General Procurement Notice for 2013 Capital Projects at Librarian Registration Council of Nigeria (LRCN)

Librarians’ Registration Council of Nigeria

General Procurement Notice for 2013 Capital Projects

The Librarian Registration Council of Nigeria (LRCN) is a corporate body established by the Federal Government of Nigeria through Act No. 12 of 1995, its major thrust is to regulate the practice of the Library and Information Science profession in Nigeria.

The Council wishes to notify the general Public of its intension to procure Goods, in the 2013 Fiscal Year. These are being funded through year 2013 Federal government Budget Appropriation.

1.0            Goods

S/N Description of Item
1 Bus – 14 Passenger
2 Purchase  of HP 3G  Desktop Computer & Accessories
3 Purchase of HP Laptop Computer & Accessories
4 HP 2055 Laser Printer
5 HP 2800 Laser Color Printer
6 Purchase of UPS (650V)
7 Purchase of Automatic voltage Regulators (2000WATTS)
8 Purchase of multi Useranti-Virus
9 Purchase of Semi – Executive Chairs/table
10 Purchase of Library tables
11 Window Blinds and Accessories for various Offices

2.0            Eligibility Criteria

  1. Certified of Registration/Incorporation with CAC
  2. Detailed Company profile with list of staff, qualification and years of experience
  3. Tax Clearance and VAT certificate for 3 years, (2010-2012)
  4. Evidence of Financial capability, banking support (statement of accounts for the last 6 months)
  5. Audited accounts for the past three years (2010 – 2012) (duly endorsed by a chartered accounting firm)
  6. Evidence of having undertaken similar projects carried out within the last 3 years, in areas of interest (photocopies of letters of award should be enclosed as evidence)
  7. Evidence of accredited dealership or manufacturer’s authorization.
  8. Evidence of registration with a pension fund administrator and evidence of remittance.
  9.  Evidence of compliance with the Industrial training Fund Act 2011 (where applicable)

3.0 Note:

i.        This Notice is not an Invitation to Bid

ii.       Interested Suppliers/Contractors are advised to visit the Council’s Notice Board and Website for Specific Procurement Notices for minor value procurements,

iii.      The Librarians’ Registration Council of Nigeria act (PPA) 2007, without incurring any liability on the bidder.

Not later than 28th June, 2013

Invitation for Tender at Federal School of Medical Laboratory Technology (Sciences)

Federal School of Medical Laboratory Technology (Sciences)

P.M.B, 2253 Jos, Nigeria

Provost Etukudoh, N.S (MR)

Telephone: 08032585197, 08084788866

E-mail: fedmediabtech@yahoo.com

 

Location:

Jos University Teaching Hospital

Telegrams: FEDLABTECH

Invitation for Tender

1.0     Introduction

The Federal School of Medical Laboratory Technology (Sciences) Jos intends to undertake the procurement of various goods and services under the 2013 Recurrent and Capital Budget.

In compliance with the Public procurement Act 2007, the school invites interested and reputable contractors with relevant experience and good tract records to submit documents necessary for consideration for the execution of these projects:

2.0     Description of Work:

Lot 1:          Procurement of Research Equipment for Research Methodology (Microbiology), Histopathology and Chemical Pathology Laboratories.

Lot 2:          Procurement of Utility Vehicle/ Buses

Lot 3:          Procurement of Medical Laboratory Equipment for Blood Safety, Chemicals/Reagents for General /Teaching Laboratories/Immunology.

Lot 4:          Procurement of Sitting Benches/ Library Tools/ Internet Services (ECT)/Office Tools/ Equipment.

Lot 5:          Procurement of Rehabilitation and Maintenance of Hostels and Construction of Incinerator and Water Reticulation

Lot 6:           Workshop and Training on Laboratory Management/ Safety.

Lot 7:          Installation of Procured Perkins 100KVA Generators at Lamingo and Hostel Respectively

3.0     Requirements:

Prospective bidders are required to submit the following documents:

i.        Certificate of Registration with Corporate Affairs Commission (CAC)

ii.       Evidence of Tax Clearance Certificates for the last three years (2010, 2011 & 2012) corresponding to declared turnover.

iii.      Evidence of VAT Registration with TIN No and past remittances for the last 3 years.

iv.      Original copies of documents listed in item (i-iii) above must be presented for sighting during the Opening session which is scheduled for 26th July, 2013.

v.       Company Audited Accounts for the last three years (2010, 2011 & 2012) showing annual turnover

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

vii.     Evidence of payment of Training Contribution in compliance with the statutory provision of the industrial Training fund Amendment Act, 2011.

viii.    Evidence of experience with similar jobs in the past three years. This should include the scope/volume of work and the amount which should be verifiable

ix.      Evidence of financial capability to handle the job and bank support.

x.       Location of showroom, warehouse and maintenance workshop (not postal address (es)

xi.      Company profile including names and technical qualification(s) of key personnel

xii.     Evidence of availability of spare parts.

xiii.    Evidence of maintenance capability and after sale service for at least 5 years from date of commissioning of equipment.

xiv.    A sworn Affidavit that none of the Directors has been convicted in and

xv.     A sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the school is a former or present Director, Shareholder or has any pecuniary interest in the bidder.

xvi.    Registration with the school is not mandatory.

4.0     Collection of Tender Documents:

Interested companies/firms should collect bid documents containing specification for the jobs from the Accounts Unit of the School on payment of N20, 000.00 non-refundable tender fees for each lot at the school from 9am-3pm working days.

5.0     Submission of Tender Documents:

The complete tender documents must be submitted unconditionally in the following prescribed manner.

i.        A Technical Proposal containing the firms technical qualifications as required in paragraph 3 above: sealed and marked Technical proposal for …..” at the topmost right-hand corner of the envelop with the name and phone number of the company written at the name and phone number of the company written at the back of envelope.

ii.       A Financial proposal comprising of the filled tender document in a separate envelop bold marked: Financial tender for …….” At the topmost left-hand corner of the envelope with the name and current phone no of the company bold written at the back of the envelope

The two envelopes must be sealed in a single larger envelope marked tender for….” At the top left hand corner of the envelope with appropriate Lot Number, the name of the bidder clearly written on the reverse side and addressed to:

The Provost/CEO,

Federal School of Medical Laboratory

Technology (Science), Jos,

Plateau State

The sealed envelope should be deposited in the Tender Box situated at a designated place in the provost Office and Administrative Department on or before 12, 30pm prompt on 26th July 2013.

6.0   Closing of Submission/Opening of Tenders:

Submission of tender will close on 26th July, 2013 by 12:00noon.

All technical bids received will be opened on 26th July, 2013 at the School’s Mini Hall at 12.30pm prompt. The Financial Bids of only pre-qualified contractors would be opened at later date.

Subsequently, within the year, contracts within the approval threshold of the provost will be placed on the school Notice board for interested contractors/suppliers.

Signed:

Provost /CEO

 

 

 

 

Invitation for Bid at Dental Therapists Registration Board of Nigeria (DTRBN)

Dental Therapists Registration Board of Nigeria

8A Oba Adeyinka Oyekan Street by Ikoyi Towers,

Ikoyi-Lagos

Introduction

The DTRBN is a Parastatal of Federal Ministry of Health established by Decree 81 of August 25, 1993 embodied in Cap D7 of the LFN 2004 saddled with the responsibility of regulating, improving and maintaining excellence in the professional practice of Dental Therapists and Allied Professions (Dental Nurses, Dental Health Technicians and Dental Surgery Assistants).

In compliance with the public procurement act 2007 as regards procurement of goods, DTRBN invites interested and qualified bidders for the procurement of the following for the 2013 appropriation.

Project Description

Lot Scope of Work Specification
1 5 Units of Model PR Chair 2 sets of High speed air turbine hand place

1 sets of Low speed air motor hand piece

1 sets of three way syringe (cold and hot)

1 sets of Automatic cup filter

1 sets of Water strong suction

1 sets of Saliva weak suction

1 sets of Neuriousperatun light

1 sets of Rotatable tempered glass spittoon

1 sets of Purified water supplied system

1 sets of Luxury dental stool

1 sets of Inductive air blocked rotary arm system

1 sets of Multifunctional foot controller

1 sets of Red X-ray film viewer

1 sets of 24V noiseless DC water patience chair (compensation design)

1 sets of Luxury comfortable backrest and seat

1 sets of High grade adjustable headrest

 

2 5 Units of X-ray Machine BLX

 

  • No protective operation room to needed when installing the complete machine.
  • Radiation leakage is in accordance with International standard (IEC601 -1-3, 1993).
  • Technical specification.
  • Powder (V) 24 V800MA charge 220V/11OV 5OH2.
  • Tabe Voltage: 7OKV
  • Tabe current). O.1MA
  • Rated power: 60W
  • Frequency: 30KHZ
  • Weight .2.2KG
  • Time of Exposure: 1-95

 

3 5 Units of Autoclave

 

  • Tamda R – 12L European N standard Digital Display
  • TAMDA R, 18L 12PL/134 C

 

4 Seating Instruments

 

  • 2 Ultrasonic Scalar
  • 100 Mouth mirror
  • Excavator S11 (Fine & Heavy) 20 each
  • Jacquette (1,2,3 & 4) 20 each
  • 20 Sickles
  • Durry (1,2, & 3) 20 each
  • 20 Twezer
  • 20 Kidney dish
  • 20 Instrument box
  • 100 Cup Brush
  • 100 Rubber Cup
  • 20 Sterilizing Pouch

 

5 Examination Set
  • 20 mouth Mirror
  • 20 Carious Probe
  • 20 Periodontal Probe
  • 20 Tweezer

 

6 Filling Instruments

 

  • 20 Amalgam Carrier
  • 20 Condenser
  • 20 Polisher
  • 20 Carver
  • 50 Spatula
  • 20 Deepen Glass
  • 10 Curing Light
  • Gutter Patcher
  • Bulls
  • Shade Guide

 

7. Extraction instrument

 

  • 20 Complete forcepts
  • 20 Elevators

 

8. Impression Instrument

 

  • .    50 Impression Trays
9. Root Canal instrument
  • 20 Reamers
  • 20 Fills
  • 20 Hand Pleces (fast & slow)

 

10. Other Devices/Instrument
  • Amalgamator
  • Mouth Guard
  • Tongue Depressor

 

Bid Requirements

  • Evidence of certificate of incorporation with Corporate Affairs Commission (Photocopy)
  • Evidence of tax clearance certificate for the last three years (2010, 2011 and 2012) (photocopy).
  • Company profile
  • Bank reference letter with evidence of financial capability
  • Evidence of VAT Registration with TIN No and past remittances (photocopy)
  • Evidence of registration with DTRBN (photocopy)
  • Evidence of experience with similar jobs
  • Evidence of payment of non-refundable bid fee of =N=35,000.00 only

Submission of Bid Documents

All submission of bids should be made not later than 25th July 2013 in a sealed envelope marked Bid on the right hand corner and addressed to the undersigned.

The Registrar/CEO

Dental Therapists Registration Board of Nigeria

8A Oba Adeyinka Oyekan Street,

2nd Avenue by Ikoyi Towers

Ikoyi-Lagos.

Submission of bids shall close on Monday 22nd July, 2013 at 9.00am. Opening of bids will commence at 12noon same day.

Conditional Grant Scheme (Cos), Invitation for Tenders for the Execution of 2012 Conditional Grants Scheme Projects at Office of the SSA to the Governor on Millenniums Development Goals (MGDs)

Bayelsa State Government

Governor’s Office

Office of the SSA to the Governor on Millenniums Development Goals (MGDs)

Conditional Grant Scheme (Cos), Invitation for Tenders for the Execution of 2012 Conditional Grants Scheme Projects

The Bayelsa State Government, represented by the Office of the Senior Special Assistant to the Governor on MDGs (OSSAG MDGs) in collaboration with the Federal Republic of Nigeria represented by the Office of the Senior Special Assistant to the President (OSSAP) on Millennium Development Goals wishes to invite interested and qualified contractors to submit tenders for the execution of special projects under the 2012 Conditional Grant Scheme in the following sectors:

STATE TRACK

Sector A: Health

LOT NO.

 

PROJECT DESCRIPTION

 

Lot (Hla)

 

Construction of Primary Healthcare Centers (PHCs) in various Local Governments of Bayelsa State
Lot (Hlb)

 

Renovation of Existing Primary Healthcare Centers (PHCs) in various Local Governments of Bayelsa State
Lot (H1c)

 

Construction of Medical Staff Quarters in various Local Governments of Bayelsa State
Lot (H1d)

 

Supply of Emergency Obstetrics Care (EOC) Equipment to various PHCs in Bayelsa State

 

Sector B: Water

LOT NO.

 

PROJECT DESCRIPTION

 

Lot (2a)

 

Construction of Solar Powered Boreholes (fenced) in various Local Governments of Bayelsa State
Lot (2b)

 

Construction of Motorized Boreholes (fenced) in various Local Governments of Bayelsa State

Sector C: Agriculture

LOT NO.

 

PROJECT DESCRIPTION

 

Lot (3a)

 

Production and Supply of Plantain & Banana Suckers to 960 Small Scale Farmers in Bayelsa State

LOCAL GOVERNMENT TRACK

Sector A: Health

LOT NO.

 

PROJECT DESCRIPTION

 

Lot (4a)

 

Construction of Health facilities in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (4b) Renovation of Health Facilities in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (4c) Supply of Health Equipment to various Health Centers in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (4d) Supply of Medical Drugs to various Health Centers in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State

 

Sector B: Water

LOT NO.

 

PROJECT DESCRIPTION

 

Lot (5a)

 

Construction of Solar Powered Boreholes in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (5b) Construction of Motorized Boreholes in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State

Sector C: Agriculture

LOT NO.

 

PROJECT DESCRIPTION

 

Lot (6a)

 

Supply of Sustainable Agricultural Crops in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State

Sector D: Education

LOT NO.

 

PROJECT DESCRIPTION

 

Lot (7a)

 

Construction of Six (6) Classroom Block in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (7b)

 

Supply of School Instructional Material in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (7b)

 

Supply of Teachers’ Desks and Chairs to Various Schools in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (7d)

 

Supply of Benches for Pupils to various Schools in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (7e)

 

Supply of Chalk Boards to various Schools in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (7f)

 

Supply of Branded Exercise Books to various Schools in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State
Lot (7g)

 

Supply of Basic Text Books to various Schools in Ogbia, Ekeremor, Nembe and Kolokuma / Opokuma Local Governments Areas of Bayelsa State

Pre -Qualification

Prospective bidders are requested to submit the following pre-qualification documents as part of their tenders:

1.       Evidence of registration with Corporate Affairs Commission (CAC),                 including certificate of incorporation

2.       Evidence of registration with Bayelsa State MDGs-CGS

3.       Full details of Company profile with organogram with list of personnel indicating their roles in the company

4.       Tax certificate for the past three (3) years

5.       VAT certificate

6.       Any other relevant information that may enhance their chance in the tender

7.       Names, Address, email address, and Telephone contacts of representative(s) of the company

Collection of Bid Documents

Bid documents may be purchased at the Office of the SSA to the Governor on MDGs, Governor’s Office, 1st Floor, Secretariat Complex, Yenagoa for a non-refundable fee of Fifty Thousand Naira (N50,000.00), only. Interested bidders may obtain further information at the same address.

Submission of Bids

The Pre-qualification application and bid document properly filled shall be sealed in separate envelops and marked, “PRE-QUALIFICATION FOR and TENDER FOR” (indicating the Lot No.) at the top right hand corner of the envelops, respectively. Both are to be sealed in a bigger envelop addressed to; The Secretary, COS Projects Support Unit, Office of the SSA to the Governor on MDGs, Governor’s Office, Secretariat Complex, Yenagoa and delivered by hand to the above address on or before 12.00 noon prompt, on 24th June, 2013. Bidders are advised to note that incorrectly addressed or wrongly labeled tender and submission made after the deadline shall be rejected.

Bids Opening

Bids shall be opened on the 24th of June 2013 at the Conference Hall, Office of the Secretary to the State Government, 1st Floor, Secretariat Complex, Yenagoa, in the presence of bidders, invited media and officials of OSSAP-MDGs, Abuja.

Please Note

The MDGs – CGS Office will not enter into correspondence with any company or contractor on why a company was short listed or not short listed.

All cost incurred by respondent as a result of the Pre -Qualification and Tender invitation and any subsequent request for information shall be to the respondent account.

Signed:

The SSA to the Governor on MDGs, / Focal Person

Governor’s Office,

1st Floor, Secretariat Complex, Yenagoa.

For: MDGs Implementation Committee

Disclaimer

This advertisement of invitation to Pre-Qualification and Tender shall not be construed as commitment on the part of the Bayelsa State MDGs-CGS, nor shall it  entitle companies and individual make claims whatsoever and / or seek any of its partners by virtue of such company having responded to this advertisement.

Invitation to Submit Technical and Financial Bids at Presidential Committee on Flood Relief and Rehabilitation

Federal Republic of Nigeria

Presidential Committee on Flood Relief and Rehabilitation

Invitation to Submit Technical and Financial Bids

Introduction.

The Presidential Committee on Flood Relief and Rehabilitation was set up by the President of the Federal Republic of Nigeria to provide assistance and relief to victims of the flooding that affected residents in various parts of the country.

The Committee is desirous of executing several projects / programmes in line with its Terms of Reference (TOR) and therefore invites interested reputable and qualified companies (Manufacturers, Suppliers, Contractors, e.t.c.) to submit Technical and Financial Bids for the procurement and construction of the LOTS listed below in each of the following States Abia, Adamawa, Anambra, Bauchi, Bayelsa, Benue, Cross River, Delta. Edo, Imo, Jigawa, Kano, Kaduna, Katsina, Kebbi, Kogi, Kwara, Nasarawa, Niger, Plateau, Rivers, and Taraba States.

Scope of Work

Housing

Lot 1:         Construction of Units of 2-Bedroom flats in each of the 22 affected states Lot

Lot 2:         Construction of units of 3-Bedroom flats in each of the 22 affected states.

Community Centres

Lot 3:         Construction of Community centres in each of the 22 affected states.

Water Systems

Lot 4:         Procurement and installation of Mobile Solar Powered Packaged Water

Treatment   Plant

Lot 5:         Procurement and installation of Mobile Generator Powered Packaged

Water Treatment Plant

Lot 6:    Procurement and installation of Solar Powered Hand Pumps

Lot 7:   Rehabilitation of existing Boreholes

Requirements

To qualify for consideration, interested companies are required to supply the following under listed information/documents

  1. Receipt of Non-Refundable fee of fifty thousand naira (N50,000.00) per LOT.
  2. Certificate of Incorporation with the Corporate Affairs Commission (CAC)
  3. Current Tax Clearance certificate
  4. Evidence of VAT Registration & Remittances
  5. Evidence of Registration and remittance of employees contributory pension scheme
  6. Evidence of compliance with the provisions of the Industrial Training fund (Amendment) act, 2011.
  7. Evidence of Registration and current practice license with appropriate professional bodies.
  8. Last three years Audited financial results (Balance Sheet Profit & Loss)
  9. List of Project history (activity description, client, location, value, status, complete or ongoing)
  10. Details of Company profile, partnerships, organogram and curriculum vitae with evidence of qualification and experience of key personnel to be involved with the relevant projects where applicable.

Other Requirements

  1. Evidence of technical capability
  2. Verifiable list of similar jobs successfully executed in the last three (3) years including letter of award of contracts, project costs, job completion certificates and payments (please provide contact addresses of the clients who may be contacted for reference)
  3. Evidence of financial capability to execute the projects
  4. Company profile and Technical qualification / curriculum vitae of key personnel with evidence of experiences on similar jobs
  5. Submission of relevant Technical Specifications and detailed brochures of equipment being offered (where applicable)
  6. List of verifiable equipment indicating ownership or on lease (for construction works only)
  7. A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence
  8. A sworn Affidavit confirming that all information presented and attached are true and correct of the company

Bid Documents

Bid Documents can be obtained from the Secretariat, Presidential Committee on Flood Relief and Rehabilitation, at No.38, Jimmy Carter Street, Asokoro, Abuja upon receipt of Bank teller paid into Committee’s account as follows:

Account Name: Presidential Committee on Flood Relief and Rehabilitation (Operations)

Bank: Zenith Bank Plc.

Account No: 1013208733

Sort Code: 057080316

Bid documents should be obtained on or before (13th to 20th June, 2013)

Submission of Bids

Technical and Financial bids should be enclosed in a sealed tamper proof envelop indicating the LOT NUMBER at the Top Right Hand corner of the envelope and addressed to:

The Chairman,

Presidential Committee on Flood Relief and Rehabilitation

No. 38, Jimmy Carter Street, Asokoro, Abuja.

The documents should be deposited in the tender box at the office of the Secretariat, Presidential Committee on Flood Relief and Rehabilitation. Company names should also be written on the reverse side of the envelope.

Closing time for all submissions is 12 noon on Thursday 27th June, 2013.

Late submission shall not be entertained.

Opening

Opening of received bids will commence at 1:00pm on the same day (Thursday 27th June, 2013) at the Committee Secretariat. All bidders and / or their representatives and interested members of the public and civil societies are encouraged to attend the bid opening session.

Note:

  • Preference will be given to contractors from the affected States.
  • Selected bidders must provide bank guarantee as collateral before the award of contract.
  • All CAC, VAT, PENCOM, ITF and TAX Certificates may be referred to the security agencies, Corporate Affairs Commission and other relevant bodies for verification.

The Presidential Committee on Flood Relief and Rehabilitation reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

The Evaluation of the received documents shall be strictly based on the requirements specified above.

Prospective contractors should ensure they sign the register provided on submission of bid documents

This advertisement shall neither be construed as commitment on the part of the Presidential Committee on Flood Relief and Rehabilitation, nor shall it entitle any firm to make any claims whatsoever, and / or seek any indemnity from the Presidential Committee on Flood Relief and Rehabilitation by virtue of having responded to the advertisement.

All expenses incurred in preparing bid documents in response to this advertisement shall be borne by the prospective Contractors.

 

Signed

Secretary

Presidential Committee on Flood Relief and Rehabilitation

12th June, 2013