Supply and Procurement of Equipments at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration (FCTA)

Invitation for Pre-Qualification for the Procurement of Equipment

Goods under Abuja Environmental Protection Board (AEPB) in the Federal Capital

Territory Administration, Abuja

Federal Capital Territory Administration (FCTA) has provision in the 2010 Statutory Budget to procure some equipment and goods for operations of Abuja Environmental Protection Board and is hereby inviting competent and interested companies to submit prequalification documents for the supply of the equipment and Goods as listed below.

A.      Procurement of Waste Receptacle Bins

LotA.1:       1500 Units of 1100 Litres capacity Galvanized Waste Receptacle Bins).

LotA.2:       100 Units of 12m3 capacity Roro Waste Bins made with 3mm mild steel sheet and compatible with AEPB Roro Trucks.

B.      Procurement of 10 Units 3000MX and 5 Units LN50 Motorized Street Sweepers.

C.      Procurement of Waste Compacting Trucks

LotC.1:       10 Units of 30 tonnes Capacity Diesel Engine Side Loaders

LotC.2:       10 Units of 23 tonnes Capacity Diesel Engine Roro Trucks

LotC.3:       40 Units Waste Compacting Trucks

D.      Procurement of 4 Units of 20m3 (30 tonnes engine capacity) Tippers trucks

Prequalification Requirements for the Supply of Goods/Equipments:

Interested companies are to forward copies of the following documents:

  1. Evidence of registration with Corporate Affair Commission Articles of memorandum of Association.
  2. Interested companies should have up to date returns with the CAC and be informed that due diligence could be conducted.
  3. Company’s Audited Account for the last three years, from a Chartered Accounting firm (2007, 2008 & 2009)
  4. Evidence of Tax Clearance for the last three years, expiring December 2010,
  5. Verifiable documentary evidences of jobs successfully executed within the last five years (copy of letter of contract award & completion certificate)
  6. Reference Letter from a reputable Bank.
  7. Company’s bank statement for the last 12 months from the date of this publication.
  8. Evidence of Registration with National Pension Commission and remittance of pension fund contributions in line with section 16, sub-section 16(d)of the Public Procurement Act, 2007;
  9. A sworn affidavit in line with the provisions of Part IV, Section 16(6e-f) of Public Procurement Act 2007.
  10. Detailed Company profile showing list of key personnel/officers stating their roles, designate; qualification, and experience

Submission and Opening of Prequalification Documents

Interested companies should submit six (6) copies of Prequalification Documents signed and sealed in an Envelope (One (1) original and Five (5) other copies). The envelope should be clearly labeled “Prequalification for (Project Title)”, and dropped in the Tender Box at: The Office of the Secretary, FCTA Tenders Board Secretariat, Room 043, Former Public Building Block, Area 11, FCTA Secretariat, FCT, Abuja on or before 10.00 am, on 17th September 2010.

The representative of the bidding companies are invited to witness the opening of the prequalification documents by 12.00 noon on the same day at Archive & History Bureau, Beside AGIS Building, Peace Drive, Area 11, Abuja.

NOTE:

(i)     Bidders are not allowed to bid for more than two (2) Projects.

(ii)     Interested members of the general public, especially the Civil Society 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,

(iii)    Company’s representatives are to come along with a letter of introduction indicating name, rank and simple signature to the venue of the opening exercise.

(iv)    This advertisement to tender shall not be construed to be a commitment on the part FCTA nor shall it entitle the tenderer to make any claim what-so-ever and or seek any indemnity from the FCTA by virtue of such company having responded to the advert.

Signed:

Management

Further information please contact

08054909392, 096716171, 08053912372.

Procurement of Assorted Fruit and Tree Seedlings at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Request for Proposals (Technical and Financial)

Introduction: The Federal Ministry of Environment Headquarters Mabushi, Abuja intends to appoint Consulting Firms for the following forestry programmes.

LOT: A: Programme: Conservation and Development of Coastal Ecosystem (GCLME) in Rivers and Bayelsa States.

LOT: A01: Programme: Sensitization of Local Communities on the management of Mangrove and Utilization of Nypa Palm.

Scope of work:

Organize sensitization of local communities on the management of mangrove ecosystem and utilization of Nypa Palm in selected communities in Rivers and Bayelsa States. Activities include:

  • Organizing awareness campaigns.
  • Production of pamphlets and pastern for distribution.
  • Production of radio jingles.
  • Publicity in electronic and print media.

LOT, A02: Programme: Stakeholders’ workshop on the Nation’s Coastal Ecosystem.

Scope of work:

Organizing Stakeholders’ Training Workshops (2 nos.) one in Port Harcourt and one in Yenagoa on developmental efforts of the nation o Activities include.

  • Development of Training Modules stating Consultancy service cost (indicating number of Resource Persons, fees and number of days).
  • Delivery of training stating Resource person (no.), number of days and costs of delivery and production of conference bags and materials.
  • Logistics stating costs of Conference Hall Rental, Public Address system, Projectors and other facilities, and Consumable items.
  • Allowances for 25 Participants indicating cost of Transportation, Per Diem and Accommodation.
  • Report production and submission m hard and electronic copies.

LOT: B: Programme: Establishment and Inauguration of Tree Planting Exercise in Lekwesi, Umunneochi LGA, Abia State.

LOT: B01: Programme: Sensitization/Publicity and Awareness Creation on Tree Planting in Towns and Villages in Umunneochi LGA, Abia State.

Scope of work:

  • Produce Publicity Materials (Posters. Car Stickers, Brim Caps. T- Shirts, etc)
  • Media Publicity -Electronic and Print Media, Talk shops.
  • Produce Jingles and Play-lets.
  • Air-time on Radio and TV.

LOT: B02: Programme: Procurement of Assorted Fruit and Tree Seedlings for distribution and Tree Planting of 10 Ha. in Lekwesi, Umunneochi LGA, Abia State.

Scope of Work:

  • Site Preparation, pegging and pitting of 10 Ha.
  • Planting of 10 Ha.
  • Beating up (20%)
  • 1st and 2nd Weeding
  • Construction of Rides (3 m, wide, internal & 4 m. wide  external); and
  • Fire Tracing.

Eligibility: This Tender Process is open to Consulting Firms duly registered who possess the under listed requirements and the competence to undertake the assignment. Failure to submit any of the under listed documents may lead to disqualification.

  • Certificate of Registration with Corporate Affairs Commission (Limited liability only).
  • Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources.
  • Company’s current Tax Clearance certificate for the last three (3) years. (State Tax Identification Number-TIN).
  • Verifiable evidence of previous experience in the jobs of this magnitude/nature. (Attach letter of Award and Certificate Completion)
  • List of Equipment Owned.
  • Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.
  • Name/e-mail Address and phone number of contact person.
  • Company Audited Account for the last 3 Years.
  • Any other information that would be of advantage the company.
  • A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies.
  • Evidence of VAT Registration and Remittance.

Guidelines for Submission: Bid documents (technical and financial) are obtainable only from Secretariat of MTB Federal Ministry Room 8301, Mabushi, Abuja: upon the payment of a Ten Thousands Naira (N10, 000.00) for each of Completed Financial and Technical Proposals are to be submitted in two separate envelopes marked “Financial Proposal” and “Technical Proposal” respectively. Each of the Envelopes are to contain one original and duplicate copies of the proposal respectively, and both envelopes closed in a larger envelope marked “Confidential” at the Top left corner and the title of the assignment clearly written at the right corner. The reverse side of the envelope should bear the name of the Consultancy Firm.

The Proposal must be addressed to the:

The Secretary,

Ministerial Tenders Board

Federal Ministry of Environment,

Room B301 (3rd floor) Mabushi, Abuja.

The deadline for submission at the above address on or before 12:00 noon on 20th September 2010, while the Bid Opening (technical) will commence at 2:00pm on the same day at the Ministry’s Conference Room, Mabushi, Abuja.

Additional Information:

  • Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.
  • The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential firms to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.
  • Only the Technical Proposals will be opened on the date mentioned in this publication.
  • The Federal Ministry of Environment will only consider the financial proposal of firms that attain the pass mark for technical proposal evaluation on a date that would be communicated to these Firms.
  • A firm will be selected in accordance with the Procurement Policy of the Federal Government using the Quality Cost Based Selection (QCBS) method.

Signed:

Permanent Secretary.

Procurement of Goods at Securities and Exchange Commission

Securities and Exchange Commission

Plot 272 Samuel Adesujo Ademuiegun street, Central Business District Abuja

E-mail: sec@sec.gov.ng website: www.sec.gov.ng

Invitation for Bids

Introduction

The Securities and Exchange Commission (“The Commission”) is a Statutory organization established by the Investments and Securities Act (ISA) No. 29 2007. It is empowered by the Act to regulate and develop the Nigerian capital market.

As a major part of its statutory oversight responsibilities, the Commission registers market places (e.g. Exchanges), firms and individuals who participate in the market (capital market operators) as well as securities traded in the market (debt/equity). It also oversees the operational activities of public companies with a view to protecting investors’ interest.

Consequent upon the foregoing, capital market operators, pubic companies and other relevant market participants are mandated by law to render to the Commission necessary periodic returns/reports on their operational activities to enable the Commission, on a regular basis, assess their performance end financial health.

The Commission is desirous to automate its processes of registration, rendition of returns and analysis for improved efficiency and effectiveness.

In order to achieve the above set objectives, the Commission s soliciting for Tenders from qualified IT vendors for the provision of a suitable software application.

Scope of Work

Details of the scope of work to be carried out are contained in the Invitation for Bids (IFB) documents and include: –

  • The provision and deployment of a software Application which is expected to perform the following broad online functions, among others:
  1. Registration of Capital Market Operators (CMOs), Sponsored Individuals, Securities of Public Companies (equity and debt instruments), Collective Investment Schemes and Mergers & Takeover transactions.
  2. Deregistration of sponsored individuals on the account of a former employer when such individual moves between firms, and subsequent re-registration at the new firm.
  3. Rendition of relevant periodic returns based on laid down business rules.
  4. Analysis of all returns for critical management decisions.
  5. Support robust report formats (paper based, query based, web based, etc,)
  6. Support granular access to resources by various categories of users according to business rules and requirements.
  7. Integration with various online payment platforms for the collection of relevant fees and charges.
  8. Support possible changes in business requirements.
  • Integrate of the software solution with other relevant Applications such as Active Directory, Mail Service, Contact Center, Customer Relationship Management (CRM), Database Management (DBM), Storage Area Network (SAN), etc.
  • Optimization, performance tuning and support for the Application including mentoring of the in house IT personnel and training of the end users.

General Requirements

Interested and competent IT Vendors/Consultants wishing to carry out the above jobs shall submit, among others, the following documents:-

  1. Evidence of registration with Corporate Affairs Commission.
  2. Evidence of payment of tax for the last three (3) years as and when due.
  3. Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), and detailed resume of relevant staff.
  4. Previous, verifiable evidence of experience on similar projects successfully executed in an organization similar in size and complexity to the SEC (evidence of verifiable certificate of completion should be provided).
  5. Reference letter from bank stating financial ability to carry out projects(s).
  6. Three (3) years Company’s audited statement of accounts.
  7. Internationally recognized certification in the solo to they intend to provide.
  8. Evidence of compliance with the requirements of the Pension Reform Act, 2004.

Collection of Bid Document

Interested and competent IT Firms wishing to carry out the above job should collect the Invitation for Bid (IFB) documents from the Secretary of the Commission’s Tenders Board, Administration Department Head Office, SEC Tower, Plot 272, Samuel Adesujo Ademulegun Street Central Business District, Abuja upon the payment of a non-refundable fee of N100, 000.00 (One Hundred Thousand Naira Only), Payment should be in Bank Draft and made payable to Securities and Exchange Commission of Nigeria.

Submission of Bids

The submission of bids will be in two separate envelopes as follows:

  1. The General Requirements and the Technical Bid should be submitted in a seated wax envelope clearly marked “Technical Bid for the Provision of E-Registration and E-Returns Application” at the top left hand corner.
  2. The Financial Bid should be submitted in another sealed wax envelope to be dearly marked “Financial Bid for the Provision of E-Registration and E-Returns Application” at the top left hand corner, and to be addressed to:

The Secretary, Tenders Board,

Securities and Exchange Commission,

Ground Floor, Sec Tower,

Plot 272, Samuel Adesujo Ademulegun Street,

Central Business District, Abuja

Closing Date

All submissions must be received at the above address on or before 15th October, 2010. Please note that no bids shall be accepted after 4:00pm on the closing date.

Opening Date

The Technical Bids shall be opened on Thursday 18th October, 2010 by 10:00am at the SEC’s Head Office, Abuja. Bidders, NGOs and the public are invited to the bid opening.

Enquiries

All enquiries on this advertisement are to be directed to:

The Secretary, Tenders Board,

Securities and Exchange Commission,

Ground Floor, SEC Tower,

Plot 272, Samuel Aaesujo Ademulegun Street,

Central Business District, Abuja

+234 802 0602 877, +234 803 3115 369 or +234 805 3441 350

Time: 10:00am – 4:00pm daily on working days.

Important Notice

  • Only successful pre-qualified bidders will have their Financial Bids opened on a data that will be communicated to all bidders to attend.
  • Nothing in the advert shall be construed to be a commitment on the part of SEC nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from SEC by virtue of the bidder having responded to this advertisement.

Signed:

Management.

Construction, Supply and Procurement of Goods at State Universal Basic Education Board (SUBEB) Bauchi

Bauchi State Government

State Universal Basic Education Board (SUBEB)

Ajiya Adamu Road, Near Awalah Hotel Round about PMB 0109 Bauchi

Invitation for Pre-Qualification

The State Universal Basic Education Board (SUBEB) Bauchi intends to carry out the underlisted projects in 2 Model Boarding Tsangaya Primary Schools in Buzaye. Bauchi LGA and Azare Katagum LGA under the Education Trust Fund (ETF) Education Model Primary Schools intervention 2010.

Reputable Contractors are hereby invited to bid in the following projects:

Lot A: Construction of School Building including Classrooms.

Lot B: Procurement of Computers and Computer Accessories

Lot C: Supply of Classroom Furniture and Student Hostel Chairs Science and Library Furniture, Basic Workshop Tools and Handcraft Kits

Lot D: Supply of Medical and Sporting Facilities and Clinic Furniture

Lot E: Supply of Kitchen Appliances and Accessories.

Lot F: Supply of Assorted Education Materials, Educations Audio/Video programmed on CDs, VCDs and DVCDs and Supply of Library Books

Lot G: Consultancy/Project Management/Maintenance/ Installation and Training on all Procured Equipments

To qualify for the bidding, the following documents are required:

  • Certificate of incorporation of Company with the Corporate Affairs Commission.
  • Evidence of registration as a Contractor with the Bauchi State Government.
  • Tax Clearance Certificate for the last three (3) years.
  • Evidence of financial strength of the company.
  • Professional qualification of key personnel of the company.
  • Availability of plants and equipments to execute the works.

Pre-qualification document should be sealed and marked Confidential and to the Executive Chairman, Bauchi State Universal Basic Board , Ajiya Adamu Road, Near Awala Hotel Roundabout, P.M.B 0109, Bauchi, Bauchi State.

This is only an invitation for Pre-qualification and not for tender and is valid on or before 17th September, 2010.

Only successful contractors will be contacted for tender after screening, please.

Signed:

Kabir Kobi

Public Relation Officer

For: Executive Chairman

Supply and Installation of Finishes, Equipment and Other Building Items at CMS Properties Ltd

Invitation for Pre-Qualification of Specialist Contractors & Suppliers to Tender for the Supply and Installation of Finishes, Equipment and Other Building Items for an Ultra-Modern Auditorium

Introduction

Our company, CMS properties Ltd, hereby invites reputable and competent specialist contractors and suppliers of tiles, Electrical works, Interlocking stones, doors, ceiling materials, office furniture and equipment, sanitary wares, landscaping and Chairs to apply for pre-qualification towards the supply and installation of high quality finishes, equipment and other specialist building items for an ultra-modern 20, 000 seater auditorium at Ikeja, Lagos.

Pre-Qualification Process and Requirement:

For pre-qualification, prospective companies must follow the procedures as stated:

  • Pre-qualification applications must be made through the projects web portal.
  • For access into the portal a written application must be made and submitted to the bank address below.
  • On submission of the application a non refundable pre-qualification fee of N10, 000.00 (Ten Thousand Naira) must be paid.
  • On payment of the fee, kindly send a text with the following details to +234-7053977751
  1. Name
  2. Date of payment
  3. Teller number
  4. Amount paid
  5. Email address
  • Once payment has been verified, an access code would be issued to you via email, for access into the project website: www.ebidprocess.Com
  • On access into the portal the online application form must be filled and relevant documents requested must be uploaded unto the project portal.
  • On completion of the online application process a reference number would be issued and qualification notification and an interview date would be mailed to interested companies.

Submission of Pre-Qualification Documents

Companies applying for the tender must ensure that its pre-qualification documents:

  • Are originals scanned in colour and uploaded unto the web portal.
  • The online form must be filled accurately and any discrepancies would lead to disqualification.
  • The online submission, on or before 9th September, 2010.
  • All submission will be assessed and correspondence will be made on a stipulated date with your reference number.

Prequalification Requirements

In order to be considered for participation in the tender process the CMS Properties Management will require the following to be uploaded to the project portal:

  • Company profile and organisational structure with evidence of similar work experience in the past 3 years.
  • Copies of certificate of incorporation with other corporate registrations.
  • Company financial details including bank details, audited accounts, tax clearance certificate and VAT registration.
  • Documented evidence of any significant relationships with foreign franchises, supply contractors and sub-contractors with details of technical support.
  • An overview of company health, safety and environmental policy.
  • Details of Quality Assurance/Quality Control (QA/QC) procedures.
  • Proof of financial capacity to self stand in respect to supplies.

Kindly make your payments to Sterling Bank:

Account Name: CMS Properties Ltd.

Account Number: 2201325111

Call: Akin: +234-8034287661

Olumide: +234-8023003946

Please note:

  • Late completion on the web portal will not be considered.
  • This is not an invitation to tender.
  • Only short-listed companies with proven experience and technical ability shall be invited for tendering.
  • CMS properties is not bound to accept any tender and will not enter into correspondence with any company or individual on why a pre-qualified or not pre-qualified.

Signed:

CMS Properties Ltd

Naccima House,

8 Oba Akinjobi Street

Ikeja GRA, Lagos

ebidprocess@gmail.com

Call: +234- 7053977751