Construction of Projects at Ministry of Defence

Ministry of Defence

Invitation to Tender for the Execution of Some Projects Under 2010 Capital Appropriation

Introduction

    The Ministry of Defence hereby invites interested and competent contractors/ suppliers to submit Technical and Financial Bids in respect of the under-listed projects:

    Projects Description

    LOT 1: Upgrading of Database Management System in MOD HQ, Ship House, Abuja; and

    LOT 2: Construction of Office Accommodation at Nigerian Air Force Civilian Personnel Unit, Air Force Base, Kaduna.

    B. Tender Criteria

      The Technical Requirement should include the following:

      • Certificate of Incorporation/Registration with CAC.
      • Evidence of Tax Clearance for the past three years.
      • VAT Certificate and evidence of past remittances.
      • Company profile, indicating equipment, names & qualification of key Personnel.
      • Evidence of financial capability/Bank Reference.
      • Evidence of Audited Account for the last three years.
      • Evidence of similar jobs successfully executed recently.
      • Evidence of Registration with Pension Fund Administration; and
      • An affidavit disclosing whether or not any officer of the relevant Committees of the Ministry of Defence or BPP is a former or present director, shareholder or has any pecuniary interest in the company, and confirm that all information presented in its bid are true and correct in all particulars.

      C. Collection and Submission of Tender Documents

        Bid documents are to be collected from Room G-46, Ground Floor, Ship B, MOD HQ, Ship House, Garki-Abuja, upon the payment of non-refundable tender fees of N5, 000 for Lot 1 and N10, 000 for Lot 2, in bank draft, issued in favour of Ministry of Defence, Abuja.

        Please, note that Bidders that had earlier bidded for Lot 1 are to Re-tender for the project but need not pay tender fee again. Submission of bids should be in a sealed envelope, clearly indicating the project bid for. This should be addressed to:

        The Secretary,

        Ministerial Tenders Board

        Ministry of Defence,

        Room G-40, Ground floor, Ship B,

        Ship House, Garki

        Abuja.

        This should be dropped in the Ministry’s Tenders Box located in the office of the Director (Procurement), Room 6-46, Ground Boor, Ship B, MOD HQ, on or before 10.00 a.m. on Tuesday,7th September, 2010.

        Public Opening of Bids

          You are invited to witness the public opening of the bids same (Tuesday, 7th September, 2010) at 12.00 noon in the Permanent Secretary’s Conference Room, 4th Floor Ship B, Ministry of Defence Headquarters, Abuja.

          Signed:

          R. T. Umar (Mrs.)

          Secretary Ministerial Tenders Board

          for: Honourable Minister of Defence

          Execution of Project at National Institute for Policy and Strategic Studies, KURU

           

          National Institute for Policy and Strategic Studies, KURU, Nigeria

          Invitation for Pre- Qualification/Tender for 2010 Capital Projects

          Introduction

          The National Institute for Policy and Strategic Studies intend to execute the under listed projects under the year 2010 Capital Budget. In compliance with the procurement Act 2007, the Institute hereby invites competent and interested contractors with relevant experience and good financial standing to submit pre-qualification documents for tender for the execution of the projects indicated below:

           Project 1:   Establishment of E. Library.

          Lot 1:1        Supply of computers, HP DeskJet Printers, Scanners, CD writers and Projectors.

          Lot 1:2        Supply of office furniture’s, partitioning, book-shelves workstations, AV Trolleys and Construction of Aluminum Library kik steps (shelve ladder).

          Lot 1:3        Supplies of Electronics and Air conditioners.

           Project 2:   Landscaping Matters

          Lot 2:1        Supplies of Tractors.

          Lot 2:2        Supplies of Lawn Machines and Slashers.

           Project 3:   Refurbishing of Auditorium and Lecture Room

          Lot 3:1        Refurbishing of Lecture building and replacement of Auditorium seats and carpets.

           Project 4:   Construction and Rehabilitation of Sport facilities

          Lot 4:1        Rehabilitation of football stadium.

          Lot 4:2        Rehabilitation of Tennis Court and Squash Hall.

           Project 5:   Replacement of 2000m HT Electrical Cables

          Lot 5:1        Replacement of 2000m HT Electrical cables

          Project 6:   Physical Security

          Lot 6:1        Rehabilitation/Upgrading of existing fence and Completion of 3km consentinaSecurity Fencing.

           Project 7:   General Rehabilitation of staff Quarters and participant chalets

          Lot 7:1-7:4  Rehabilitation of staff quarters (4 Lots).

          Lot 7:5-7:6  Rehabilitation of participant chalets (2 Lots).

           Project 8:   Road Network

          Lot 8:1        Asphaltic overlaying of roads/parks.

          Lot 8:2        Construction of walkways & Drainages.

          Lot 8:3        Street lighting.

           Project 9:   Consultancy Research Services & Equipments.

          Lot 9:1        Policy Research for Durable Peace in Plateau State.

          Lot 9:2        Book Project on Nigeria at 50: Achievements, Challenges and Prospects.

          Lot 9:3        Consultancy Research Services (Phase II) for:

          • Human Trafficking in Nigeria.
          • Militancy & Piracy in Nigeria.
          • IPP: Challenges and Prospects.
          • Global Economic Crisis.

          LOT 9:4      Supplies of Project Vehicles.

          LOT 9:5      Supplies of Computers, Research Aids & Office Equipments.

           Pre-Qualification

          All applications must be accompanied with the following:

          1. Evidence of Certificate of Incorporation, Memorandum and Articles of Association including form CO.7/CO.2 of the firm.
          2. Company Profile including Structure, Names, Qualification and Experience of Company Personnel, Registered Address, Phone Number(s) and Web Address.
          3. Three (3) years tax clearance certificate (2007-2009).
          4. Evidence of verifiable experience on similar projects (scope, location and value) executed in the last 3 years giving names of clients, their contact address/telephone numbers & contract sums.
          5. Name(s) and Address(s) of Bank(s) and reference letters from such banks.
          6. Evidence of financial capability/banking support to handle the project.
          7. Evidence of VAT Registration and remittances in the past three (3) years.
          8. A copy of Audited account of the Company for the immediate past 3 years.
          9. List of equipment owned by the company (where applicable).
          10. Evidence of remittance of contributory pension funds of employees to PENCOM or PFA(s) (where applicable).
          11. Evidence of relevant affiliation/partnership with renowned manufacturing companies and Professional Associates (where applicable).  
          12. Sworn Affidavit in line with the provisions of part IV, section 6, subsection 6(e) – (f) of the Procurement Act 2007.

          m.  For LOT 9.1 – 9.3, Prospective Consulting firms are to collect a “General Organisational Profile” form which is to be submitted along with the pre-qualification application.

           Collection of Tender Documents

          Since the pre-qualification and the full tenders stages are to be run simultaneously, this advertisement serves as a notice for both “Pre -Qualification” and the “Proper Tender”. Interested contractors are to collect tender documents on the presentation of receipts of payment of N20, 000.00 none refundable tender fees (payable at the Institute Bursary) at the:

          Office of the Secretary,

          NIPSS Tenders Board,

          National Institute for Policy and Strategic

          Studies, Kuru,

          P.M.B 2024, Bukuru

          Plateau State

           Submission of Pre-Qualification and Tender Documents

          Tenderers are required to submit pre-qualification documents in a sealed envelope marked in capital letters at the top right hand corner, “Pre-Qualification for Lot” and A Financial bid in a separate sealed envelope also marked at the right hand corner “Financial Bid For Lot “ all enclosed in a bigger sealed and waxed envelope. All tenders are to be submitted on or before Friday 17th September, 2010 by 12:00 noon. Financial Bids will be opened on Monday 20th September, 2010 at 10:00 am, at the Unity Hall, National Institute for Policy and Strategic Studies, Kuru, Plateau State.

           Please Not That:

          • Late submission will be rejected.
          • Only the financial bids of the pre-qualified bidders shall be opened for the tendering exercise.
          • No return of fee shall be made to any disqualified bidder.  
          • The National Institute reserves the right to reject any document it considers doubtful and will not enter into any litigation in respect of this advertisement.
          • 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 National Institute:/by virtue of such company having responded to this advertisement. All expenses incurred in preparing bids documents and all expenses associated with bids responses shall be borne solely by each company concerned.
          • All bid documents should be submitted to the Office of The Head, Procurement Unit, Old Admin Block, NIPSS Kuru, P.M.B 2024, Bukuru, Plateau State.

           Signed:

          Ag. Director General

          Construction of Projects at Federal Polytechnic, Bida

           

          The Federal Polytechnic, Bida

          (Office of Registrar)

          P.M.B. 55, Bida, Niger State – Nigeria Tel: 066-461701, 461609

           

          Invitation for Pre-Qualification to Tender for Works and Services for Year 2010 ETF BOT – Special Intervention

           

          1. Applications are hereby invited from reputable and interested contractors with relevant experience, good track record and financial capability for pre-qualification to tender for works and services for years 2010 ETF (BOT) – special intervention.
          2.  Projects to be Executed

          The scope of work for the projects includes but not limited to:

          • Construction of Poultry House, Farm House and Management: involves civil, mechanical and electrical works.
          • Construction of Fish ponds, borehole and perimeter fencing: involves civil, mechanical and electrical works, sinking of a dedicated borehole and construction of perimeter fencing around the fish ponds.
          • Purchase of Equipment: involves and includes purchase, installation and commissioning of poultry production equipment, Fish Farm equipment and Bread and Confectionary equipment.
          • Purchase of Toyota Hilux van: involves purchase, deliver and tested Toyota Hilux Pickup Double cabin Delivery Van.

           3. Pre-Qualification Criteria

          • Only contractors that have proven capability, relevant experience (including fish farm management), good track record and evidence of financial capability will be considered for pre-qualification to tender.
          • Verifiable list of previous similar works successfully carried out within the last three years with names of clients, evidence of award and practical completion certificates.
          • Company profile and organizational structure, including names and telephone number of key personnel.
          • Evidence of incorporation of Company by the Corporate Affairs Commission (CAC)/Registration from Federal Ministry of Works.
          • Company Tax Clearance Certificate for the last three (3) years.
          • Equipment and Technology capacity.
          • Vat Registration and evidence of past VAT remittances.
          • Experience/Technical qualification of key personnel with copies of certificates’.
          • Audited Annual Financial report of the Company for the last three (3) years.
          • Evidence of Financial strength, credit Worthiness and readiness to instruct bankers to supply financial information on the Company as may be required.
          • A sworn affidavit indicating that all documents submitted are genuine and verifiable.

           4. Submission of Pre-Qualification Documents

          Bond pre-qualification documents in wax-sealed envelope with “pre-qualification to tender for work” as the case may be written at the top left hand corner, should be hand delivered on or before 6th September, 2010, addressed to:

          The Registrar,

          Federal Polytechnic,

          P.M.B. 55, Bida, Niger State.

           5. Please Note:

          • Applicants must be specific in their area of specialization and interest.
          • Late submission will be rejected.
          • All payments in respect to Tender Documents are non-refundable.

           Chief Bisi Adeyemi

          Registrars

          Supply of Various Goods at Association of Vice-Chancellors of Nigerian Universities (AVCNU)

           

          Association of Vice-Chancellors of Nigerian Universities (AVCNU)

          Invitation for Pre-Qualification and Tender for Furnishing of Association of Vice Chancellor of Nigerian Universities Head Office, No. 4 Parakou Street, Wuse II Abuja

          The Association of Vice Chancellor of Nigerian Universities intends to furnish its headquarters located at No.4 Parakou Street Wuse II, Abuja: the lots are as follows:

          Lot1Supply and Fixing of Office Furniture

          Lot 2 Supply and Fixing of Office Equipment

          Lot 3 Supply and Fixing of Velecia Vertical Window Blind

          Interested reputable companies / contractors are hereby invited to submit pre- qualification and commercial Bid documents. The pre-qualification documents should include the following:

          1. Evidence of incorporation with Corporate Affairs Commission.
          2. Company Audited Account for the three years.
          3. Evidence of Tax Clearance Certificate for three (3) years.
          4. Evidence of financial Capability and Bank support.
          5. Professional and Technical Qualification to carry out the particular contract.
          6. Similar projects executed with evidence.
          7. VAT Registration and evidence of past VAT remittance.
          8. Bidders must not be in receivership.
          9. Must not have any director who has been “convicted in any Country for any Criminal Offence relating to fraud or financial impropriety”
          10. Bidders should accompany every bid with a disclosure whether any officer AVCMU is a former or present Director, Shareholder or has any pecuniary interest in company. Originals of i – iv should be produced for sighting during opening of bids.

          A copy of the Tender Documents can be obtained from the office of the Secretary Procurement Warming Committee, upon payment of N20, 000.00 only for Lot 1, 2, and 3, Tender Fee, by draft drawn on Zenith Bank Accounts Department of the Association of Vice Chancellor of Nigerian Universities No 4 Parakou Street Wuse 11 Abuja. Each Tender should be sealed and forwarded under Confidential Cover, marked “Confidential, Prequalification and Tendering for (indicate and spell out Lot of Choice)” at the Top Left Corner of the envelope and addressed to:

          The Secretary General,

          Association of Vice Chancellor of Nigerian

          Universities

          No 4 Parakou Street,

          Wuse II Abuja.

          To reach him on or before 6th September, 2010, No bids submitted after 12:00 noon on the day bidding close will be accepted. All bids will be opened immediately after the closure of bidding in the Conference Room of the Headquarters; Bidding closes at 12:00 noon on September 7th 2010.

          Important Notice

          This public notice shall not be construed as a commitment on the part of the Association of Vice Chancellor of Nigerian Universities, nor shall it entitle the submitting company to make any claims whatever and to seek any form indemnity from the Association by virtue of such company having responded to this publication.

          Note: Please Note that the Lot of Preference must be clearly marked on the sealed envelope

           

          Signed:

          Management.

          Construction of Projects at Federal College of Education (Technical), Potiskum

          Federal College of Education (Technical), Potiskum

          Mohammed Idrissa Way, P.M.B. 1013, Potiskum, Yobe State

           (Provost Office) E-Mail: fcetpotiskum@yahoo.com

          (College Procurement Unit)

          Pre-Qualification and Tender Invitation for 2010 Capital Projects

          The Federal College of Education (Technical) Potiskum hereby invites tenders from interested, reputable and competent Companies to Tender for the following 2010 Capital Projects:-

          1. Lot I Construction of College Auditorium
          2. Lot II Supply of Scanning Electron Microscope to Physics Department
          3. Furnishing of 15 Nos. Science Laboratories:-
          •  Lot III 3 Nos. in Chemistry Department
          • Lot IV 3 Nos. in Biology Department
          • Lot V 3 Nos. in Physics Department
          • Lot VI 3 Nos. in Integrated Science Department
          • Lot VII 3 Nos. in Mathematics department

           Lot VIII Supply of Library Books and Equipment

           Tender Qualification

          1. Contractors tendering for the construction of College Auditorium should submit verifiable evidence of their experiences with fabrication and erection of large span steel roof structure.
          2. Prospective Tenders are required to enclose copies of under-listed documents in their submission.
          •  Evidence of Incorporation or Business name registration.
          • Key personnel registration with professional bodies.
          • Tax Clearance Certificate for the last three (3) years.
          • Evidence of past experience on similar jobs.
          • Evidence of business registration with the College.
          • Company Audited Accounts for the last three (3) years.
          • Compliance with the provision of the Public Procurement Act as they relate to.
          • Pensions, (section 16 (6) (d).
          • Experience / Technical Qualification of Key Personnel.
          • Registration with Federal or State Ministry of Works (where application).
          • Evidence of Financial Capability and Bank Support.
          • List of Equipment and Tools.
          • Annual Turnover.
          • Evidence of VAT Registration.

           Tender Procedures

          3 Tenderers are required to pay Non – Refundable Fees of =N-20, 000.00 for Lot I -II and =N=5, 000.00 for Lots III -VIII in Bursary Department, while Tender Documents are to be collected in the Director’s Office, Works and Services Department.

           Submission of Tender Documents

          Completed Tenders Documents should be returned to the Procurement Unit of the Provost’s Office during working hours (8.00 AM – 4.00 PM) in sealed envelopes clearly Marked to indicate the project being tendered for to the:-

           Secretary, Tenders Board,

          Federal College of Education (Technical), Potiskum,

          P.M.B. 1013, Potiskum, Yobe State.

          Tender closes at 12.00 Noon, on 4th October, 2010, and the Tender documents will be opened the same day at 2.00 PM in the Board Room of the College.

           

          Garga Lawal

          Head, Procurement Unit