Invitation to Tender at National Assembly

National Assembly

Invitation to Tender

The National Assembly in accordance with the Public Procurement Act, 2007 hereby invites competent and reputable companies to tender for the Design, Supply and Installation of General Illumination of National Assembly Complex being contemplated under the 2013 Capital Project

2.       LOT 1M.    Design, Supply and Installation of General Illumination of National Assembly Complex

Scope of Work:

i.            Perimeter Fence Illumination;

ii.            Street Lighting;

iii.            External Parking Illumination;

iv.            Senate Wing External Illumination;

v.            House of Representatives External Illumination;

vi.            Annex I&II External Illumination; and

vii.           White House External Illumination,

3. Tender Requirement

Interested Companies/Contractors should indicate interest in writing, attaching the following documents:

  1.      Evidence of Company Registration (Certificate of Incorporation);
  2.      Evidence of tax Clearance for the last 3years (2010, 2011 & 2012);
  3.      Evidence of VAT Registration and Remittance;
  4.      Copies of Auditors Report and Financial for the last 3years (2010, 2011 & 2012):
  5.      Evidence of Registration with LECAN (Licensed Electrical Contractors of Nigeria);
  6.      Evidence of Registration with COREN (Council for Regulation of Engineering in Nigeria);
  7.      Evidence of registration with Energy Commission of Nigeria;
  8.      Registration with Federal Ministry of Works;
  9.      Registration with Federal Ministry of Power;
  10.      Verifiable Evidence of at least (3) Similar Projects successfully executed;
  11.      Evidence of compliance with Industrial training Fund (ITF) Act;
  12.      Evidence of PENCOM Registration and Remittance; and.
  13. Sworn Affidavit in line with the Provision of Part IV; Section 16. Subsection 6 (e-f) of the Public Procurement Act, 2007.

4. Tender Instructions

  1. Interested Companies are to collect Bid Documents (both Soft & Hard Copies) /Full Specifications from the National Assembly Tenders Board Secretariat (Room 1.279, Annex I, NASS Complex), upon the evidence of payment of a non-refundable fee of N50,000.00 (in Bank Draft in favour of the National Assembly);
  2. Contract will attract 2% Bid Security (Bank Guaranty) of Bid Sum;
  3. Tendering will be conducted through the National Competitive Bidding; (NCB) Procedures as specified in the Public Procurement Act, 2007;
  4. All Bid Shall clearly indicate Bid Validity Period;
  5. Existing NASS Tender Fee Rates will apply;
  6. All Bids shall be assessed in full compliance with the Instructions in the Tender Documents, which shall form the basis for Eligibility of Companies for final consideration; and.
  7. Tender Document submitted late shall be rejected.

5.       Submission of Bids

i.   15 copies of both Financial and technical Bids shall be submitted (in addition to the Original Hard and Soft Copies). The documents must be paginated, initialed on each page and sealed in separate 15×9.5 envelopes, marked appropriately at the left hand corner “Technical Bid” and “Financial Bid”. Both Bids (Envelopes) will be enclosed in a bigger envelope (properly sealed) and addressed to The Secretary, National Assembly Tenders Board, Three Arms Zone, Abuja,

ii.            To be dropped in the Tender Box in the office of the Secretary Tenders Board not later than 1pm on Friday 5th July, 2013.

6. Bid Opening

  1. Bid will be opened at 1:30pm on Friday, 5th July. 2013 at the Department of Procurement and Supplies Conference Room (Room 1.271) Annex I, NASS Complex;
  2. All prospective Bidders or their accredited representatives should endeavor to be present, please.

Note

i.            National Assembly reserve the right to reject any bid documents;

ii.            National Assembly is not bound to accept the lowest Bid or any type of Tender; and.

iii.            Technical Bids submitted will be assessed and only Tenders of those found responsive will be subjected for detailed evaluation.


Signed:

Management

20th June, 2013

 

Invitation to Tender for the Execution of Capital Projects at Ministry of Defence

Ministry of Defence

Presidential Committee on Barracks Rehabilitation (PCBR) Block C 3rd Floor, 3/4 Maputo Street. Wuse Zone 3,  Abuja

Invitation to Tender for the Execution of Capital Projects

Under Year 2013 Appropriation

1.       Introduction

In partial compliance with extant laws and policies of the Federal Government of Nigeria (more particularly the Public Procurement Act, 2007) governing procurement of goods and services by the Federal Government Ministries, Departments and Agencies, the Presidential Committee on Barracks Rehabilitation (PCBR) is desirous of carrying out rehabilitation works in Military Barracks nationwide under its year 2013 Budget execution plans/programmes. To this end competent and interested Contractors are by this publication invited to submit both Technical and Financial Bids in line with denned Scope and Technical Specifications for the projects.

2.  Objectives

The Aims and Objectives of all projects/programmes embarked upon by PCBR is in a nutshell, the improvement of well being and welfare of Military personnel by ensuring that Barracks and facilities required for the effective discharge of their duties are well maintained and where necessary upgraded in line with the transformation agenda of the present administration.

 

3.   Description of Works

Rehabilitation of buildings and other facilities in the following Military establishments nationwide:

(A) PCBR Projects

  • Lots A – Rehabilitation of NAFRC, Oshodi – Lagos State
  • Lots B(l) – Rehabilitation of Akim Barracks. Calabar – Cross Rivers State
  • Lots B(2) – Rehabilitation of Dukku Barracks, Birnin Kebbi – Kebbi State
  • Lots B(3) – Rehabilitation of Army Barracks. Ogoja – Cross Rivers State
  • Lots B(4) – Rehabilitation of Letmauck Cantonment, Ibadan – Oyo
    • State
  • Lots B(5) – Rehabilitation of Ikeja Cantonment lkeja – Lagos State
  • Lots B(6) Rehabilitation of Minna Cantonment, Minna – Niger State
  • Lot B(7) Rehabilitation of Demo Battalion, Jaji – Kaduna State
  • Lots C (1) – Rehabilitation/Construction of Naval Barracks, Port Harcourt – Rivers State
  • Lots C(2) – Rehabilitation/Construction of Naval Barracks, Abuja
  • FCT
  • Lots D – Rehabilitation of NAF Base, Kaduna – Kaduna State

(b) MDG Projects

  1. Lots E(l) – Rehabilitation of Primary Schools & Health Facilities at NDC Barracks, Usafa – Bwari, FCT and Giwa Barracks, Falomo -Lagos State.
  2. Lots E(2) – Rehabilitation of Primary School at Army Barracks, Ohafia – Abia State
  3. Lots E(3) – Rehabilitation of Primary School and Health Facilities at Army Barracks, Nguru – Yobe State
  4. Lots E(4) – Rehabilitation of Primary School and Health Facilities at Army Barracks, Birnin Kebbi – Kebbi State
  5. Lots E(5) – Construction of Classrooms and Admin Blocks at Naval Barracks, Ogharra – Delta State
  6. Lots E(6) – Construction of Classrooms Block, Supply of Furniture & Equipment to Primary School at Naval Barracks, Karshi – FCT
  7. Lots E(7) – Construction of Classrooms Block, Supply of Furniture & Equipment to Primary School at Naval Barracks, Offa – Kwara State
  8. Lots E(8) – Construction of Primary School and Health Facilities at NAF Barracks Minna – Niger State

(4) Eligibility Criteria

Interested, qualified and competent Contractors wishing to carry out the advertised jobs must submit the following documents for verification:

 

  1. Certificate of Registration with Corporate Affairs Commission (CAC)
  2. Evidence of registration with relevant professional bodies ARCON CORBON, COREN, NIQS etc
  3. Company’s comprehensive profile including 3 years Audited Account.
  4. Evidence of due registration and remittance of VAT, WHT and PAYE
  5. Evidence of remittance of industrial Training fund (ITF) contributions.
  6. Company Tax Clearance Certificate for the last 3 (three) years, the last one being valid till 31st December, 2012.
  7. Evidence of registration with PENCOM and remittance of employee pensions for firms having more than five (5) employees. List of 3 or more similar projects (verifiable) completed or on-going, with letters of award, payment and completion certificate (where applicable).
  8. Letter of Financial Capability and Banking Support
  9. A Sworn Affidavit by a Director of the Company that none of the Company’s Directors is a staff of PCBR or Ministry of Defence and that the Company is not in a Receivership.
  10. All bids above =N=50Million must be supported with a bid security of not less than 2% of the total bid price.
  11. Contractors that had cases of contract abandonment, non-completion and poor project execution with PCBR or sister MDA’s need not tender for any of these projects.
  12. Bidders must not bid for more than one lot, with the same company.

 

5.       Collection of Tender Documents

Tender Documents are to be collected from the Secretary, Tender’s Board of Presidential Committee on Barracks Rehabilitation (PCBR) at the Conference Room, PCBR Office i.e. Third Floor. No. 3/4 Maputo Street, Wuse Zone 3 – Abuja upon:

  1. Payment of a Non-refundable Tender Fee of =N=15,000.00 in Bank Draft drawn in the name of PCBR for all categories of projects.
  2. Presentation of Original Qualification Documents itemized in Paragraph 4 (above) for sighting.

 

6.        Submission of Tender Documents

The Technical and Financial Tender/Bid Documents shall be in separate envelopes with the names of the project and the Company clearly shown which should be enclosed in a sealed envelope marked “YEAR 2013 TENDER DOCUMENT” at the top left hand corner thereof and should be addressed to:

The Secretary, Tenders Board,

Presidential Committee on Barracks Rehabilitation (PCBR),

Third Floor, No. 3/4 Maputo Street,

Wuse, Zone 3 – Abuja.

 

The Documents must be submitted not later than 5th of August 2013, otherwise the Applicant shall stand disqualified.

 

7.       Public Opening of Bids

Bids shall be opened in the presence of the bidders’ representatives and interested members of the public soon after the expiration of the deadline fixed for submission of tenders. Consequently, all prospective contractors are invited to witness the Public Opening of bids on the 5th of August, 2013 at PCBR Conference Room, Third Floor, No. 3/4 Maputo Street, Wuse Zone 3 – Abuja at 12:00 noon prompt.

 

8.       Important Notice /Disclaimer

  • Only Companies adjudged by PCBR to be technically responsive will be considered. PCBR Tenders Board reserves the right to reject any tender considered to be not technically responsive.
  • PCBR does not bind itself to accept the lowest or any of the bid proposals without incurring any liability.
  • Tender information and instruction shall be given only to Companies that have been screened and found to be suitable for the jobs listed. Nothing in this advertisement shall imply commitment on the part of PCBR to enter any Agreement in respect of the afore-listed projects.
  • Evaluation shall he strictly based on terms and conditions stipulated on Tender Documents; and the decision of PCBR Tender’s Board shall be final.
  • Late submission of Tender Documents will not be entertained.
  • PCBR shall not enter into correspondence with any unsuccessful bidder.
  • Please note that, the final completion of the procurement process for all or any of the projects listed above is subject to adequate cash backing of the funds allocated m the 2013 Appropriation and evolving priority projects/programmes under the statutory mandate of the Committee.

 

(Signed)

Chairman, PCBR

Minister of Defence, Federal Republic of Nigeria

 

Invitation for Pre-Qualification to Tender for the 2013 Capital Appropriated Project at Federal Medical Centre, Abeokuta

Federal Medical Centre

Bisi Onabanjo Wa, Idi-Aba, P.M.B. 3031 (Sapon Post Office), Abeokuta, Nigeria

07056799001-3

E-mail: fmcabk@yahoo.com

Invitation for Pre-Qualification to Tender for the 2013 Capital Appropriated Project

1.0.    The Federal Medical Centre, Abeokuta is planning to execute its 2013 Fiscal Year Capital Project Consequently, the Centre is inviting competent and reputable firms with expertise to apply for pre-qualification for the project.

2.0     Project: Construction of Maternity Block

3.0     The Pre-Qualification

All companies wishing to express their interest to bid for the project shall submit relevant documents for pre-qualification as stipulated in 4.0 below: Only companies that are adjudged successful in the pre-qualification exercise shall be invited to collect tender documents upon payment of non-refundable fee of N25.000.00 (Twenty-Five Thousand naira) only.

4.0     Pre-Qualif1cat1on Requirements

Interested companies should submit their detailed pre-qualification documents for assessment containing under-listed documents.

All envelopes for the TECHNICAL BID must contain the following documents:

(i)                Company profile indicating Managerial, Structural, Technical and Operational capabilities,

(ii)             Evidence of valid Certificate of Registration with Corporate Affairs Commission (CAC)

(iii)           Company audited Account for the last three (3) successive years (2010, 2011 and 2012) with an annual turnover of 200 Million.

(iv)           Evidence of Tax Clearance Certificate for the last three (3) Successive years (2010, 2011 and 2012).

(v)             Evidence of VAT Registration and VAT Remittances,

(vi)           Evidence of Financial capabilities and / or Banking support

(vii)        List of similar projects previously undertaken (with evidence of completion).

(viii)      Verifiable evidence of availability of appropriate manpower; machinery and equipment.

(ix)           Confirmation of tender validity period of at least 120 days from the date of Bid opening,

(x)             Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Administration of their choice.

(xi)           Evidence of remittance for both employee and employer Pension Contribution to the appropriate Pension Fund Custodian not later than seven (7) days from the date of payment of salaries.

(xii)        Evidence of compliance with Industrial Training Fund (FIT) Act, 2001

(xiii)      Any other additional information/documents that will enhance the company’s application.

5.0     Submission of Document

The completed pre-qualification documents shall be property sealed in an

envelope,   CLEARLY   MARKED,   “PRE-QUALIFICATION   FOR

CONSTRUCTION OF MATERNITY BLOCK” at the top left corner of the envelope and addressed to:

The Medical Director,

Federal Medical Centre

P.M.B 3031,

Idi-Aba, Abeokuta Ogun State

6.0     Opening of Pre-Qualification Documents

All documents in respect of the pre-qualification should be submitted on or before 1.00p.m. on Monday, 22nd July, 2013 in the office of the Medical Director, Federal Medical Centre, Abeokuta, while the opening exercise will take place at the Centre’s Cardio-Renal Seminar room same day, Monday 22nd July, 2013 after closing.

Interested eligible Bidders may obtain further information from the Procurement Unit, Federal Medical Centre, Abeokuta from 9.00a.m. to 4:00p.m (Monday to Friday.

7.0     Disclaimer

This Pre-qualification request is not an invitation to tender and does not constitute a commitment or obligation on the part of the Centre to award a contract.

The invitation to tender and full tendering information will be issued only to qualified companies that have been pre-qualified. The Centre will not make any form for submission presented in response to this notice.

Dr. O.A. Oyeku

Director of administration

for: Medical Director

Invitation to Tender for the Dualization of Sakpenwa-Kpopie-Bori-Kono-Road at Ministry of Works, Rivers State

Government of Rivers State of Nigeria

Ministry of Works

Office of the Permanent Secretary

Rivers State Ministry Of Works,

P M B 5045 Port Harcourt

Invitation to Tender for the Dualization of Sakpenwa-Kpopie-Bori-Kono-Road

The Rivers State Ministry of Works is desirous to undertake the Dualization of Sakpenwa-Kpopie-Bori-Kono-Road in Tai, Gokana and Khana Local Government Areas of Rivers State.

Tenders are hereby invited from interested reputable contractors who wish to participate in the construction of the above-mentioned road project. Tender documents for the project can be obtained from The Office of the Director. Civil Engineering, Rivers State Ministry of Works. Podium Block 6th Floor, Secretariat Complex, Port Harcourt, upon the payment of a non-refundable Tender Fee of N250. 000.00 in Bank Draft, made payable to Rivers State Government.

Completed Tender documents are to be signed, sealed and delivered to the Office of the Permanent Secretary, Ministry of Works, Podium Block 6th Floor, Secretariat Complex, not later than 5th August, 2013.

Contractors are mandatorily required to enclose along with their tender, copies of the following documents.

  1. Certificate of Registration of the Company with the Corporate Affairs Commission;
  2. Evidence of  registration with the Rivers State Contractors’ Registration Board, Category ‘A’;
  3. Evidence, of payment of Tender Processing fee;
  4. Contractor’ s current Tax Clearance Certificate and VAT Registration Certificate;
  5. List of plants, equipment and technical staff available for the project;
  6. Cash flow, programme and projections period for the project;
  7. Experience of similar project executed;
  8. Bank Reference from reputable Bank.

Please, be informed that the Ministry is not bound to accept the lowest tender and Tenders Submitted after 5th August, 2013 from the date of this publication 24th June, 2013) will not be accepted.

Signed:

Permanent Secretary.

Invitation to Tender at KWALI AREA COUNCIL FCT ABUJA

KWALI AREA COUNCIL FCT ABUJA

Invitation to Tender

  1. This is to inform the general public that Kwali Area Council wishes to invite credible and reputable companies to participate in a competitive tendering process for the following projects:

Lot 1.          Construction of classrooms in some primary schools with Kwali Area Council

Lot 2.          Construction of Roads /culverts across the ten wards of the area council

Lot 3.          Installation of transformer/extension of electricity to some communities within the area council.

Lot 4.          Provision of solar powered and Hand pump bore-holes within the area council

Lot 5.          Renovation of legislative complex of the area council

Lot 6.          Supply and delivery of official vehicles to the area council

Lot 7.          Supply of stationeries and instructional materials to Kwali Area Council

Lot 8.          Supply of office furniture and equipment to Kwali Area Council

Lot 9.          Fencing and drilling of bore-note with over-head tank at Kwali Abattoir

Lot 10.        Supply of water drilling machine (Drilling Rig & compressor)

The Area council is also inviting interested companies to partner with the area council through Public Private Partnership (PPP) in the Construction /Development of the following projects;

1.      Remodeling of Kwali central market for daily operations

2.      Development of Yangoji trailer park

3.      Development of Kilankwa Model/International market

4.      Development of shopping mall at Bako

5.      Remodeling of Kwali motor park

B.      Qualification for Bidding

To qualify for consideration, interested companies are required to submit the following documents:

1.       Evidence of incorporation with the Corporate Affairs Commission (CAC) of Nigeria.

2.       Evidence of tax clearance for the past three (3) consecutive years

3.       List of requisite equipment for operation for the job its tendering for.

4.       List of projects that has been executed in the last five (5) years

5.       Annual turnover and audited statement of account for the past three (3) consecutive yean

6.       Detailed company profile and technical experience/qualification of key personnel’s director

c.      Collection of Tender Document

Tender document can be collected from the office of the Chairman Tender Board, Kwali area council on the payment of non-refundable fees of Fifteen Thousand (N15,000) only and registration fees of Fifty Thousand Naira (N50,000) only with the area council as from 24th June, 2013.

D.      Submission of Tenders

Completed tenders must be submitted in sealed envelope marked CONFIDENTIAL and address to the chairman tender board and deposited in the box not later than 12:00 noon on or before 22nd July, 2013. The envelope should contain one (1) original 6t two (2) duplicates, of the tenders. Bidding would follow strictly laid down procedures and principle of due process. Opening of tender shall be by 1:00 pm same day in Kwali Area Council Hall. The tender reserves the right to reject any tender in part or in full.

Signed:

Management