Invitation for Pre-qualification/Tender at Federal University Ndufu-Alike, Ikwo

Federal University Ndufu-Alike, Ikwo

(Funai) Ebonyi State

Invitation for Pre-qualification/Tender

 

Preamble

The Federal University Ndufu-Alike, Ikwo (FUNAI). Ebonyi State hereby invites interested, Competent and Reputable Contractors/Suppliers for the following TETFUND Intervention Grant projects:

 

LOT NO PROJECT DESCRIPTION
1 Supply , installation and commission of 1 No 500KVA, Sound Proof Generator with armoured cable, 800 Amps Change Over Switch and 800Amps Gear Switch
2 Supply, installation and commissioning of 1 No 250 KVA, Sound Proof Generator with armoured cable. 500Amps Change Over Switch 500Amps Gear Switch.
3 Construction of Basic Medical Science’s Complex
4. Construction of Blocks of two (2) bedroom terrace flats
5.

 

Rehabilitation of existing two (2) bedroom semi detached residential quarters.
6. Construction of Hostel Block for Female Students
7. Construction of Hostel Block for Male Students

 

1.       Pre-Qualification Requirements

a).      Evidence of registration with Corporate Affairs Commission (CAC);

b).     Company Audited Account for the last three years duly stamped;

c).      Evidence of Tax Clearance Certificate for last (3) years;

d).     Evidence of VAT certificate and VAT remittance to Federal Inland Revenue (FIRS);

e).      Evidence of having successfully carried out at least 4 similar projects within two (2) years or details of ongoing projects. (For Lots 1 and 2);

f).      Evidence of registration with National Pension Commission, in compliance with the provisions of section 16 (6Xd) of the Public Procurement Act 2007 as related to Pensions;

g). Company profile including

  • Populated organization structure and key professional staff;
  • Availability of requisite and appropriate skills among key staff and person to be engaged on the project,

f).      Evidence of compliance with the statutory provision of section 6( 1M3) of the Industrial Training Act, 201L

 

 

Submission of Pre-Qualification Documents

  1. Interested bodies are to submit pre-qualification documents in sealed envelopes appropriately marked “pre-qualification” with the company name indicated at the back of each envelope marked with the lot number at the top right hand comer and addressed to:

The Registrar,

Federal University

Ndufu-Alike, Ikwo

P.M.B. 1010, Abakaliki

Ebonyi State.

 

  1. All bids must be submitted on or before the 3rd June 2013 by 12noon and all tenders received shall be publicly opened by 1.00pm on the same day at the University main auditorium,

 

Bidders that have responded to earlier Adverts for these projects seed only supply additional documents as demanded.

 

Note:

That by the submission of the pre-qualification documents; The Federal University Nduru-Alike, Ikwo (FUNAI) is neither committed nor obliged to award any contract to any Contractor/Supplier.

 

That tins advertisement for invitation to pre-qualification shall not be considered as a commitment on the part of the institution nor shall entitle any Contractor/Supplier to make any claims whatsoever or seek any indemnity from the Federal University Ndufu-Alike Ikwo (FUNAI).

 

Signed,

G.O Chukwu

Registrar

Invitation to Tender for the Execution of 2013 Capital Projects at National Commission for Refugees, Migrants and Internally Displaced Persons

(The Presidency)

National Commission for Refugees, Migrants and Internally Displaced Persons

Federal Secretariat, Phase I, Abuja

Invitation to Tender for the Execution of 2013 Capital Projects

1. Introduction

The National Commission for Refugees Migrants and Internally Displaced Persons shall undertake the procurement of various Goods and Works under the 2013 Capital Budget.

In compliance with the Public Procurement Act 2007, the Commission therefore invites interested, competent and reputable Contractors and Suppliers with relevant experience and good track record to submit documents necessary for consideration for the execution of these projects.

Projects/ Programmes

Lot 1:          Internally Displaced Persons Resettlement, Reintegration, Durable Solution Programmes in six (6) geo-political zones.

Lot 2:          Migration, Establishment of Resource Centre including Furnishing and Equipping of the Centre.

Lot 3:          Provision of Project Vehicles and other Emergency Equipment.

Lot 4:          Supply of food items, drugs, shelter materials, household items, sanitary materials, fumigation /environmental control for Internally Displaced Persons (IDPs) location and other relief materials.

Lot 5:          Procurement of office equipment, furniture and Computers

Lot 6:          Renovation/Rehabilitation Works

Lot 7:          Construction works.

3.       Mandatory Requirements without Which a Bidder Shall Be Disqualified:

Prospective bidders are required to submit the following documents:

  1. Certificate of Incorporation/ Evidence of Registration with the Corporate Affairs Commission (CAC) and Articles of Memorandum of Association;
  2. Evidence of Certification /Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employees’ Pension Contributions/ Deductions;
  3. Evidence of Tax Clearance Certificates for the last three years, (2010, 2011 & 2012) corresponding to declared turnover;
  4. Evidence of VAT Registration with TIN No and past remittances for the last 3 years;
  5. Evidence of contribution/Remittance of 1 % of Annual Total Emolument accrued to members of staff of the company payable to ITF;

Other Requirements:

  1. Company Audited Accounts prepared by a reputable Chartered Accounting firm for the last three years (2010, 2011 & 2012) showing annual turnover;
  2. Evidence of Technical Capability and list of registered professionals for Construction/ Renovation works;
  3. Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, project costs, job completion certificates and payments (please provide contact addresses of the Clients who may be contracted for reference);
  4. Evidence of Financial Capability to execute the Projects (Bank Guarantees from reputable banks will form part of the evaluation criteria);
  5. Company Profile and Technical qualifications/Curriculum vitae of key personnel with evidence of experiences on similar jobs;
  6. A Sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence and
  7. A sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the Commission is a former or present Director, Shareholder or has any pecuniary interest in the bidder.

4.     Submission of Requirements:

i.        Interested contractors should submit their documents with a non refundable fee of N5, 000.00 (Five Thousand Naira) Bank Draft issued in favour of National Commission for Refugees, Migrants and Internally Displaced Persons.

ii.       The Documents should be enclosed in a sealed tamper proof envelope indicating the Lot at the Top Right Hand Corner of the Envelope and addressed to:

The Secretary,

Parastatal Tenders Board,

Federal Secretariat Complex,

 Phase 1, 2nd Floor (NCFRMI Board)

 

Room 3B 2.44, National Commission for Refugees Migrants Internally Displaced Persons, Abuja. iii. The documents should be deposited in the Tender Box at the Tender Secretariat, Room 3B 2.44, 2nd Floor, Federal Secretariat, Phase 1. Abuja. Company names should also be written at the reverse side of the envelope. Closing time for all submissions is on 24th June, 2013 at 12.00noon prompt. Late submissions shall not be entertained.

 

 

5.      Opening:

Opening of the received documents will commence at 1.00pm 24th June, 2013 at the Conference Room on the 2nd Floor, Conference Room (NCFRMI). All Bidders and/or their Representatives, Relevant Professional Bodies and NGOs are invited to witness the public opening exercise accordingly.

 

6.      Please Note That:

i.        All CAC, VAT, PENCOM, ITF and TAX Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for verification,

ii.       Only bidders successful at this stage will be invited for the next stage of the bidding process where applicable.

iii.      The National Commission for Refugees Migrants and Internally Displaced Persons reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

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

 

7.       Subsequently, within the year, Procurement Notice for contracts within the approval threshold of the Commission’s Accounting Officer will be placed on the Commission’s Notice Board for interested Contractors/Suppliers.

 

Arc. J.S Babalola

For: Honourable Federal Commissioner.

Invitation for Pre-qualification and Tender at Federal College of Veterinary & Medical Laboratory Technology, Vom

Federal College of Veterinary and Medical Laboratory Technology, VOM

 

Federal Ministry of Agriculture and Rural Development

 

Invitation for Pre-qualification and Tender

 

The Federal College of Veterinary & Medical Laboratory Technology, Vom hereby invite interested, registered reputable Contractors/Companies with professional experience in the execution of the under listed projects to submit Pre-qualification and financial bid document.

 

i.  Lot 01: MLT 2013 –   Supply and Installation of Equipment for Vocational Training in Laboratory Diagnosis of Bacterial, Parasitological, Chemical, Pathological Diseases/Infections.

 

ii. Lot 02: MLT 2013 –   Procurement of Chemicals/Reagents for Vocational Training in Laboratory Diagnosis of Histopathological, Viral Infections and Heamatological Disorders

 

Pre-qualification Requirements

Interested Contractors/Companies are required to submit the following documents in sequential order as listed bellow along with financial bid:-

  • Evidence of registration with the Corporate Affairs Commission (CAC).
  • Tax Clearance Certificates for 2010, 2011 and 2012 from the Federal Inland Revenue Service (FIRS).
  • Company’s Audited Account for 2010, 2011 and 2012.
  • Value Added Tax (VAT) Registration Certificate and evidence of VAT remittances in the last three years (2010, 2011 and 2012).
  • Verifiable evidences of past job experience of similar projects in the last five (5) years indicating the supply value and evidence of satisfactory supply e.g. letters of award, Job completion certificates etc.
  • Comprehensive company profile including technical qualification and experience of key personnel or professional staff and others.
  • Letter of Reference from a reputable Bank indicating evidence of accessibility to credit facilities or evidence of financial capability and banking support.(Please attach 2012 Company’s Bank statement).
  • Evidence of stock for supply of reagents/chemicals, laboratory equipment and glassware.
  • Evidence of strict compliance with the provisions of Section 16 (6) (d) of the Public Procurement Act (PPA) 2007 as they relate to PENCOM for registration and remittances of staff Pension contributions.
  • Evidence of compliance with the provisions of section 6 (1) of Industrial Training Fund (ITF) Act on 1% contribution of every employer having 5 or more employees in his establishment (Registration and remittances).
  • Name and phone number of contact person.

 

Financial Bid Requirement

  • The financial tender document must be submitted in duplicate copies.
  • Interest bidders are to collect Tender documents from the Procurement office on payment of a non-refundable Tender Fee of twenty thousand Naira (N20,000.00) per LOT. A copy of payment receipt Must be attached to each financial tender document.

 

Submission of Tender Documents

Completed Pre-qualification and financial bid documents must be in two (2) separate envelopes, each appropriately labeled and sealed and place the two (2) envelopes in a larger envelope for submission should be marked

 

“Tender 2013” FCVMLT, VOM at the top right hand corner indicating the Lot

Number and addressed to:

 

The Provost,

Federal College of Veterinary &

Medical Laboratory Technology,

P. M. B. 02, Vom,

Plateau State

 

The Tender Documents must be dropped into the big box in the Provost’s Office on or before 10:00 am Monday, 1st July, 2013.

 

Note:

A.      That the bids will be opened Monday, 1st July, 2013 in the presence of bidders/representatives in the College Auditorium on the same day (1st July, 2013) at 11:00 am prompt

B.      That this advert serves as an invitation to any interested NGO and members of the General Public who may wish to witness the opening exercise

C.      That late submission will be rejected.

D.      That the advertisement to tender for ‘Pre-qualification and tender’ shall not be a commitment on the part of the FCVMLT, Vom nor shall it entitle any person to make any claim whatsoever and or seek any indemnity from the College by virtue of such person having responded to this advertisement.

E.      That after the Pre-qualification and Tender exercise, only tenders from Pre-qualified Contractors for Contracts and Jobs will be used, and the College shall not enter into any correspondence with unsuccessful applicants.

 

Signed

Registrar

Fed. College of Vet. & Med. Lab. Tech. VOM

Addendum to Invitation to Participate in the Pre-Qualification/Tendering Exercise at National Teachers’ Institute Kaduna

Addendum to Invitation to Participate in the Pre-Qualification/Tendering Exercise

 

The National Teachers’ Institute Kaduna wishes to refer to its earlier publication in the Federal Tenders Journal and People’s Daily of Monday May 6, and Daily Independent of Tuesday May 7, 2013 on “Invitation to participate in the Pre-qualification/Tendering Exercise”.

 

In addition to the earlier requirements listed (i) to (xi), interested companies must also provide:

(xii)   Evidence of payment of Training Contributions to Industrial Training Fund (ITF) in line with Section 6(1)-(3) of the amended ITF Act No. 19 of 2011.

 

(xiii)            Evidence of Compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1 % of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.

 

Additional four (4) weeks from the date of this publication (making a total of six weeks from the date of earlier publication) is hereby granted for submission to allow for the companies to prepare bidding requirements based on this addendum.

 

Signed

Management

 

 

Invitation for Pre-qualification at Federal Neuropsychiatric Hospital Calabar

Federal Neuropsychiatric Hospital Calabar

P. M. B. 1052,123, Calabar Road, Calabar

Invitation for Pre-qualification

Introduction:

The Federal Neuropsychiatric Hospital, Calabar is inviting competent and reputable Contractors/Companies to submit pre-qualification documents as pre-requisite to tender for the underlisted jobs in the Hospital.

(i)      Renovation/Furnishing of Students’ Hostel

(ii)     Construction of 5 km Road with hot rolled asphalt and landscaping of the permanent site (Phase 1)

(iii)    Supply of Medical Equipment/Installation

(iv)    Supply of one No. Ambulance

Pre-Qualification Requirements

Application for pre-qualification should be accompanied with the following:

(i)      Evident of registration with Corporate Affairs Commission.

(ii)    Tax Clearance Certificate for the last three years (2010 – 2012).

(iii)   Evidence of previous experience on similar job(s).

(iv)   Detailed Company Profile.

(v)    Letter from the Company’s Bankers indicating the financial capacity of   the company to undertake the job, if awarded.

(vi)   Evidence of compliance with the amended ITF Act 2011.

(vii)  Evidence of Pension remittance and Social Security.

(viii) Evidence of VAT registration.

(ix)   Evidence of payment of a non-refundable fee of Fifty Thousand Naira (N50, 000.00) only for items i and ii and Thirty Thousand Naira (N30, 000.00) only for items iii and iv.

Failure to submit any of the listed documents will result in disqualification.

Submission of Pre-Qualification Documents

The Pre-qualification documents should be sealed in Six (6) envelopes marked on the left hand comer “Confidential” for the job, and addressed to:

The Medical Director

Federal Neuropsychiatric Hospital

P.M.B. 1052, Calabar

Your submission should reach the Medical Director Six (6) weeks from 20th May, 2013 and not later than 12.30 p.m. on 1st July,2013. Tenderers that would be pre-qualified and found capable of executing the works and supplies would be invited to collect full tender documents from the office of the Medical Director.

Signed:

Medical Director