Invitation to Tender for the Execution of Capital Projects in the Hospital at University of Benin Teaching Hospital

University of Benin Teaching Hospital

P. M. B. 1111, Benin City, Nigeria

 

Invitation to Tender for the Execution of Capital Projects in the Hospital

Interested Contractors are hereby invited to tender for execution of the following Capital Projects in the Hospital. The Specifications for these jobs are obtainable on request from the Office of the Asst. Director (Procurement).

 

Lot I:           Supply and Installation of 250K VA FG Wilson Perkins Generator Set

Lot II:         Contract for the Completion of Block of flat Block E

Lot III:        Supply and Installation of Neonatal Ventilators for SCBU.

Lot IV:        Construction of new Office complex for Obstetrics & Gynaecology Department

Lot V:         Supply of Dental Equipment -( Model AL398)

Lot VI:        Construction of new Office complex for Anesthesiology Department.

Lot VII:     Supply of Submersible pumps – 30HP Grundfos pumps complete with starter, Protective device and accessories from Messrs Eauxwell Nigeria Limited.

Lot VIII:     Supply and Installation of Analog X-Ray Machine (Prognost FS X-ray equipment with a mounted tubestand, horizontal X-ray bucky table etc- Make: Protec GmbH Medical -Made in Germany).

Lot IX:        Supply of 1 No. Toyota Avensis 2.0 Litres Fabric Seat Automatic, 6 Airbags Protector, CD Cassette Player A/C etc.

Lot X:         Supply of Paraffin Embedding Centre (Micro EC 350), with accessories

Lot XI:        Renovation of Quarter “A” 27.

Lot XII:       Supply and Installation of 150KVA FG Wilson Perkins, Sound Proof Type, water cooled, diesel, Generator set continuously rated at 415/240V, 50H3 3phase 1500/3000 RMP at 0.8PF with Basic electric key switch/ AMP Panel alternator type.

Lot XIII:     Supply and Installation of J4 (80-825-29) four section operation table with radio-translucent top complete standard leg section with 8cm mattress providing trendelenburg lateral tilt and break back movements. Make: Eschmann

Lot XIV:     Supply and Installation of VM 2800 Endoscope from AOHUA- VME 2800 image processor, XLS 150 Light source Xenon 150W, VME 925 Video Gastroscope 1050 x 9.2mm, VME Colonoscope 1650 x 12.8mm with Suction pump and Aohua endoscope software set.

Lot XV:      Supply of Dialysis Machines – Model DBB-05

Lot XVI:     Supply of Consumables for the Stem Cell Transplant Unit Quadruple blood bags with filters etc.

Lot XVII:   Supply and Installation of Adaltis fully Automated Immuno-Haematology Analyzer System Designed for Confirmation of: HBV, HCV, HIV, Syphilis etc.

Lot XVIII:   Supply and Installation of Ophthalmic Equipment – AAOM – Legend Truglow Operation Microscope FS-1 with Retinal Accessories:-

(a) BIOM for Retinal Surgery (b)    Re- Inventor (Image Inventor) (c) Laser Protective Lens

Lot XIX:      Supply and Installation of Ophthalmic Equipment :-

(a)  PachymeterSonomedPacScan300P.

(b)  Portable Handheld Binocular Slit Lamp (Appasamy)

(c)  Endolaser for Vitrectomy (Appasamy)

(d)  B Scan Ultrasound for Ophthalmology Sonomed B-532nm

Green Laser Console with 5500+ E-Z Scan with B-Probe     (Sonomed). Endolaser delivery.

(e)  Laser Indirect Ophthalmoscope (Appasamy)

(f)  Daithermy Machine Wet-field Cautery (Appasamy)

(g)  TURBO VIT VENTURI PHACO with 23

(h)  Pulse Air Non-Contact Tonometer (Kecler) Gauge Posterior Vitrectomy System (Touch Screen) Appasamy,

Lot XX:      Supply and Installation of Hospital Furniture – Hospital bed, Patient Dinning Table, Mattress and Lockers.

 

The following conditions must be fulfilled to qualify for consideration:

i.        Evidence of Incorporation/Registration with the Corporate Affairs Commission (CAC)

ii.       Tax Clearance Certificate for the last 3 years.

iii.      VAT Certificate.

iv.      Evidence of Registration with Pension Administrator.

v.       Audited Company/Accounts for the past 3 years.

vi.      Company Profile and office address

vii.     Evidence of similar jobs/assignments conducted by the company in the past.

viii.    Evidence from company’s Bankers as to its financial strength, credit-worthiness and solvency.

ix.      A Sworn Affidavit indicating that all document submitted arc genuine and verifiable.

 

Note:

A.      Supplier who wishes to tender for more than One Lot is required to pay the required amount of each tender.

b.       Interested Companies are to collect documents from the Procurement Division of the Hospital with the evidence of payment of the stipulated fee.

c.       The receipt of the non refundable tender fee of N5, 000.00 paid to Skye Bank Plc Account Number 1770413127, Must be presented to Procurement Division for the collection of Tender documents. Any tender document not duly collected from Procurement Division renders the bid submitted invalid.

d.       A copy of the receipt of the tender fees should be attached to the completed Tender documents and to be neatly bound and sealed with separate envelopes quoting the appropriate Project Name and Lot Number at top right hand corner of the Envelopes.

e.       The sealed envelope should be addressed to the Chief Medical Director, University of Benin Teaching Hospital P M B 1111, Benin City and dropped in the appropriate box in the office of the Chief Medical Director not later than 12.05pm on Friday 21st June 2013.

f.       All completed tender documents must be forwarded to the Chief Medical Director with a covering letter written on the Company’s letter head. Bidders are invited to attend or send their representatives to the bid opening meeting, as well as other NGO’s and Civil Society Groups on Friday June 21st 2013 by 12.05pm at the Hospital Board Room.

g.       The Hospital Management is not obliged to accept any lowest tender.

 

E. B. Koyenikan, Esq.

Director or Administration

For: Chief Medical Director

Invitation for Pre-Qualification to Tender for the 2013 Capital Appropriated Project at National Centre for Energy Research and Development

Energy Commission of Nigeria

National Centre for Energy Research and Development

University of Nigeria Nsukka

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

Introduction

The National Centre for Energy Research and Development hereby invites interested and credible companies with verifiable track record of performance to apply for pre-qualification for the various projects of the Centre for the 2013 fiscal year.

Scope

The scope of work includes:

Lot 1           Establishment of Energy Reference Library, Books, Journals and Specialized Softwares, Nsukka: to Achieve Effective Promotion and Coordination of Renewable Energy Research and Development Activity.

Lot 2           Landscaping, Fencing and Furnishing of Completed Administrative Block.

Lot 3           Acquisition of Research Equipment for PV& Solar Thermal (NCERD, Nsukka).

Lot 4           Completion and furnishing of Solar Photovoltaic Building.

Lot 5           Completion and furnishing of Solar Thermal Building.

Lot 6           Training Manpower Development on Energy Research and Development (Local and Foreign).

Lot 7           Survey of Energy Potentials and Utilization Pattern of South East and South South part of Nigeria.

Pre-Qualification Criteria

Interested companies should submit their detailed pre-qualification documents for assessment containing the underlisted documents:

i.        Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).

ii.       Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).

iii.      Evidence of Current tax Clearance Certificate i.e (2010, 2011 and 2012).

iv.      Evidence of VAT Certificate and VAT remittances to Federal Inland Revenue Services (FIRS).

v.       Company profile with list of staff, including curriculum vitae, competence, qualifications, registration with relevant professional bodied and experience of key personnel.

vi.      Evidence of previous similar projects undertaken in the past five (5) year including scope of project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation & certificate).

vii.     Evidence of possession of plants and equipment and a listing of such plants as possessed/owned by the firm. State location of the plants and equipment for ease of verification.

viii.    Evidence of Current Audited Accounts of Firm for the last three (3) years i.e (2010, 2011 and 2012).

ix.      Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the Center to verify same from the bank.

x.       Sworn affidavit that: (a) The Firm is not bankrupt; (b) Non of the Directors is an Ex-convict or bankrupt.

xi.      Articulate work plan and methodology for the execution of the project.

xii.     Evidence of Employees Retirement Savings Accounts (RSA) with a pension Fund Administrator.

xiii.    Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.

xiv.    Evidence of transferring all pension funds and assets prior to the commencement of the pension Reform Act licensed pension operators.

xv.     Please state clearly your company’s full contact address, GSM Phone number and e-mail address for ease of communication.

Submission

Pre-qualification document must be in a sealed envelope marked “Confidential Pre-Qualification for NCERD 2013 Capital Projects” and the Lot inerest clearly Printed at the top left corner of the envelop to be submitted on or before 28th May 2013. The document will be opened on the 29th May 2013 at 2.00pm prompt in the Centre Conference Hall. All companies that submit their pre-qualification documents are therefore invited to attend the opening of the document on the date, time and venue stated above.

 

Address to:

The Ag. Director

National Centre for Energy Research and Development

University of Nigeria

Nsukka

 

Note: The submission of the pre-qualification documents is not a guarantee for the award of contract. Only pre-qualified companies shall be invited pick the bid document.

 

Signed

Acting Director

National Centre for Energy R&D

University of Nigeria

Nsukka

Invitation to Tender at Notional Primary Health Care Development Agency (NPHCDA)

Notional Primary Health Care Development Agency

Plot 681/682 Port-Harcourt Crescent, Off Gimbiya Street, Area 11, Abuja

 

Invitation to Tender

A.         Introduction

The National Primary Health Care Development Agency (NPHCDA) is a Federal Government Agency in the Federal Ministry of Health responsible for development and strengthening of primary health care services nationwide.

In compliance with the Public Procurement Act 2007 as regards procurement of works, goods and services, NPHCDA invites interested and procurement of the following under listed for the 2013 appropriation.

 

Project Description

 

S/N Projects /Item Description

 

Lot No.

 

1 Construction of PHC Centres Nationwide

 

2013/1/1-173

 

2 Drilling of Borehole at proposed PHC Centres Nationwide

 

2013/2/1-71

 

3 Supply of Medical Equipment and Furniture to proposed PHC Centres Nationwide.

 

2013/3/1-71

 

4 Supply of Bask Drugs to proposed PHC Centres Nationwide.

 

2013/4/1-71

 

5 Supply of Medical Equipment to the existing PHC Centres.

 

2013/5/1-4

 

6 Supply of Bask Drugs to the existing PHC Centres.

 

2013/6/1-3

 

7 Supply of Hospital Ambulances.

 

2013/7/1-14

 

8 Printing of Data Management Tools (M&E)

 

2013/8

 

9 Printing of Data Management Tools (MNTE Campaign)

 

2013/9

 

10 Printing of Field Guides (Immunization)

 

2013/10

 

11 Printing of Vaccination Cards

 

2013/11

 

12 Printing of Micro Planning Tools Guide

 

2013/12

 

13 Printing of Registers (Immunization)

 

2013/13

 

14 Supply of 5ml Syringes

 

2013/14

 

15 Supply of 0.5m1 AD Syringes 23G Needle 2013/15

 

16 Supply of 0.05ml (BCG) Syringes

 

2013/16

 

17 Supply of 2ml Syringes

 

2013/17

 

18 Supply of Safety Boxes 2013/18

 

19 Supply & Installation of Incinerators

 

2013/19/1-73

 

20 Supply of Pen Markers

 

2013/20

 

21 Printing of Guidelines on Operatinalization of SPHCDA

 

2013/21

 

22 Purchase of Operation /Project Monitoring & Supervision/Evaluation vehicles

 

2013/22

 

23 Expression of Interest for the following

  1. Coverage Survey/KAP Study.
  2. Maintenance of Cold Stores. (2013/2014)
  3. Clearing and Forwarding Services for 2013/2014
  4. Haulage and Distribution Services for 2013/2014
  5. Consultancy Service for Supervision of Construction of PHC Centres and Borehole Nationwide.
  6. Engagement of Service of Security Outfit for 2014/2015.
  7. Engagement of Services of Cleaning Firm for 2014/2015.

 

2013/23/i-vii

 

C.      General Requirements

1.       Receipt of Non-Refundable fen Thousand Naira (N10, 000) Bank Draft processing fee, (photocopy)

2.       Certificate of Incorporation/Registration with Corporate Affairs Commission (CAC)……….. (Photocopy)

3.       Evidence of Tax Clearance Certificate for the last three years (2010, 2011, and 2012) corresponding to declared turnover……. (Photocopy)

4.       Evidence of VAT Registration with TIN No. And past remittance for last (3) years….. (Photocopy)

5.       Company Audited Account for the last three years (2010, 2011, and 2012) duly signed and stamped with a professional Accounting/Audit Firm showing annual turnover…….. . (Photocopies)

6.       Bid Bond/Tender Security for LOTs 14, 15, 16, 17 and 19

7.       Comprehensive Company Profile including list of names of key personnel to be involved in the project, stating their technical qualifications and experience on similar jobs.

8.       Bank Reference letter with evidence of Financial Capability or specific statement of financial support from a licensed commercial bank……….. (Original)

9.       Verifiable list of similar jobs successfully executed in the last three wars including letters of award of contracts, job completion certificates (please provide contact addresses of the clients for verification purposes………….. (Photocopies)

10.     Evidence of Certification/Exemption from PFNCOM in accordance with the Pension Reform Act, 2004, including remittances of employee’s pension contribution/deductions.

 

11.     Evidence of Technical Capability for Construction and Borehole (List of Equipment)

12.     Evidence of registration with relevant regulatory bodies such as (COREN, NSE, NIA etc) for LOTs 1, 2, 4 and 6

13.     Evidence of current registration with Pharmaceutical Society of Nigeria and NAFDAC for Supply of Drugs and Syringes.

14.     Evidence of registration with Council of Regulatory Freight Forwarders of Nigeria (CRFFN) for LOT 23

 

15.     Evidence of NPA Licence as Clearing Agent and Evidence of Nigeria Customs Services Clearing Licence for LOT 23

16.     A Sworn Affidavit that none of the Directors has been convicted in any criminal offence.

17.     A Sworn Affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the NPHCDA is a former or present director, shareholder or has any pecuniary interest in the bidder.

 

D.      Collection of Bid Documents

ALL interested bidders should collect bid documents from NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY, PROCUREMENT UNIT, ANNEX OFFICE, NO. 2 UKE STREET OFF AHMADU BELLO WAY GARKI, ABUJA upon presentation of a non-refundable fee of Ten Thousand Naira (N 10, 000.00) in certified Bank draft issued in favour of NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY. (PLS WRITE THE NAME OF YOUR ORGANISATION AT THE BACK OF THE DRAFT).

 

E.      Submission of Bid Documents

All bidders should submit their bids in sealed envelope clearly marked with the following details:

  • Relevant LOT NO
  • Name of company address, and valid contact phone number and addressed to:

The Executive Director/CEO,

National Primary Health Care

Development Agency,

Plot 681/682 Port-Harcourt Crescent, off Gimbiya Street,

Area 11, Abuja.

 

All completed sealed bids should be dropped in the tender box provided at the NPHCDA Procurement Unit, Annex Office Complex No. 2 Uke Street, off Ahmadu Bello Way, Garki-Abuja.

 

Closing date and time of submission of documents is 12Noon on Wednesday, 12th June 2013.

LATE SUBMISSION WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES.

 

Note: Bidder should ensure that they properly complete the Tender submission checklist with the procurement unit office.

 

F.      Opening of Tender

Opening of bids shall commence same day at 1.00pm on Wednesday, 12th June 2013 at the NPHCDA Headquarters Office, Plot 681/682 Port-Harcourt Crescent off Gimbiya Street Garki Area 11 Abuja. All Bidders and/or representatives, Relevant Professional Bodies and NGO’s are invited to witness the public opening exercise accordingly.

 

Note

1.       All CAC, VAT, TAX Certificates PENCOM may be referred to Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission, Security Agencies and other relevant bodies for VERIFICATION.

2.       The NPHCDA reserves the right to reject any document it considers to be of doubtful authenticity.

3.       The Evaluation of the received documents shall be strictly based on requirement as specified in the requirements above and the Bidding Document.

4.       Any bidder who fails to comply with the above stated instructions will automatically be disqualified

5.       This notice shall not be construed to be a commitment on the part of the agency to award ‘ any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the agency.

 

Note:

All Bidders/Contractors Should note that closing/opening date is 12 Noon l:00pm on Wednesday, 12th June 2013, NOT 12 Noon/I:00pm on Wednesday, 12th June 2012 as mistakenly put in some advert published in Vanguard, Daily trust of 15th May, 2013 and Punch of 16th May, 2813.

 

Signed

NPHCDA Management

 

 

Tender Opportunity TB-3127 Provision of Helicopter Services in OMLS at Addax Petroleum Development (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited

RC No. 333615

Tender Opportunity TB-3127 Provision of Helicopter Services in OMLS

123, 124, 126 & 137 for 2013 – 2018

1.       Introduction:

Addax Petroleum Development (Nigeria) Limited (hereinafter referred to as “APD(N)L”) invites interested and pre-qualified Contractors to respond to this tender opportunity for the provision of Helicopter Services at APD(N)L’s OML 123/124 and APE(N)L’s OML 126 /137 facilities, as detailed in item 2 below. The contract is proposed to commence in Q 3 of 2013 and continue for duration of five (5) years.

 

2.       Scope of Services Requirements:

This Scope of Services covers the provision of Helicopter Services associated with APD (N) L’s & APE (N) L’s onshore & offshore Operations in OMLs-123,124,126 & 137. The Services will be performed on APD(N)L’s & APE(N)L’s facilities.

As a minimum requirement, the selected Contractor shall have the necessary experience, capability and shall be fully responsible for the supply and performance of:

 

  • Four (4) brand new Instrument Flight Rules (IFR) equipped 12-seater, Sikorsky S76C++ or S76D type Helicopter not more than 3 years old, including all necessary personnel and where appropriate, supplementary duty crews, to properly operate, fly and maintain the Helicopters. All Flight Crew and Aircraft Engineers shall receive appropriate training within the life span of the contract as dictated by regulations of relevant statutory bodies.

 

  • Three machines will be on permanent & operating rate while the fourth machine will be on stand-by rate as a back-up within Company’s fleet

 

  • The Helicopters shall be equipped with Maximum Equipment as may be specified by Manufacturer based on below listed sub-heading:

 

A.      Engines Number & Type plus rating:

 

2 x Pratt and Whitney PT6-3B turbine each producing:

 

a.       Maximum Engine Power:

1,800shp

 

b.       Maximum Take-off Power:

1,400shp

 

c.       Maximum Speed (VNE):

140 KTAS

 

d.       Normal Cruise Speed:

115 KTAS

 

e.       Maximum Gross Weight:

5,397 kg/11,900 Ib

 

f.       Fuel Capacity: Standard

663 kg /1,462 Ib

Standard + Internal Aux Tank

1,002 kg/2,210 Ib

Standard + External Aux Tank

1,681 kg/2,516 Ib

(Long Range Tanks shall be made available)

 

g.       Two 200-channel Navigation receivers including Glideslope.

 

h.       Two HSI indicators with VOR and ILS presentation.

 

i.        Two Remote Gyro Compass Systems.

 

j.        Two Primary Attitude Indicators.

 

k.       Two Remote Vertical Gyro systems.

 

l.        One Standby Attitude Indicator.

 

m.      One VHP FM Transceiver

 

n.       One ATC Transponder with Mode C.

 

o.       One Combined Cockpit and Flight Data Recorder.

 

p.      One Global Positioning System.

 

q.       Surface Proximity Warning System or Altitude Voice Alerting Device (AVAD).

 

r.       Flight Following System – BlueSky Network or its equivalent.

 

s.                 TCAS or (Collision Avoidance System) -Skywatch.

 

C.      Special Equipment:

a.       Manufacturer approved Stabilisation System.

b.       Dual Pilot Controls and Dual Instrumentation.

c.       Pilot and Passenger Intercommunication System.

d.       Rotor Brake.

e.       Cabin Soundproofing System.

f.       Twin Landing Lamps; one fixed and one search.

g.       Protective Cabin Floorboards, securable.

h.       Fixed Fittings for Cargo Hook and Auxiliary Fuel Tanks.

i.        Altair – Engine Monitoring System.

j.        Flight Data Recorder (FOR) – Digital (1)

 

D.      Safety and Survival Equipment:

a.       Two quarter door Life Rafts, each capable of carrying all occupants in an overload condition and located for the safe evacuation from either side of the helicopter. Each Life Raft shall incorporate a Tropical Survival Pack.

b.       One Underwater Locater Beacon.

c.       Two Emergency Locator Beacons (one in each Life Raft).

d.       One impact-activated Emergency Locator Beacon.

e.       Lifejackets for all passengers.

f.       Crew Lifejackets equipped with Emergency Locator Survival Beacons and Transceivers.

g.       First Aid Kit.

h.       Two Fire Extinguishers.

i.        Emergency Flotation Kit.

j.        Hearing Protection for all passenger seats.

k.       Cabin Emergency Escape Hatch Lighting.

l.        Emergency jettison-able windows.

m.      Restraint Netting for Internal loads.

 

E.      Fuel system

F.      Weights & dimensions

G.      List of Cockpit Instruments plus display panel

H.               Payload/Range performance

 

3.       Mandatory Requirements:

31      To be eligible for this tender exercise, interested Tenderers are required to be pre-qualified in the Air Transport Services of Passengers and Freight (3.08.03) (Product/Service) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category will receive Invitation to Tender (ITT)

 

3.1.1. To determine if you are pre-qualified and view the product/services category you are listed for: You may visit NipeX NJQS Website at www.nipexng.com and access NJQS with your log in details, click on ‘continue Joint Qualification Scheme tool, click on ‘check my supplier status’ and thereafter click on’ supplier product group’.

 

3.1.2 If you are not listed in a product/service category that you are registered with at DPR to do business, you may contact NipeX’ office at 30, Oyinkan Abayomi Street, Ikoyi, Lagos, with your DPR certificate as evidence for necessary update.

 

3.1.3 To initiate the JQS Pre-qualification process, you may access www.nipexng.com  to download the requisite application form, make necessary payments and contact NipeX office for further action.

 

3.2.    To be eligible all Tenderers shall also be required to comply with the Nigerian Content requirements in the NipeX system.

 

4.       Nigerian Content Requirements:

Tenderers are to note that they will be requested during the technical tender to provide details of their relevant strategy to ensure that they fully company with the Nigerian Oil & Gas Industry Content Act, 2010 as provided at www.nigcontent.com , in view of the fact that non-compliance will constitute a fatal flaw in all contract evaluations.

 

In light of the above, Tenderers shall be expected by the Nigerian Content Development Monitoring Board (NCDMB) to:

 

  • Demonstrate that the entity proposed for execution of the service, is a Nigerian Registered Company, or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria

 

  • Furnish details of company ownership and share holding structure. With photocopies of its CAC Forms CO2 and Co7

 

  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work force are Nigerians. And also show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan with detailed description of the role, work scope, man-hours and responsibilities of all the Nigerian companies and personnel that will be involved in executing the work.

 

  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.

 

  • Provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

 

  • Provide detailed description of the location of in-country facilities (Equipment, storage, workshops, repair, maintenance and testing facilities

 

  • Provide detailed statement with evidence of how it intends to maximize the use of Nigerian made goods and services.

 

  • Provide details on any other Nigerian Content initiative the company is involved in.

 

  • Provide MOA with Oil and Gas trainers association (OGTAN) registered facility for both class room type (theoretical) and on the job training attachment for the duration of the project.

 

  • Provide evidence of a minimum of 50% equity ownership of equipment by Nigerian subsidiary.

 

  • Provide evidence of 50% Nigerian ownership of equipment and evidence of Nigerian Content Equipment Certificate (NCEC).

 

5.       Closing Date:

5.1.    This tender opportunity shall remain open in the NipeX System for fifteen (15) working days and shall close to interested Contractors by:12.00 Hours on 14th June 2013,

 

5.2.    Only Tenderers who are registered with NJQS under the applicable Product/category (3.08.03) as at June 14, 2013, being the advert closing date shall be invited to submit Technical Bids.

 

6.      Additional General Conditions:

Please note that all interested Contractors are required to strictly adhere to following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto, Contractors are required to be pre-qualified in NJQS under this specific Services category to be eligible to participate in this tender opportunity.

 

  • All costs incurred in preparing and processing NJQS pre-qualification and responding to this Tender Opportunity shall be to the Contractor’s own account.

 

This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle pre-qualified Contractors to make any claims whatsoever, and/or seek

  • Any indemnity from APE(N)L and/or any of its partners by virtue of such Contractors having been pre-qualified in NJQS.

 

  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified Contractors to submit their documentation in the following manner:-

(i) Pre-Qualified contractors in the relevant Product/Services category in NJQS      will be requested to submit their Technical Tenders.

(ii) Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

  • APD(N)L will communicate only with authorised officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

Please visit the NipeX portal at www.nipexng.com  for this Advert and other relevant information.

 

 

Invitation for Pre-Qualification to Tender for Universal Basic Education (UBE) 2013 Projects in Katsina State at Katsina State, Universal Basic Education Board

Katsina State Universal Basic

Education Board

 

P.M.B. 2174, Muhammadu Dikko Road, K.C.K. Compound, Katsina

 

Invitation for Pre-Qualification to Tender for Universal Basic Education (UBE) 2013 Projects in Katsina State

Katsina State, Universal Basic Education Board wishes to invite contractors to tender for Pre-Qualification registration for 2013 Universal Basic Education (UBE) Project in the State.

 

The Board desires that interested companies/Firms execute these projects for

Early Child Care Development (ECCDE), Primary and Junior Secondary School (JSS) components.

 

2.       Scope of the Projects;

LOT I.        Construction/Extension of storey-building on existing structure at;

(a)     Dutsi Model Primary School Dutsi LGEA.

(b)     ldris Girls Model Primary School Funtua LGEA.

(c)      Kofar Sauri Model Primary School Katsina LGEA.

(d)     Fago 1 Model Primary School Sandamu LGEA.

(e)      Kwangwalam Model Primary School Mai’adua LGEA.

 

LOT II.       Construction of a Block of 2 Classrooms, Office, Store and Toilets LOT III.           Construction of a Blocks of 3 Classrooms.

LOT IV.      Construction of a Blocks of 6,4 & 3 Cubicles V. I. P Toilets

LOT V.       Construction and Delivery of Pupil’s, Students and teachers’ furniture. LOT VI.           Procurement of ECCDE plastic Furniture.

LOT VII.     Construction, Procurement and installation of ECCDE games facilities (Games Village).

LOT VIII.   General rehabilitation of Primary schools’ structures.

 

3.       Pre-Qualification of Contractors

It is expected that the contractors are reputable and technically competent with verifiable track record on similar Projects.

All pre-qualification documents shall be subjected to strict technical evaluation, as such; interested contractors shall submit the following documents;

  1. Evidence of incorporation with CAC or Business name Registration
  2. Registration Certificate with Katsina State Tenders Board
  3. Certificate of Registration as Contractor with SUBEB Katsina
  4. Evidence of Tax Clearance for three years (2011/2012/2013)
  5. Evidence of Company’s Financial Capability.
  6. Evidence of Award and Completion of similar jobs in the past
  7. Company’s profile, experience and qualification of key Personnel.

 

4.       Submission Of Completed Pre-Qualification Documents

The pre-qualification documents MUST be submitted in sealed envelope (s) and clearly marked PRE-QUALIFICATION TO TENDER for each project in view as itemized in the (2) above and shall be addressed and delivered to;

The Executive Chairman,

State Universal Basic Education Board, Katsina

P.M.B. 2174,

Muhammadu Dikko Road, K.C.K. Compound, Katsina

 

Not later than 12:00 noon, on Thursday, 6th June, 2013. The documents will be opened by 12:30pm on the closing date at SUBEB, Katsina Conference Hall.

 

Please /VOTE that:

a)     The Board reserves the right to reject any pre-qualification package that does NOT fulfill the Board Guidelines.

b)    This pre-qualification shall NOT entitle any contractor any claim.

c)     Only successful contractors after pre-qualification will be contacted for tender.

d)    Companies are advised to deal directly with SUBEB as NO agent or proxies have been appointed for this purpose. Any company or person(s) that does contrary to the laid-down instructions does so at his/her own risk.

e)     Further clarification can be obtained from the Project Manager of the Board.

 

Signed:

KABIR UMAR SAULAWA

Public Relations Officer,

For: Executive Chairman.