Invitation for Technical and Financial Tender for the Execution of 2013 Capital Projects at National Commission for Museums and Monuments

National Commission for Museums and Monuments

Block C, First Floor, Federal Secretariat Head of Service Phase II Shehu Shagari Way Central Business District Abuja

P.M.B. 171 Garki Abuja

Email: ncmmadm@yahoo.com

 

Invitation for Technical and Financial Tender for the Execution of 2013 Capital Projects

 

1.       In compliance with the provisions of the Public Procurement Act. 2007 the National Commission for Museums and Monuments wishes to bring to the attention of the public her intention to carry out the following procurement activities in the Commission as provided for in the 2013 Capital Appropriation. In view of the above, bids are hereby invited from interested and reputable contractors with relevant experience and good track records in respect of the following projects.

 

2.       Description of Works

 

Lot 1:          Construction of Administrative Block at National Museum, Maiduguri

Lot 2:          Construction of Administrative Block at National Museum, Sokoto

Lot 3:          Construction of Gallery, Auditorium, Landscaping and Fence Work at Interpretation Centre, Birni-Kudu

Lot 4:          Construction of Archives, Craft Village and Renovation of Administrative Block, Curator’s Office and Borehole at National Museum, Kaduna

Lot 5:          Renovation of National Museum, Yola

Lot 6:          Re-Roofing of Oron Museum Gallery

Lot 7:          Landscaping of National Museum, Ile-Ife

Lot 8:          Construction of Generator House/Connection of 200KVA Generator at National Museum, Jos

 

Qualification Criteria and Tender Requirements

 

3. Prospective bidders are required to submit the following documents;

i.        Evidence of company registration with Corporate Affairs Commission (CAC) and forms CO7

ii.       Company profile and organizational structure, including names and resume of key personnel with addresses and phone numbers.

iii.      Company Audited Accounts for the last three years (2010, 2011 and 2012) prepared by a reputable Chartered Accounting firm.

iv.      Evidence of Tax clearance Certificates for the last three (3) years Tax Clearance certificates (2010, 2011 and 2012)

v.       Evidence of VAT registration and past VAT remittances

vi.     Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of employees’ Pension Contribution/Deductions

vii.     Evidence of contribution/Remittance of 1% of Annual Total Emolument accrued to members of staff of the company payable to ITF

viii.    Evidence of 3 similar jobs previously executed or currently being executed (copies of award letters, completion certificates/final payment certificate should be attached)

ix.      Letter of financial capability and banking support

x.       A sworn affidavit that none of the Directors has been convicted in any court of law of any criminal offence

xi.      Evidence of registration with Financial Reporting Council (FRC) of Nigeria

xii.     List of Equipment to be used for the project and their location. (State whether the equipment are leased, hired or owned, if owned, attach proof).

 

Collection of Tender Documents

 

4.       Bid documents are to be collected upon payment of non-refundable fee of twenty thousand naira (N20,000.00) only per project in certified draft in favour of National Commission for Museums and Monuments, Abuja.

 

Submission of Tender Documents

 

5.       Completed bid should be submitted in three copies (one original and two other copies) and all pages dully endorsed by the bidders. The documents should be sealed and labelled (Technical / Financial Bids as appropriate) separately with the appropriate project title and lot number, clearly written at the top left hand corner of the envelope and addressed to: The Secretary, Procurement Planning Committee, National Commission for Museums and Monuments, Block C, First Floor, Federal Secretariat-Head of Service, Phase II Shehu Shagari Way, Central Business District, Abuja.

 

Closing Date for Submission of Bid

 

6.       The closing date and time-of submission of bid documents is Monday, 12th August, 2013 at 12.00noon prompt. Any bid submitted after this date and time will be rejected.

 

Opening of Bids

 

7.       Bids shall be opened at 1.00pm same day at the Meeting Room of the National Commission for Museums and Monuments, Block C, First Floor, Federal Secretariat-Head Of Service, Phase II Shehu Shagari Way, Central Business District, Abuja. Bidders or their representatives are strongly advised to be present.

 

Non Governmental Organisations (NGOs) and the general public are hereby invited to witness the Bid Opening.

 

Please note:

(i)      Bidders are to enclose a photocopy of the receipt as evidence for the payment of the fee for tender documents

 

(ii)     NCMM reserves the right to reject any document it considers to be of doubtful authenticity

 

(iii)    This notice shall not be construed to be a commitment on the part of the NCMM to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the commission.

 

Signed:

Management

 

Invitation for Pre-Qualification to Tender at Gubio Local Government Borno State

Gubio Local Government Borno State

 

Invitation for Pre-Qualification to Tender

 

Gubio Local Government of Borno State hereby invite reputable and competent Suppliers/ contractors for pre-qualification of the following projects:-

1.       Purchase of sanitation tools and materials.

2.       Evacuation of Gubio Township drainage system.

3.       Refuse collection and disposal.

4.       Purchase of drugs to all clinics and Hospitals.

5.       Purchase of educational materials for distribution to schools.

6.       Construction of Refuse collection centres at 10 locations within Gubio Town.

7.       Construction of ultra-modern Shopping centre with 40 shops and a mosque in Gubio central Market.

8.       Construction of female mosque in Gubio Jumma’at mosque.

9.       Installation of 500KVA Transformers and replacement of 250 wooden poles    with concrete ones in Gubio Town.

10.     Complete renovation of Gubio local Government Secretariat.

11.     Dolling of 4 free flow Boreholes in Gubio, Ngetra and Meleram.

12.     Extension of electricity to keriyari village.

13.     Completion 50 cement well spread across the local Government.

14.     Purchase of poverty alleviation materials for distribution to empower women and youth in all 10 wards of the local Government.

15.     Complete fencing of Gubio Grave yard

16.     Purchase of amplifiers, loud speakers and plastic mats for distribution to

mosque.

 

Pre-Qualification Requirements

1.       Certificate of incorporation of the Company

2.       Evidence of Registration as a Contractor with Borno State

3.       Certificate of Tax clearance for the last 3 years

4.       Evidence of Financial strength of the company

5.       List of Key personnel with evidence of Proficiency and experience

6.       Strength of plant equipment

7.       Record of previous executed projects

 

Submission of Documents

Pre-qualification documents should be submitted in a sealed envelope to the GUBIO Local Government Secretariat. Submission of prequalification documents shall be done on or before 15th July 201.

 

Note: Only successful contractors will be contacted to Tender after screening please.

 

Signed:

Bukar Modu Gubio.

Local Government Secretary

 

 

Invitation for Pre-Qualification and Tender for 2013 Projects at Federal Government Girls’ College, Bwari

Federal Ministry of Education

Federal Government Girls’ College

Bwari-Abuja

Invitation for Pre-Qualification and Tender for 2013 Projects

Federal Government Girls’ College, Bwari has the following projects for 2013 fiscal year

Lot 1:          Construction of sporting facilities comprising of Handball court. Lawn tennis court and Basket Ball court.

Lot 2:          Construction of 2 Nos. closet toilets of 6 rooms

Lot 3:          Renovation of 2 Nos. classroom blocks

Lot 4:          Renovation of 2 Nos. hostels

Lot 5:          Construction of drainages and erosion maintenance – classroom area.

 

Tendering Requirements

Interested and competent contractors wishing to carry out the above listed jobs are required to submit the following documents which will be subject to verification by the college.

 

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

ii.       Evidence of current Tax Clearance Certificate for the last 3 years ending in          December 2012.

iii.      Evidence of VAT registration certificate with TIN No and past remittances       for the last three years.

iv.      Names of bankers with references.

v.       Evidence of financial capabilities to execute the projects.

vi.      Company profile with CVs of key officers including photocopies of relevant          professional/technical qualifications.

vii.     Evidence of registration with relevant professional bodies such as ARGON, COREN, CORBAN etc

viii.    List of veritable construction equipment indicating ownership or of lease agreement

ix.      Verifiable evidence of successful completion of similar works within the past three years and attach copies of letters of awards and certificates of successful competition.

x.       Evidence of issuance of compliance certificate to all organizations by PENCOM in line with Pension Reform Act 2004 (as amended).

xi.      Evidence of compliance with the amended Industrial Training Fund Act 2011.

xii.     A sworn affidavit disclosing whether or not any officer of FME or BPP is a former or present director, shareholder, or has any pecuniary interest in the bidder and  confirm that all information presented in its bid are true and correct in all particulars.

xiii.    Bidders shall not bid for more than 2 lots Bidding will be conducted through National Competitive Bidding (NCB) procedure as specified in the 2007 Public Procurement Act.

 

Collection of Bid Documents

Interested firms are to collect bid documents from the office of the Vice Principal Administration, Federal Government Girls’ College, Bwari, upon the presentation of a non-refundable payment of Ten Thousand Nara (N10, 000.00) bank draft only per lot in favour of the “Principal, Federal Government Girls’ College, Bwari”.

 

Submission of Tender and Closing Date

The “Pre-qualification” and “Financial bid” documents should be submitted in separate envelops and in duplicate. The appropriate Lot No should be marked with project title boldly written at the right hand corner of each of the envelops. The two envelopes should be addressed to “The Principal, Federal Government Girls College, Bwari”. The sealed envelopes should be deposited in the Tenders Box at the Administrative block of Federal Government Girls’ College, Bwari not later than 9:00am on 12th August 2013.

 

No submission will be received after the stipulated time.

 

Opening

Opening of the received documents would commence by 10:00am on 12th August 2013 at the college hall.

 

All bidders and or their representatives, relevant professional bodies, NGO’s are invited to witness the public opening exercise.

 

Note: Nothing in the advertisement shall be construed as commitment on the part of the college to award any of or all of the above listed projects.

 

Signed:

Management

Invitation to Tender at Federal Medical Centre, Keffi

Federal Medical Centre, Keffi

P.M.B 004 Old Akwanga Road, Keffi, Nasarawa State

 

Invitation to Tender

 

Introduction

 

1.1     The Management of Federal Medical Centre Keffi has plans to execute the following works under the 2013 Capital Project.

 

Lot 1-          Completion of Burnt Admin Block (Fire Inferno of 2009) works to be carried out includes; Block work for the entire 2 Storey Building, Plastering, Mechanical Works, and Roofing Works Phase II

 

Lot 2-          Construction of Lafia- Barikin Abdullahi Road Lafia LGA

 

2.0.             Eligibility Criteria

2.1              The minimum qualification that the bidders must meet are as follows;

a.       Evidence of registration with Corporate Affairs Commission (CAC) by   inclusion of Certificate of Incorporation and Article of Association

b.       Detailed Company Profile.

c.       Evidence of registration with professional bodies such as ARCON, COREN, SURCON etc.

d.       Evidence of Current Tax Clearance Certificate (for the last 3 years) corresponding with declared annual turnovers by inclusion of photocopy.

e.       Evidence of compliance with Pension Reform Act, 2004 by inclusion       compliance letter from the National Pension Commission.

f.       Evidence of compliance with the Industrial Training Fund Amendment Act, 2011 by inclusion of compliance letter from the Industrial Training Fund.

g.       Company’s Audited Account for the last 3 years

h.       Evidence of financial capability / reference letter from reputable bank (including demonstration of having liquidity and / or evidence of access to or availability of confirmed credit facility of not less than N100, 000, 000.00 from a reputable bank)

i.        Bid security not less than 2% (in line with section 26(1) of the Public Procurement Act, 2007)

j.        For Joint Ventures includes MoU (indicating the responsibilities and duties of the individuals firms constituting the joint venture (J V).

k.       Possession of experience as a construction contractor in at least 5 projects.

 

3.      Collection of Tender Documents

Interested companies who have experience in similar job are hereby invited to collect Tender document from Federal Medical Centre Keffi, Nasarawa State, from 1st July, to 15th August 2013, upon payment of a non refundable tender fee of N20,000.00 only for each project.

 

4.       Submission of Tender Documents

 

All completed bid documents should be submitted in sealed envelope clearly marked with the following details;

1.       Relevant lot number

2.      Name of company, address, valid phone number and address to:

The Medical Director/Chief Executive

Federal Medical Centre Keffi,

Nasarawa State

 

All sealed bid documents should be dropped in the tender box not later than 12 noon of Thursday 15th August, 2013, at the reception of Admin Block, Federal Medical Centre Keffi, Nasarawa State.

 

5.       Opening of Tender

 

Opening of bid shall be carried out immediately after the closure of submission of tender documents on same Thursday 15th August, 2013, at ANC block of Federal Medical Centre Keffi, Nasarawa State.

 

Note:

1.       Federal Medical Center Keffi, reserves to reject any document it considers to be doubtful.

2.      Late submission will not be entertained.

3.      This notice shall not be construed to be a commitment in the part of the Centre, to award any form of contract to any respondent, nor shall it entitle any organization to claim any indemnity from the centre.

 

Signed:

Management

 

Invitation for Pre-Qualification at Federal College of Education, Kano

College of Education, Kano

Invitation for Pre-Qualification Tetfund 2008/09/10/11 (Merged) Normal Intervention & 2010/11/12 Int. In Library Dev.

 

1.       Introduction

The Federal College of Education, Kano Invites interested competent and reputable contractors to apply for the Pre qualification exercise as a condition to participate in the bidding for the College Year 2008/2009/2010/2011 Tetfund (Merged) Normal intervention & 2010/2011/2012 (Merged) intervention in Library Development. Interested bidders are to submit all the required information as well as comply with all other requirements for the prequalification of the projects.

 

2.0     Projects

 

Year 2008/2009/2010 /2011(MERGED) Normal Intervention

1)      Construction of 1000-Seater Capacity Lecture Theatre

2)      Construction of Block of Lecture hails (Phase II)

3)      Construction of Academic conference centre (Phase II)

4)      Fabrication of furniture for Lecture theatre & Block of Lecture Hall

5)      Supply & Installation of office furniture and Equipment

6)      Procurement of 30-Seater Toyota Coaster for field trip SIWES and Teaching Practice

 

Year 2010/2011/2012 (MERGED) INT. in Library Development

1)      Procurement of Assorted Textbook

2)      Procurement of Journals for different department

3)      Procurement of Library Encyclopedia

4)      Installation of CCTV for the College Library

5)      Procurement of Library Furniture and Equipment

 

2.       Pre-Qualification Requirements

a)       Each Contractor is expected to submit the following mandatory documents

i.        Evidence of Incorporation with Corporate affairs Commission (CAC),     (Memorandum and Article of Association).

ii.       Evidence of Tax Clearance Certificate for the fast three (3) years ( 2010, 2011 & 2012)

iii.      Company Audited Account for three (3) years (2010, 2011 & 2012) prepared by Chartered Accountant, duly signed and stamped with ICAN or ANAN Seal).

iv.      Sworn Affidavit indicating that all documents submitted are genuine and verifiable.

v.       Sworn Affidavit that no current staff of the Federal College of Education, Kano is a former or present Director, Shareholder or has any pecuniary interest in the Company Submitting Bid.

vi.      Evidence of compliance with the pension Act in accordance with    Procurement Act 6(d)

vii.     Evidence of compliance with Section 6(i) -(3) of the ITF Amended Act 2011

 

Please Note: Failure to Provide any of the above (i)-(vii) will automatically disqualify the bidder.

 

b)      Other Criteria

i.        Evidence of Financial Capability and Banking Support (Bank Reference letter, Recent Statement of Account).

ii.       Experiences/Technical Qualification and experience of key personnel (Company Profile, CV and Credentials).

iii.      Evidence of “Similar Projects” executed over the last five (5) years and evidence of knowledge of the industry (Award letters of projects executed, copies of valuations and completion certificates are required).

iv.      List and Sources of Equipment and Technology Capacity (Evidence of ownership/ Lease agreement)

v.       VAT Registration (TIN Number) and evidence of past VAT remittances

vi.      List of completed and On-going Projects (if any)

 

Note: – Original copies of documents listed above must be produced for sighting after being pre-qualified, before collection of Tender Documents.

 

3.       Submission of Completed Pre-Qualification Documents

 

The pre-qualification documents should be submitted in sealed envelope and clearly marked “Pre-qualification to tender (name of the Project)” and shall be delivered to:

 

The Secretary (Tender),

Federal College of Education,

P. M. B. 3045, Kano.

 

Not later than 22nd July 2013, The documents will be opened at 12:00 noon on Monday 22nd July, 2013 at the College Council Chambers (FCE, Kano Main Campus), No late submission will be entertained after 12:00 noon on the expiration of the three 3 weeks stated above.

 

Please Note:

  • That the College reserves the right to verify any claim by the bidders and may disqualify Contractor(s) on false claim of any document(s).
  • That by submission of Pre-qualification documents F.C.E Kano is neither committed nor obliged to award any contract to any Contractor.
  • That this advertisement for invitation to per-qualification shall not be considered as a commitment on the part of the College, nor shall entitle any bidder to make any claims whatsoever and/or seek any indemnity from F.C.E Kano.
  • That Full tendering procedures will be applied only to bidders that have been pre-qualified and found capable of executing the projects.

 

Signed:

Alhaji Musa Sule

Chairman Procurement Committee