the Public especially Civil Right organizations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public procurement Observers stipulated by the Bureau of Public Procurement.
  3. Only Companies prequalified shall be informed for further tendering process.
  4. This advertisement shall not be construed as a commitment on the part of the FCTA, nor shall it entitle responding companies to seek any Indemnity from FCTA by virtue of such company having responded to this advertisement

For any enquiries please contact: 09-2341559 or 08065381144

Signed

Management

Execution of Projects at Kaduna Polytechnic

Kaduna Polytechnic

PMB.2021 Kaduna, Nigeria

Invitation to Tender for ETF Special

Intervention Projects

The Kaduna polytechnic hereby invites pre-qualified contractors/suppliers, who received letters of pre-qualification to tender for the Education trust Fund (ETF) Special Intervention Projects, Contractors/Suppliers must only bid for what they have been pre-qualified. Prospective bidders are also requested to note that the lowest bidder may not necessarily be the best for the award.

The projects are:

S/No Projects Title Tender Fee
1 LOT C1 (procurement of Classrooms/Laboratory furniture for Mechanical Engineering Dept), 10,000.00
2 LOT C2 (procurement of Classrooms/Laboratory furniture for Civil Engineering Dept), 10,000.00
3 LOT C3 (procurement of Classrooms/Laboratory furniture for Electrical/Computer Engineering Dept), 20,000.00
4 LOT C4 (procurement of furniture for Chemical Engineering Dept), 10,000.00
5 LOT C5 (procurement of Classrooms/Workshop furniture for Mineral Resources Engineering Dept), 10,000.00
6. LOT C6 procurement of furniture for New Lecture Theatres (furnishing of 3 No. 300 Capacity Lecture Theatres at School of Science technology and Engineering), 30,000.00
7. LOT C7 (procurement of furniture for Isa Kaita Main Library 10,000.00
8 LOT D1 (procurement, installation and Commissioning of ICT Equipment for main library) 20,000.00
9 LOT D2 (procurement, Installation and Commissioning of ICT Equipment for interactive Teaching and learning Centre) 40,000.00

Bid documents can be obtained from the Directorate of physical planning of the Institution from Monday, 10th January, 2010. All completed bid document should be sealed, appropriately marked on top right hand corner and returned to the Registrar, Kaduna Polytechnic. Polytechnic Road, Tudun Wada Kaduna, on or before 12:00 P.M (NOON) on Monday, 24th January, 2011. The documents will be opened at the Council Chambers at 2:00 P.M on that day, in the presence of interested bidders.

All pages of the priced bills must be signed and sealed by individual bidders. Failure to sign the priced bills may lead to the disqualification of the submission.

All submissions must Include photocopies of letters of pre-qualification issued by the Registrar, receipt of payment of appropriate tender fees and evidence of strict compliance with section 16(6) (d) of the public procurement Act 2007,which states that all contractors/suppliers must have fulfilled all its obligations to pay taxes, pensions and social security contributions; as a pre-condition for award of any contract/supply.

NOTE:

The institution shall not bear the cost of preparation and submission of tender documents. The institution is neither committed nor obliged to undertake the works described in the advertisement.

Signed:

ALH. MAMOON A. ABUBAKAR,

REGISTRAR

Supply and Installation of Data Capturing and Production Equipment at Nursing and Midwifery Council of Nigeria

Nursing and Midwifery Council of Nigeria

(Established by Nursing and Midwifery Registration etc Act Cap No.143, Laws of the Federal of Nigeria, 2004)

Invitation for Tender

1.       Introduction

The Nursing and Midwifery Council of Nigeria, is a parastatal of the  Federal Ministry of Health. The Council is responsible for the  issuance  of  Professional practicing licences to all Nurses and  Midwives in Nigeria. In pursuance of this mandate, the Council hereby invites  experience and reputable  Access technology providers/Companies to submit proposals and  Tender for the  following.

2.       LOT 1

Capturing of all record/files  of  all categories of  Nurses and Midwives in Nigeria in electronic form.

3.       LOT 2

Supply and Installation of Data Capturing and Production Equipment .

Scope of the  Project

Setting up of a computerized  Licence  issuance Laboratory at the  designated  licensing  office in Abuja following:

1.       Deployment of Digital Licensed identification software

2.       Development and deployment of various Council’s Customized access software

3.       Deployment of date capturing hardware and accessories (cad printers, Digital Cameras with Tripod, PVC cards, Laptops and consumables)

4.       Training of both administrators and operational staff.

4.       Pre-Qualification Criteria

Interested Access providers/Companies are to submit their proposals with the  following pre-qualification documentations.

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

b)      Tax Clearance Certificate for the last three (3) years

c).      VAT Registration certification and TIN number

d).     Evidence of similar jobs successfully done.

5.       Submission/Closing Date of Tender Documents

Proposals and financial bids should be sealed and waxed in separate Envelopes and addressed to:

The  Secretary General/ Registrar,

Nursing and Midwifery Council of Nigeria

Plot, 713, Behind Berger Yard,

Life Camp, Abuja.

All sealed Documents should be Hand delivered by authorized  representatives of the  company to  the  office of the Head of  procurement Unit (Room 9), Abuja headquarters Office on or before 10.00am on 7th February, 2011. Opening  of tender documents will take place on the  same day at  12.00 noon.

Signed

Joko Ibrahim

For: Secretary General/Registrar.