Invitation for Tender/ Evaluation of Contractors for the Year 2013 Capital Projects of the Hospital at University of Calabar Teaching Hospital

University of Calabar Teaching Hospital

P. M. B. 1278 Calabar, Nigeria

 

Invitation for Tender/ Evaluation of Contractors for the Year 2013 Capital Projects of the Hospital

 

A.      Introduction

The University of Calabar Teaching Hospital Calabar intends to execute the under listed projects under the years 2013 Capital Appropriation of the Hospital as follows:

1.       Procurement of 2 fully equipped ambulances.

2.       Provision of Additional Borehole with Storage tank.

3.      Construction of access Roads/Covered drainage and Car park phase II

4.      Construction of visitors Car Park.

5.       Purchase and Installation of digital X-Ray machine with accessories.

 

Tender Requirements

a.       Evidence of company registration with Corporate Affairs Commission

b.       Company Audited Account for the last 3years (2010-2012)

c.       Tax Clearance Certificate for the last 3years (2010-2012)

d.       VAT Certificate/Evidence of remittance to FIRS.

e.       Evidence of Pension and Social Security Contributions for Companies with 5 or more Permanent Staff.

f.       Evidence of financial Capability/Banking support.

g.       Company Profile including curriculum Vitae of key Personnel with evidence of their Registration with relevant professional Bodies

h.       Equipment and Technical Capability of the company for submissions in respect of construction projects.

i.        Verifiable list of similar executed projects (Please. Attach copies of award letters for on-going projects and completion certificates for completed projects.

j.      Any other information that may enhance the chances of the company.

 

C.     Submission of Tender Documents

Tenders documents to be evaluated should submit in separate sealed envelopes marked at the top left hand corner with the name of each project and addressed to:

 

The Chief Medical Director

University of Calabar Teaching Hospital, Calabar

P.M.B 1278, Calabar

 

To reach him on or before 12.00noon Monday 17th June 2013. Late Submissions will not be consumed under any circumstance.

 

D.      Public Opening of Submission

All Submissions received shall be publicly opened at 1.00pm on the closing date in the Board of Room of the Hospital. Contractors should be ready to produce original copies of the documents forwarded for Technical Evaluation if requested.

 

E.      Processing Fee

Interested companies are to pay a non-refundable processing fee of Thirty five Thousand Naira (N35,000.00) only. Payment should be made to UCTH Consultancy Account No:046140100215 (Enterprise Bank).

 

F.      Important Information

a.       The University of Calabar Teaching Hospital reserves the right not to accept the lowest bidder.

b.       The responsive bidder must fall within plus/minus 5°/0 of the project cost estimate.

c.       Technical Bids and Financial Bids are to be in Separate envelopes. Only technical bids shall be opened on the Bids opening Day. The date of Financial Bid and opening will be communicated to successful bidders.

 

Elder (Dr.) A. E. Archibong

For: Chief Medical Director

Re-Advertisement for Pre-Qualification and Tender at Millennium Development Goals-Conditional Grant Scheme

Nasarawa State

Millennium Development Goals-Conditional Grant Scheme

Office of the Senior Special Assistant to the Governor

 

Re-Advertisement for Pre-Qualification and Tender

 

Addendum: Compliance with the provisions of the Industrial Training Fund Amendment Act No. 19 of 2011 as it relate to Training Contributions

 

The attention of the public is hereby drawn to our publication dated 15th May, 2013 published on pages 54 and 41 of Daily Trust and Leadership newspapers respectively on the above caption that the following criteria is now included for all contractors to comply in line with the law:

 

A.      That Section 6 (1) – (3) of the Amended ITF Act No. 19 of 2011 stipulates as follows:

(i)     “Every employer having five (5) or more employees in his establishment, or having less than Five (5) employees but with a turnover of 50 million Naira and above per annum, shall in respect of each calendar year and, or the prescribed date, contribute to the Fund one per centum of his total annual payroll”.

(ii)     “Any supplier or contractor or consultant biding or soliciting contract(s), business(es), goods and services from any Federal Government Ministry, Department and Agency (MDAs) as well as commercial, industrial and private entities must fulfill statutory obligations of his employees with respect to payment of his Training Contribution”.

 

Consequently, we request all would-be contractors to take note of this development and respond in line with our earlier advert requirement while maintaining the closing deadline of 12 noon, 29th May, 2013.

 

Note: Bid opening date is now 1.00pm, 30th May, 2013.

 

Signed:

Dr. Salisu Mohammed Raj

Senior Special Assistant to the Governor on MDGs and Focal Person

Invitation for Submission of expressions of Interest, Pre-qualification, Technical and Financial Proposals for the Execution of some the 2013 Capital and Recurrent Projects at Standards Organization of Nigeria

Standards Organization of F Nigeria

Invitation for Submission of expressions of Interest, Pre-qualification, Technical and Financial Proposals for the Execution of some the 2013 Capital and Recurrent Projects

 

Introduction:

The Standards Organization of F Nigeria intends to undertake the procurement of the various goods, works and consultancy services under the 2013 capital and recurrent Budget. The Organization therefore invites interested and reputable contractors, suppliers and consultants with relevant and adequate contracting and professionals experience as well as good track record to submit documents necessary for consideration for the execution of the following projects:

 

Lot Description
1 Renovation/Reconstruction of the Old Chemistry Laboratory, Lekki
2 Renovation/Remodeling of the Electrical and Metrology Lab for Accreditation, Lekki
3 Supply and Installation of Metal Scanner Security Doors at the Lagos and Abuja office
4 Supply and Installation of wireless Intercom at the Abuja and Lagos Offices
5 Supply and Installation of Wooden Workstations at Lagos and Abuja and Apapa Operation Office

 

6 Renovation/Extension of Abuja Office Building and Surrounding;

 

7 Biannual Market Research on the Level of Substandard Products in Nigeria; And

 

8 Provision and Installation of Accounting Software

 

 

Requirements:

All prospective bidders are required to submit the following documents

  1. Name of company, registered address, name and telephone number of Chief Executive, email address of company and contact telephone numbers;
  2. Certificate of Incorporation/registration with CAC including particulars of Directors
  3. Evidence of certification or exemption from PENCOM in accordance with the PENCOM Act 2004 including evidence of remittances of employees’ pension contribution,
  4. Evidence of compliance with Industrial Training Fund (ITF) Amendment Act 2011
  5. Evidence of Technical capability for the works goods or services to be provided
  6. Tax clearance certificate for 2012,2011 and 2010 with TIN numbers at FIRS or State Government State Tax Office as applicable;
  7. Company audited accounts for 2012, 2011 and 2010
  8. Evidence of VAT registration and remittance
  9. Verifiable list of similar job successfully executed in Nigeria in the past 5 years including letters of award, completion certificates and payments. Please provide the names, address, telephones and email address of clients for verification as failure to do so may lead to lead to disqualification.
  10. Evidence of financial capability to execute the project
  11. Company profile and technical/ professional qualifications of key personnel
  12. A sworn affidavit that none of the Director has been convicted in any court of law of any criminal offence
  13. A sworn affidavit that all information submitted by way of documents are correct and verifiable by the Organization.

 

Submission of Document:

Interested contractors, supplier and consultants must submit one original and two copies of the prequalification document duly signed and enclosed in a sealed envelope indicating the lot number at the right hand corner of the envelop and addressed

 

The Director General,

Standards Organization of Nigeria (SON),

No.52.Lome Street,

Wuse Zone 7,

Abuja

Attention: HOD (Procurement)

 

The document must be deposited in the SON Tender Box at the Organization Office located at No. 52. Lome Street, Wuse, Abuja

 

The name of the Company should be written at the reverse side of the envelope, with contact telephone numbers and email address.

The closing date and time for the pre-qualification and expression of interest documents is at 12:00 noon on the 4th June, 2013. Please note that the expression of interest and pre-qualification documents will be publicly opened soon after 12:00 noon on the same date when submission will close.

 

Interested applicants may obtain further information at the address above from 9.00 am to 5.00 pm. Monday in through Friday (except public holidays). Applicants may also contact these officers:

 

Name: Banabas Jatau Tel 08159390715 E-mail: banabasjatau@ymail.com

OR

Name: Uchenna Mbakwe-Obi Tel. 07043371719

E-mail: uchennamegwa@yahoo.com

 

  • Only short-listed bidders will be contacted.
  • Proposal sent through email or fax will not be entertained.

 

Signed:

Management

Improving life through Standards

Invitation to Submit Expressions of Interest/Pre-Qualification at National Assembly

National Assembly

Invitation to Submit Expressions of Interest/Pre-Qualification

In compliance with the provisions of the Public Procurement Act, 2007, the Nations Assembly hereby invites competent Consultancy Firms (Consortium of Architects Civil/Structural Engineers, Mechanical Engineers, Electrical Engineers and Quantity Surveyors) to submit Expressions of interests (E. O. I)/Pre-Qualification Documents for the Design of the Proposed National Assembly Clinic;

 

2.       Pre-Qualification Requirements

The under listed documents are required to accompany the submissions by the firms:

i.        Evidence of Registration with CAC;

ii.       Evidence of tax Clearance Certificate for the past 3 years (2010 – 2012);

iii.      Evidence of VAT Registration and Remittance;

iv.      Evidence of Audited Account for the last 3years (2010 – 2012);

v.       Evidence of Financial and Technical capability;

vi.      Evidence of 5 -10 Relevant Professional Staff as highlighted above excluding Complementary/Auxiliary staff;

vii.     Evidence of Registration with Professional Bodies for Professional Staff

Members;

viii.    Evidence of 3 Recent Similar Projects Executed (Award letters and Job

Completion Certificates);

ix.      Existing Professional Liability Cover (Insurance); and.

x.       Detailed Skills, Interests, Experience and Values (SIEV) together with the

Standards, Approaches and Performances (SAP) Qualities to be brought into the project,

 

3.       Submission

i.        Interested Consultancy Firms are required to submit Expressions of Interest (EOI) with the afore-listed Pre-Qualification Requirements/Documents in Bound Volumes (15nos each) with Table of Content pages, clearly indicating what is attached and the appropriate pages. The envelope should be addressed to The Secretary, National Assembly Tenders Board and submitted not later than 12noon on Monday 24th June, 2013 in the Tender Box in the office of the Secretary Tenders Board (Room 1.297 Annex I, NASS Complex). Original Copies of the Documents submitted will be expected to be presented for sighting during the Opening Session to hold at 1:30pm on the same day at the Department of Procurement and Supplies Conference Room (1.270 Annex i. NASS Complex).

 

Please Note That:

i.        National Assembly reserves the right to reject any or all documents;

ii.       This invitation should not be considered as a commitment on the part of

National Assembly; and.

iii.      Only Pre-Qualified Firms will be invited to Tender.

Management

National Assembly

Thursday 23rd May, 2013

General Procurement Notice for 2013 Capital and Recurrent Project at National Inland Waterways Authority (NIWA)

National Inland Waterways Authority

 

General Procurement Notice for 2013 Capital and Recurrent

 

Introduction:

The National Inland Waterways Authority (NIWA) a Parastatal under the Federal Ministry of Transport with Headquarters at Lokoja, Kogi State intends to undertake the procurement of various projects under 2013 Capital and Recurrent Budget.

 

In  compliance  with  the   Public   Procurement Act  2007,  National  Inland  Waterways  wishes  to  put  on  alert  all   interested  and reputable Contractors/Suppliers/Consultants with relevant experience for consideration for the execution of the following projects:

 

1.       Construction/Rehabilitation of Buildings

2.       Purchase of Survey/Cartographic/River gauging Equipment

3.       Repair of NIWA Vessels

4.       Acquisition of ICT Equipment and Installation

5.       Computerization of Accounting System

6.       Community Awareness/Publicity for Dredging and Port Projects

7.       Reactivation of fire Fighting Equipment including procurement of water Tanker and Safety Equipment

8.       Community Based projects in Area offices

9.       Rehabilitation of Waterweeds/Hyacinth Floating Boom Barrier

10.     Floating Mobile Workshop

11.     Purchase and Installation of Generating sets and power Inverters

12.     Mapping of Navigational Routes

13.     Construction of Jetties/Ramps

14.     Procurement of Library Professional Books, Periodicals and Equipment

15.     Environmental Assessment, Mitigation etc

16.     Procurement of Stationeries and Stores-General

17.     Consultancy Services

18.     Sensitization and Enlightenment Programmes

19.     Legal and Other professional Services

20.     Maintenance Dredging of Waterways

21.     Purchase/Repairs of Furniture Equipment

 

The Procurement will be subjected to Due Process mechanisms and open to all eligible bidders. Subsequently within the year, Specific Procurement Notices for these procurements would be placed on the Notice Boards of the Authority and its Area offices, National Dailies and Federal Tenders Journal accordingly depending on their threshold as soon as the relevant solicitation/bidding documents are finalized.

 

Interested eligible bidders, who wish to participate in the bidding process are advised to be on the lookout for the subsequent Advertisements.

 

Please note that the entire document on Responsive Criteria such as Corporate Affairs Commission (CAC), Value Added Tax (VAT), and Pension Commission (PENCOM) and Tax certificate may be referred to the Security Agencies, Corporate Affairs Commission (CAC), Federal Inland Revenue Service (FIRS), National Pension Commission (NPC) and other relevant bodies for verification.

 

The Parastatals also reserves the right to invoke the provisions of Section 28 of the Public Procurement Act (PPA) 2007 without incurring any liability to the bidder.

Not later than 10th June, 2013

 

Signed:

Management