Invitation to Tender at Oyo State Universal Basic Education Board (Oyo SUBEB)

Oyo State Universal Basic Education Board

(Oyo Subeb)

P.M. B. 5150, Secretariat, Ibadan

E-Mail: chairman@oyosubeb.org

Invitation to Tender

The Oyo State Universal Basic Education Board (Oyo SUBEB) intends to apply the 2011 First – Fourth Quarters UBE Intervention Funds for the following facilities to be provided in the ECD, Primary and Junior Secondary School Sub-Sectors.

Applications are therefore invited from competent companies to bid for the various works.

Tender Qualification

Each tender should be accompanied with the following:

(a)     Evidence of Company’s Certificate of Registration with Corporate Affairs Commission (CAC).

(b)     Evidence of Company’s Registration with Oyo State Bureau of Public Procurement.

(c)      Evidence of verifiable previously executed jobs (Contractors with history of abandoned projects or poorly executed projects will not be considered.

(d)     Evidence of Registration of Business Premises with Oyo State Government.

(e)      Tax clearance certificate of at least 2 Directors (Limited Liability Companies) or the Propriety Terrazo r (Enterprise) for the last three (3) years.

(f)      Evidence of payment of Tender Fee for each LOT.

A.      LOT I – Infrastructure

(i)      Construction of 3-Classrooms block with Terrazo and Stucco longspan Aluminium roofing sheet in selected Public ECCDE and Primary Schools across the State.

(ii)     Construction of 3-Classrooms, Office, Store & Resource room block with, Terrasy and Stucco longspan Aluminium roofing sheet in selected Public Primary Schools across the State.

(iii)    Construction of’4-Classrooms blocks with Terrazo and Stucco longspan Aluminium roofing sheet in selected Public junior Secondary Schools across the State.

(iv)    Construction of 6-Classrooms block (storey building) with Terrazo and Stucco longspan Aluminium roofing sheet in selected Public Primary Schools across the State.

B.      Lot II-Infrastructure

Construction of 4 -Compartment toilet (W/C) in selected Public Primary Schools across the State.

C.      Lot III – Infrastructure

Sinking of deep well in selected Public Primary Schools across the State.

D.      Lot IV- Infrastructure

Supply of 2-Seater Pupils Desk and Benches, Teachers Table & 2 Chairs, Headteachers Table & 2 Chairs to selected Public Primary Schools and junior Secondary Schools across the State.

3.       Tender Modalities:

  • Tender documents and additional information may be collected from office of the Director, Planning, Research and Statistics Department.
  • Tenderers may tender for more than one LOT or LOT’s separately.
  • Tendering shall be by open tendering.
  • Tenderers should note that failure to include any of the required documents above renders the tender invalid for further consideration.

 

4.       Bid Submission:

All valid tenders should be submitted in 12” X 16” sealed envelope addressed to the Executive Chairman, Oyo State Universal Basic Education Board, Agodi, Ibadan with the LOT tendering for written on the right hand side of the envelope.

 

5.       Bid Opening

Bid shall be opened publicly at the expiration of Tender period on 4th June, 2013 at 12 Noon at the premises of Oyo State Universal Basic Education Board, Agodi, Ibadan. Bidders are advised to send representatives to the bidding exercise.

 

Note: Companies are advised to deal directly with OYO SUBEB Headquarters as no agent(s) or proxies have been appointed for this purpose. Any person or company who does contrary does so at his/her own risk.

 

Signed

Dr. Busari Adebisi

Executive Chairman

 

Invitation for Pre-Qualification of Contractors for Construction of College Registrar’s House at National Postgraduate Medical College of Nigeria

National Postgraduate Medical College of Nigeria

KM 26, Lagos -Badagry Expressway, Ijanikin

P.M.B. 2003, Ijanikin, Lagos

Tel: 01-8182614, 01-8970944, 01-8970925

 

Website: www.npmcn.edu.ng

E-mail: president@npmcn.edu.ng, registrar@npmcn.edu.ng

 

Invitation for Pre-Qualification of Contractors for Construction of College Registrar’s House

 

1.       Introduction

The Management of National Postgraduate Medical College of Nigeria, Ijanikin, Lagos hereby invites reputable and suitably qualified contractors for the construction of one (1) storey, four bedroom duplex with at its permanent site, Ijanikin, Lagos.

 

2.       Eligibility for Pre-Qualification

In order to be considered for pre-qualification, interested bidders must submit the following:

(i)                Certificate of registration with Corporate Affairs Commission (CAC)

(ii)             Evidence of current tax clearance

(iii)           Company Audited Account for the last three (3) years

(iv)           VAT registration and evidence of remittance

(v)             Evidence of experience with similar jobs in the last three years. This should include the scope, volume of work and the amount which should be verifiable,

(vi)           Certificate of completion of (v) above

(vii)        Evidence of financial capacity to handle the job and bank support,

(viii)      Company profile including name and technical qualification and experience (s) of key personnel.

 

3.       Submission   of   Pre-Qualification Documents

The completed pre-qualification documents should be enclosed in sealed envelopes and marked “Pre-qualification documents for the Construction of Registrar’s House “and addressed to:

 

The College Registrar

National Postgraduate Medical College of Nigeria

Km, 26, Lagos – Badagry Expressway, Ijanikin, Lagos

4.       The completed pre-qualification document should be submitted in Tender Box between 8:00an-4:00pm on working days in the office of the College Registrar, National postgraduate medical College of Nigeria, Ijanikin, Lagos Not later than

 

5. Note

(i)      This is NOT AN INVITATION TO TENDER

(ii)     Only pre-qualified companies/contractors will be contacted to submit financial bids (iii)   The College reserves the right to reject any or all pre qualification documents

 

The College Registrar

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

Federal College of Veterinary and Medical Laboratory Technology, Vom

fcvmlt@yahoo.com

 

Federal Ministry of Agriculture and Rural Development

 

(External/Internal Advertisement)

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.
  • Interested 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 on 1st July, 2013 in the presence of bidders/representatives in the College Auditorium 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

20/05/13

Invitation for Pre-Qualification at National Automotive Council

National Automotive Council

(Federal Ministry of Trade and Investment)

No. 23, Parakou Street, Wuse II,

P.M.B. 320, Garki,

Abuja, Nigeria

E-mail: contact@nac.gov.ng, www.nac.gov.ng

 

Invitation for Pre-Qualification

Procurement of Automotive Testing Laboratory Equipments

 

Applications are invited from competent, reputable and interested original equipment manufacturers (OEMs) or their representatives with relevant experience and good track records for pre-qualification to tender for the supply, installation and training for the equipment:

  1. Automotive Emission Testing Laboratory – Comprising of testing facilities for:
  • Emission, measurement on Vehicle & Engine as per ECE/SON standard.
  • Evaporative emission measurement facility for vehicles.
  1. Automotive Component testing Laboratory – Comprising of testing facilities for
  • Safety Critical components like Brakes, Safety Glasses, Lighting & Signaling System, Horns, Windscreen Wiping System, Automotive Lamps, Metallic Fuel Tanks, Speedometer, Rear View Mirror, External Projections, Tyres and Steering Mechanism.
  • Active & Passive Safety Components like Door Latches and Hinges, Seat, Seat Belts and Seat Belt Anchorages, Hydraulic Brake Hoses, Hydraulic Brake Fluid, Wheel Rims, Head Restraints, Emergency Doors and Door Fittings, Passenger Hand Holds for Motorcycles and Stands.
  • Other Safety Critical Components like Interior Fittings, Rear Under Run Protection Device, fuel Tanks (Metallic & Plastic), Lateral Protection (Goods Vehicle), Spray Suppression System (Heavy Duty Goods Vehicle), EMI/EMC, Noise, Installation Requirements for Lighting & Signaling Devices, Installation Requirements for Mirrors.

 

  1. Materials and Vehicle Evaluation Laboratory – Comprising of testing facilities for:
  • Metallic Components and Safety Glasses
  • Rubber and Plastic Components
  • Supporting Testing Facilities

 

Invitation

The Council hereby request OEMs or Agent in Nigeria to indicate their interest in participating in a pre-qualification exercise, following which, only those qualified original equipment manufacturers/representatives will be chosen and invited to competitively tender for the works.

 

 

Pre-Qualification Documents

Prospective original equipment manufacturers/representatives are requested to forward the following documents along with their application as minimum requirement:

 

  1.        i.            Evidence of Registration with Corporate Affairs Commission for Nigerian companies and equivalent Company Registering Bodies for foreign companies (In case of foreign, indicate whether there is a Nigeria office & location):
  2.      ii.            Tax Clearance Certificate for the last three (3) years;
  3.   iii.            Evidence(s) of compliance with the provisions of the Pension Reform Act 2004 for Nigerian companies;
  4.   iv.            Company’s Audited Account and Annual Turnover of similar business for the last three (3) years;
  5.      v.            VAT registration and evidence of past VAT remittances certificates for Nigerian companies;
  6.   vi.            Evidence of financial strength, credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required;
  7. Verifiable list of previous similar works successfully carried out within the last ten years with names of clients, evidence of award and practical completion certificates;
  8. Evidence of registration with relevant professional bodies; and (ix) Company profile and organisational structure, including names and brief resumes of key personnel.

 

 

Submission of Pre-Qualification Documents

The expression of interest should be submitted in sealed envelope clearly marked pre-qualification for “Procurement of Automotive Testing Laboratory Equipments” on the left hand corner and must be delivered to the address below not later than 3rd June, 2013.

 

The Director General,

National Automotive Council,

23, Parakou Street, Wuse II,

P.M.B. 320, Garki,

Abuja.

Request for Expression of Interest at Central Bank of Nigeria

Central Bank of Nigeria

Banker’s Committee

Shared I Infrastructure & IT Standards Programme Office

 

Request for Expression of Interest

 

Shared Backup Power Infrastructure Service Provision

 

 

1.       The Central Bank of Nigeria and the Bankers’ Committee have embarked on an Industry Infrastructure Transformation Programme for Nigeria’s Financial Services industry with the objective to address infrastructure inefficiencies and reduce the cost of financial services through collaboration of Money Deposit Banks.

 

2.       Backup power is essential to the delivery of financial services across the country as Banks rely on generators, UPS, inverters and other schemes to generate power for bank locations. The cost of the power infrastructure of Banks is high and is a significant component of their operating costs.

 

The Bankers’ Committee has indicated interest in shared backup power services that will provide backup power on a 24×7 basis to Banks operating within clusters at target locations across the country.

 

Accordingly, Expression of Interest is being sought from qualified and credible service providers that have the competence, experience and professional capacity to setup and provide backup power as a service to the dusters of bank branches at target locations through a fee-for-service arrangement.

 

3.       The scope of services and requirements include but may not be limited to:

  • 24/7 Clean Uninterrupted Power.
  • Metering at Individual Bank locations to capture consumption.
  • Back-up power for critical loads of the Banks (30% Max Load).
  • Capacity to accommodate growth and increased demand over the medium to long term (3 -5 years).

 

4.  Pre-qualified firms that meet stated qualification and eligibility criteria below will be issued with detailed RFP to advance to the next stage of the vendor evaluation process.

5. Interested Service Providers must provide verifiable information and evidence including:

5.1. Company Size. Organization and Location

5.1.1.          Company profile including type of company (i.e. limited liability, etc.), number of years in existence, ownership structure identifying the holding / parent company (if a subsidiary), information about partners (if a consortium), detailed listing of management team and key technical staff, locations of operations, registered address and other contact details.

 

5.1.2.           Incorporation with Corporate Affairs Commission (CAC).

5.1.3.          Audited financial statement for three (3) years of the firm and its consortium partners where relevant

5.1.4.          Tax payment for three (3) years.

5.1.5.          Evidence of partnership and local affiliation for international companies.

 

5.2.    Evidence of Technical Competence

5.2.1.          Credentials of three (3) power generating sites with similar scope and operations. At least one of these sites must generate a minimum of 3MW at a single location. Information about location, services provided and contact details (names and phone numbers) for the site should be provided.

 

 

5.2.2. Credentials of three (3) client organizations where similar services have been provided. Reference information should include the names and phone numbers of at least two individuals that can be contacted: a business representative and are representative from the unit that directly oversees the organization’s power services.

 

5.3.    Certification and Awards

5.3.1. Awards/certifications that are relevant to the services required.

 

6.       Responses must be delivered in 2 hard copies in separate sealed envelopes clearly marked “Confidential: Pre-Qualification for the Provision of Backup Power Services” to the address below and an electronic copy by email to ng.eoiresponse@accenture.com on or before 4.00pm on Friday May 31, 2013. Any response received after this date will not be entertained.

 

Address: Shared IT Infrastructure & IT Standards Programme Office, 17th

Floor, UBA House, Marina, Lagos

 

The Bankers’ Committee reserves the right to accept or reject any or all bids, to take exceptions to these specifications or to waive any formalities.