Re- Registration as Works Contractor, Supplier of Goods and Provider of Services at Ekiti State Bureau of Public Procurement

Bureau of Public Procurement

Re- Registration as Works Contractor, Supplier of Goods and Provider of Services

 

Extension of Closing Date

 

Further to the advertisement in the national dailies requesting interested Contractors/Suppliers/Consultants to file their details with the Bureau of Public Procurement for registration and categorization on or before Friday 30th August, 2013, the State Government has approved an extension in the supposed deadline to accommodate the several public holidays observed during the period of registration and to provide enough opportunity to all interested firms to respond appropriately before the closing date.

 

2.       Consequently, the Bureau of Public Procurement hereby extends the period for submission of all applications for registration into the different categories from the initial date of Friday 30th August 27, to Friday 27th September, 2013.

 

It should be emphasized that no further extension will be granted after the expiration of the new deadline.

 

Any firm who as at the expiration of the September deadline is yet to submit its application for registration and categorization as may be appropriate will be deemed to have withdrawn from participating in all Public Procurement of the Ekiti State Government and all her agencies including educational institutions and Local Governments throughout 2014 procurement year.

 

3.       Contractors/Suppliers/Consultants currently handling various projects for the State Government or any of her agencies, Educational institutions and Local Governments are being reminded of the need to submit their respective applications as may be appropriate depending on their desired category to the Bureau of Public Procurement on or before the new deadline as failure to comply may hinder the process of their subsequent payments.

 

Signed:

Director General/Special Adviser

Ekiti State Bureau of Public Procurement,

Office of the Governor, Ado-Ekiti,

Ekiti State Nigeria

www.ekitistate.gov.ng

Invitation to Tender for Civil Engineering Maintenance Projects at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3836

 Invitation to Tender for Civil Engineering Maintenance Projects

 1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent contractors to submit tenders for the under-listed projects:

 

LOT 1 Conversion of Block-wall Fence to ISPS Cede recommended anti -intruder mesh at the administration building, Control Tower, Bakassi Office

General Procurement Notice for 2013 Capital and Recurrent Contracts for the Procurement of Goods and Services at National Human Rights Commission

National Human Rights Commission

 General Procurement Notice for 2013 Capital and Recurrent Contracts for the procurement of Goods and services

 The National Human Rights commission intends to apply part of the proceeds of its 2013 capital and recurrent budget towards payment of Goods, Works, Non Consultancy and Consultancy Services.

 

The Procurement schedule for the six months will include:

S/N Description

  1. Office Furnishing
  2. Purchase of Law and Human Rights Books/Materials
  3. Upgrade of ICT
  4. Installation of Security equipment
  5. Supply of computers/office equipment
  6. Demolition and disposal of debris at Port Harcourt Zonal office
  7. Renovation of Office Block-Jos
  8. Production/Publication of the Audit Report
  9. Production of Human Rights Resource Materials/Documents
  10. Production of Newsletters
  11. Production of Animal Reports
  12. Production of Human Rights Journal and State Human Rights in Nigerian Report
  13. Documentation of the State of Human Rights in Nigeria
  14. Printing General
  15. Routine General Maintenance
  16. Routine Lift Maintenance
  17. Routine maintenance works
  18. Audit of public/corporate buildings and institutions organizations
  19. Budget Monitoring
  20. Security Services
  21. Cleaning Services
  22. Insurance Services
  23. Vehicle spare-parts and accessories
  24. Design of Port Harcourt Office
  25. Production and Airing of Documentary on Security and Human Rights
  26. Installation of Biometric Time Equipment

 

The project will be executed under the 2007 Public Procurement Act. The specific procurement notice for any of the above contracts to be tendered under the bidding methods and procures, in accordance with the Public Procurement Act 2007, will be announced as they become available in the National Newspapers, Tenders Journal and other places as required by law. Interested eligible bidders who need additional information may contact.

 

MR. J.A. AFOLABI

The Head Procurement

Invitation to Bid for Supply and Delivery of Tricycles and Training for the Empowerment of Unemployed Youths in Fagge Federal Constituency of Kano state at Federal Ministry of Labour and Productivity

Federal Ministry of Labour and Productivity

Federal Secretariat complex, phase I, Abuja

 

Invitation to Bid for Supply and Delivery of Tricycles and Training for the Empowerment of Unemployed Youths in Fagge Federal Constituency of Kano state

 

Introduction:

The Federal Ministry of Labour and Productivity is the Sale Ministry that is saddled with the major responsibility of the welfare of the human capacity that drives the economy, it is a catalyst in the process of employment generation with the mandate of creating the enabling environment for national growth. The Ministry hereby invite competent and reputable contractors/suppliers to bid for the supply, delivery of Tricycles and training of unemployed youths in Fagge Federal constituency of kana state.

 

 

Description of Goods

Supply, Delivery of Tricycles and training of Unemployed youths

 

Eligibility Requirements

Interested Companies should submit two copies of bound documents with specific chapters paginated, separated by divides and arranged in the order as listed below

a)     Certificate of Incorporation by Corporate Affairs Commission (CAC);

b)    Current Tax Clearance Certificate for the last three (3) years (2010, 2011, 2012)

c)     VAT Registration Certificate/Evidence of Remittances;

d)    Evidence of compliance with Pensions reform Act 2004;

e)     Evidence of compliance with the provisions of Industrial Training Fund (ITF) Act 2011 as amended;

f)      Evidence of compliance with NSITF (1 %) employees Compensation Act.

g)     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);

h)    3 – years Audited Accounts for the last years (2010, 2011, 2012);

i)       A sworn Affidavit that none of the Directors has been convicted in any court of law for any criminal offence;

j)       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’

k)    For joint venture, Memorandum of Understanding (MOU) should be provided;

l)       Previous experience and verifiable list of similar jobs previously undertaken, including evidence of the projects such as letter of award, completion certificates, etc;

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

 

 

Collection of Tender Documents

Eligible contractors and suppliers are to collect tender documents with details scope of works and specifications from the office of the Secretary of Ministerial Tenders Board (MTB), Federal Ministry of Labour and Productivity, Federal Secretariat Complex, Phase 1 Third Floor, Room 4A, 345, Abuja upon presentation of evidence (original Receipt) for the payment of non-refundable tender fees of N5, 000.00

 

Submission of Tender Documents

Bids must be submitted in two (2) separate envelope clearly marked “TECHNICAL BID” and “FINANCIAL BID” with the project title at the right hand corner of the envelop and firmly secured with tamper proof seal and delivered in the tender box at the address below, not later than 12 Noon of Wednesday, 25th September, 2013.

 

The Secretary,

MTB Secretariat,

Federal Ministry of Labour and Productivity,

Federal Secretariat Complex, Phase 1,

Third Floor, Room 4A, 345, Abuja.

 

Opening of Bid Documents

 

Opening of Bid Documents

  1. The technical bids will be publicly opened in the conference room of the Honourable Minister of Labour and Productivity, second floor. Federal Ministry of Labour and Productivity, Federal Secretariat Complex, Phase 1, Abuja at 12 Noon immediately after the close of bids submission on Wednesday, 25th September, 2013;
  2. Contractors/suppliers or the representatives, interested member of the public, Civil Societies and relevant Non-Governmental Organizations (NGOs) are invited to witness the opening of the “Technical Bids” as scheduled in (I) above;
  3. Only Technically qualified contractors/suppliers along with the relevant stakeholders will be subsequently invited to witness the Opening of the “Financial Bids” documents.

 

Additional Information

a)       This advertisement should not be construed as a commitment nor shall it entitle any company to make any claim whatsoever and / or seek any indemnity from the Federal Ministry of Labour and Productivity by virtue of such company having responded to this advertisement;

b)      Non responsiveness to the Tender Requirements and the tender instructions could lead to outright disqualification;

c)       Late submission of Bids will be rejected and returned unopened to the contractors/suppliers;

d)      Any bid documents not signed will be rejected.

 

Signed:

Permanent Secretary

Federal Ministry of Labour and Productivity

 

Invitation for the Expression of Interest for Final Engineering Design of Secondary Water Supply Line (Loops 9 & 10) With Associated Tanks at Federal Capital Development Authority (FCDA)

Federal Capital Development Authority

Abuja, Nigeria

 Invitation for the Expression of Interest for Final Engineering Design of Secondary Water Supply Line (Loops 9 & 10) With Associated Tanks in The Federal Capital City (FCC)

 The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to engage Consultants for the Design of Secondary Water Supply Line (Loops 9 & 10) with Associated Tanks in the Federal Capital City (FCC).

In line with the 2007 Public Procurement Act, the Authority is inviting interested, competent and reputable Engineering Consulting firms to submit documents for the Expression of Interest for the DESIGN OF SECONDARY WATER SUPPLY LINE (LOOPS 9 & 10) WITH ASSOCIATED TANKS IN THE FEDERAL CAPITAL CITY (FCC)

 

2. Scope of Works.

  • Identification of Districts Water Supply Networks.
  • Engineering Survey of proposed Route.
  • Collection and analysis of data.
  • Estimation of Projected Population, Water Supply needs and demands.
  • Preparation of Inception Report
  • Sub-soil Investigation Report for depth less than 3m
  • Sub-soil Investigation Report for depth greater than 3m
  • Design of Water Supply Pipe Lines Networks from Treatment Plant.
  • Design of Water Supply Appurtenances.
  • Design of Water Reservoir Tanks
  • Preparation and submission of Design Reports, Drawings and other Tender Documents including Bill of
  • Engineering Measurement and Evaluation(BEME)

 

 

3.       Pre-Qualification Requirements

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

  1. Detailed Company Profile (technical and Financial) of the Firm which should provide information about the organizational structure, core competences and area of specialization and years of experience with key relevant personnel for the assignment.
  2. Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Memorandum and Articles of Association of the company, up to date Annual Returns to the CAC and forms C02 & C07.
  3. The Company must in addition show evidence of the following:

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

(ii)             Registration with PENCOM and Remittance to Pension Fund Administrator.

(iii)           Payment of Training Contributions to the Industrial training Fund (ITF)

(iv)           Compliance with the Employee’s Compensation Act (i.e.) Remittance of 1% of the total emolument of your workers to the Nigerian Social Insurance Trust Fund (NSITF)

 

 

(d)     A sworn Affidavit to the effect that:

i.            The Company is not in receivership, insolvency or bankruptcy
i.            The Company does not have any Directors who has been convicted by any court in Nigeria or any other country for criminal offence in relation to fraud or Financial impropriety.
ii.            No officer of the relevant committees of FCDA or BPP is a present or former Director or Shareholder or has any pecuniary interest in the company.
iii.            All the documents submitted for the pre-qualification bid are not only genuine but correct.

(e) A chart indicating the number and categories of Nigerians that are to be employed by the company as a result of this project.

(f) Evidence of Firm Registration with Council for The Regulation of Engineering in Nigeria (COREN) (Originals of the documents (i – iv) are to be sighted during opening session, please Firms that refuse ore are unable to produce the original during opening will be disqualified),

(g) Evidence of experience on similar Water Supply Consultancy Services executed in the last 10 years. Copies of Award Letters, Last Interim Certificate of Valuation for on-going projects. Completion Certificates are to be enclosed,

(h) List of key technical personnel stating their roles, designation, qualifications and years of experience with the guarantee that a minimum often (10) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

 

 

4.0     Submission of Documents:

The Expression of Interest (EOI) documents should be submitted in duplicate, all in sealed envelopes clearly marked “ORIGINAL” and “DUPLICATE COPY” with the following inscription: “EXPRESSION OF INTEREST FOR DESIGN OF SECONDARY WATER SUPPLY LINE (LOOPS 9 & 10) WITH ASSOCIATED TANKS IN THE FEDERAL CAPITAL CITY (FCC)”

 

The documents should be addressed to the Executive Secretary, FCDA and submitted directly to FCDA Procurement Department, Room 0.014 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before Friday 13th September, 2013. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids at 12:00 noon in the presence of all prospective bidders or their Representatives.

 

NOTES:

  1. Items 3a – 3f are the Eligibility Requirements and the Original documents must be produced by the Company for sighting during the opening session.
  2. Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that successful will be invited to submit Technical and Financial Proposals.
  3. The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.
  4. This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their performance by a formal request to the Accounting Officer of FCDA.
  5. Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of delivery notwithstanding.
  6. The Authority shall carry out Due Diligence on the companies to verify claims included in their submissions.
  7. Private Sector Professional Organizations whose expertise is relevant to the project and    Non Governmental organizations (NGOs) working in transparency and anti-corruption areas could attend at their own cost and will be required to introduce themselves to the chairman of the opening session.
  8. The Authority pledges fair and equal treatment of all bidders but it is not bound to shortlist any bidder and reserves the right to cancel the process at any time without incurring any liabilities Documents provided in response to item 3(a-h) Must be arranged as LISTED

 

Signed:

Director, Procurement

For: Executive Secretary