Tender Notice at Ministry of Works and Transport, Oyo State

Oyo State Government

Ministry of Works and Transport,

Secretariat, Ibadan

The Ministry of Works and Transport, Oyo State invite reputable and proven Contractors to submit bid for the Installation of Solar-Powered Traffic Lights along the Dualized Agodi-Gate-UCH-Parliament Road Junctions:

(I)               Govt. House/NTA Road Junction

(II)            Total Garden

(III)         Parliament Road/Queen Elizabeth Road Junction

2.    Bid Requirements

Interested Contractors are to submit the following Documents:

(I)              Evidence of Registration with Oyo State Bureau of Public Procurement in Relevant Category.

(II)           Evidence of Company Registration with the Corporate Affairs Commission.

(III)        Evidence of Payment of Personal Income Tax by at Least Two (2) Directors of the Company (In Case Of Limited Liability Company) Or by Sole Proprietor in case of Enterprises Covering the Last 3 Years.

(IV)       Evidence of successful completion of Similar Projects in the Past (Letter of Award of Contract and Certificates of Completion),

(V)          Profile of the Company.

3.    Tender Fee

Interested Bidders are expected to pay a Non-Refundable Fee of Twenty-Five Thousand Naira (N25.000.00) only in favour of Oyo State Government 1st Bank Agodi Account Number 2012411197 (Sortcode011191814).

4.    Method of Application

(I)      Tender Documents can be obtained by interested Contractors from the Director, Mechanical and Electrical Department of The Ministry of Works and Transport between the Hours of 8:00 Am and 4:00 Pm.

(II)     Furthermore, submitted Bids must be made in English Language and pricing should be in Naira and Kobo.

5.       Completed Bids must be enclosed in wax sealed envelope clearly marked at the top left hand corner: Installation of solar-powered traffic lights at

(I)      Government House/NTA Road Junction,

(II)     Total Garden

(II)     Parliament Road/Queen Elizabeth Road Junction and addressed to:

Oyo State Tenders Board,

Cabinet and Special Services Department,

Office of the Executive Governor,

Secretariat,

Ibadan.

To reach him not later than Friday 24th May, 2013.

6.       Bids will be opened in the presence of the bidders or their representatives who choose to attend at the above address at 11:00 am prompt on Tuesday 28th May, 2013.

Signed:

Permanent Secretary

Ministry of Works and Transport

 

Invitation for Pre-Qualification to Tender at Federal University, Kashere

Federal University, Kashere

P.M.B 0182, Gombe State 2013 Projects

Invitation for Pre-Qualification to Tender

Federal University, Kashere, Gombe state hereby invites suitably qualified and interested contractors for pre-qualification to tender for the University’s 2013 Capital Projects in line with the Public Procurement Act, 2007.

Scope of Work:

S/N

 

Lot No.

 

Description of Projects

 

1 Lot 1 Construction and Furnishing of Language Laboratory

 

2 Lot 2

 

Construction and Furnishing of Student Hostel
3

 

Lot 3

 

Procurement and Installation of Office Furniture

 

4

 

Lot 4

 

Procurement of Computer and Equipment

 

3.       Pre Qualification Documents:

All interested and qualified contractors should submit the following documents/information for assessment and consideration:

  1. Evidence of registration of company with corporate affair commission
  2. Evidence of registration with PENCOM
  3. Evidence of registration with FIRS for VAT collection and TIN
  4. Evidence of similar job(s) executed in the last three (3) years
  5. Company’s audited account for the last three years
  6. Evidence of financial capability and possible bank support
  7. Tax clearance certificate for the last three years
  8. Comprehensive company profile and organizational structure
  9. Evidence of Equipment and Technology capacity
  10. Evidence of experience/technical qualification and experience of key personnel to be deployed on the project
  11. Sworn Affidavit indicating the authenticity of information provided to be true in every respect that the company is not in receivership and none of its directors were ever convicted of fraudulent activity

4.       Submission of Pre-Qualification Documents:

Bound Pre-qualification documents should be submitted in sealed envelope marked “Pre-qualification document for….” addressed to the Head of Procurement Unit, Federal University, Kashere, Gombe State.

5.      Opening of Pre-Qualification Documents:

Pre-qualification envelopes will be opened on the 27th of May 2013 by 12 noon at the University Conference room. All bidders or their representatives and NGOs are invited to witness the opening.

6.    Collection of Tender Document

Only pre-qualified contractors/suppliers shall be invited to send in their financial bids upon payment of non-refundable tender and processing fees of N100, 000 for lots 1 & 2, and N50, 000 for lots 3 & 4 respectively.

Please Note:

a.       All expenses incurred and associated with the preparation of the pre- qualification and tender documents shall be borne by the prospective contractor.

b.       The University reserves the right to reject any pre-qualification and tender submissions.

c.       Only contractors with responsive bids will be considered, all discounts should be clearly indicated in the bids.

d.       Successful contractors will be required to present original copies of their pre-qualification documents before award. They will also be required to submit one single account, bank name and sort code that will be used throughout the duration of the contract. A letter with also be required from the bank indicating that the account does not have any liability that can jeopardize the interest of the project.

e.       Nothing in this advertisement shall be construed to be a commitment on the part of FUK nor shall it entitle responding firms to seek any indemnity from FUK by virtue of the contractors having responded to the advertisement.

Signed:

Head of Procurement Unit

Federal University, Kashere

Public Notice at Abia State University

Abia State University

P. M. B. 2000

Uturu

Abia State, Nigeria

Website: www.abiastateuniversity.edu.ng

E-mail: absu_vc@abiastateuniversity.edu.ng

Phone: 08036811454; 08052610681

Public   Notice

  • Expression of Interest [EOI] for the Provision of Consultancy Services:
  • Pre-Qualification Of Contractors And
  • Call to Tender for Building Projects and other Jobs.

01.       Preamble

Abia State University desires to undertake The Construction/Procurement/Supply of the following buildings/facilities/services with the Tertiary Education Trust Fund (TETFUND) allocations to it. They include:

 

Lot No

 

Project/Service

 

Nature/Scope Of Work

 

Bid/Tender Fee Payable (N)

 

Lot 1. Provision of Consultancy services

 

Pre-and /or Post-Contract Consultancy

 

30,000
Lot 2.

 

Construction of an e-Library Building

 

A storey Building with Furniture

 

200,000
Lot 3 Construction of a Faculty of Law Complex

 

A two storey Building without Furniture

 

300,000
Lot 4.

 

Construction of a Faculty of Agriculture Block

 

A two storey Building without Furniture

 

250.000
Lot 5. Construction of a Department of Mathematics/ Statistics Building

 

A storey Building without Furniture

 

150,000
Lot 6. Construction of a Centre for Entrepreneurial Studies Building

 

A storey Building without furniture

 

150,000
Lot 7.

 

Procurement of Scientific Equipment For the faculty of Basic Medical Sciences

 

As specified in Manufacturer’s Catalogue/ Proforma Invoices

 

100,000
Lot 8. Supply of 2 No 18 Seater Air conditioned Hiace Buses

 

As specified in Manufacturer’s Catalogue Proforma Invoices

 

50,000
Lot 9. Supply of furniture For academic staff and student

 

As shown on sample photographs/ Sketches

 

50,000
Lot 10.

 

Procurement of Library Equipment

 

As specified in Manufacturer’s Catalogue Proforma Invoices

 

50,000

02.      Consultancy Service

Pre and Post-contract Consultancy Services would be required in the under-listed areas in order to ensure successful project execution.

a) Architectural Services

b) Structural Engineering Services

c) Electrical Engineering Services

d) Quantity Surveying Services

e) Mechanical Engineering Services

Reputable firms interested in rendering the needed consultancy services to the University in the above-listed areas are requested to send their Expression of interest (EOI) for that purpose.

03.     Pre-qualification  

Interested competent contractors, who wish to submit to the pre-qualification exercise and bid for any/all of the above-listed jobs, are to send the under-listed qualification requirements to the undersigned under one cover.

i.        Evidence of Registration with Corporate Affairs Commission

ii.       Evidence of Registration as a Contractor with Abia State Government

iii.      Evidence of Registration as a Contractor with Abia State University

iv.      Tax Clearance Certificate of the firm for the last three years

v.       VAT Certificate (if/where applicable)

vi.      Corporate profile of the Firm

vii.     Evidence of performance on similar projects with dates and contract award letters

viii.    Name and Address of Banker(s) including reference a letter from any of the Bankers

04.       Submission of Tenders/Bid Documents

Interested bidders are requested to obtain the bid documents from the Director of Physical Planning, Office of the Vice-Chancellor on payment of a non refundable Bid/Tender fee(s) as specified on the table above.

The Expression of Interest, Pre-Qualification and Project/Job Tender documents should be enclosed in separate envelopes clearly marked as appropriate and submitted to: Registrar/Secretary to Council Tenders Board on/before Friday, 31st May, 2013

O.E ONUOHA

Registrar/Secretary to Council Tenders Board

General Procurement Notice at The New Partnership for Africa’s Development (NEPAD Nigeria)

The New Partnership for Africa’s Development (NEPAD Nigeria)

NEPAD-N/Pro/2013/VOL.I  

General Procurement Notice

The New Partnership for Africa’s Development (NEPAD Nigeria) as part of its strategies towards the attainment of its vision and objectives, proposes to undertake the procurement of Goods, Works and Services in the FY-2013. The description of the programme of activities and the summary of scope of procurement are as follows:

A.      Recurrent: Goods

Lot 1:          Procurement of Stationeries

Lot 2:          Procurement of computer consumables

Lot 3:          Procurement of Library books

Lot 4:          Procurement of Security Uniforms

Lot 5:          Procurement of Plant/generator fuel

Lot 6:          Procurement of Motor vehicle fuel

B.      Recurrent: Small works

Lot1: Maintenance of motor vehicle

Lot 2:          Maintenance of office furniture

Lot 3:          Maintenance of office building

Lot 4:          Maintenance of office/ IT equipment

Lot 5:          Maintenance of plant/generators

Lot 6:          Printing of non security documents

Lot 7:          Printing of security documents

Lot8: Printing of SERVICOM Charter

Lot 9:          Printing of Second Country Review Report

C.      Capital: Works

Lot 1:          Purchase and installation of Power Generating set

Lot 2:          Purchase and installation of Security Equipment

Lot 3:          Purchase and installation of Elevator

D.      Consultancy/Other Services:

Lot 1:          Financial Consulting

Lot 2:          Legal Services

Lot 3:          Undertaking of Research work on APRM’s Democracy and Political Governance

Thematic Area for the Second Country Peer Review

Lot 4:          Undertaking of Research work on APRM’s Economic Governance

Thematic Area for the Second Country Peer Review

Lot 5:          Undertaking of Research work on APRM’s Corporate Governance

Thematic Area for the Second Country Peer Review

Lot 6:                    Undertaking of Research work on APRM’s Social Economic

Governance Thematic Area for the Second Country Peer Review

Lot 7:           Event Management (Trade Fair)

Lot 8:           Consultancy on Research Programme on Good Governance

Lot 9:           Consultancy on Monitoring and Evaluation

Lot 10:        Insurance of Office Building and Equipment

Lot 11:        Consultancy on Household Survey on APRM for the Second

Country Peer Review

The Procurements will be subjected to due process mechanism and open to all eligible bidders. Consequently, within the year, Specific Procurement Notices (SPN) for these procurements will be placed on the NEPAD Nigeria’s website and Notice Boards, National Dailies and the Federal Tenders Journal accordingly, depending on their thresholds as soon as the relevant solicitation/bidding documents are finalized.

Reputable firms interested in rendering services to NEPAD Nigeria Office in the above listed categories are requested to always check for the relevant advertisements.

NEPAD Nigeria reserves the right to invoke the provisions of Section 28 of the Public Procurement Act 2007 without incurring any liability to the bidders.

For further enquiries, please visit our website www.nepadaprm.gov.ng

Signed

The Special Adviser to the President on NEPAD,

The New Partnership for Africa’s Development (NEPAD Nigeria),

12, Faranah Street, Wuse Zone 2, Abuja

Website: www.nepadaprm.gov.ng

Invitation for pre-Qualification of Supplies for the Procurement of Drugs and Medical Supplies at Kaduna Store Drugs and Medical Supplies Management Agency (KDSDMSMA)

Kaduna State Government

Kaduna State Drugs and Medical Supplies Management Agency (KDSDMSMA) in collaboration with DFID funded PATHS2

Invitation for pre-Qualification of Supplies for the Procurement of Drugs and Medical Supplies

 The Kaduna Store Drugs and Medical Supplies Management Agency (KDSDMSMA), has the mandate to procure, store and distribute Medicines, Medical and Laboratory Supplies and other Medical consumables in Kaduna State. It was established through Kaduna State Law No. 5 of August 2008.

1.       Project Description

In line with its mandate, KDSDMSMA hereby invites interested, competent and reliable pharmaceutical manufacturers and distributors of Drugs and Medical Supplies, within Nigeria, for pre-qualification as its suppliers.

2.       Schedule of Requirements

Interested companies must submit the following documents:

i.        Certificate of Incorporation or Business name Registration with Corporate Affairs Commission (CAC) (including Article of Memorandum and Association)

ii.       Registration with Kaduna State Tender Board

iii.      A valid Pharmacists Council of Nigeria (PCN) registration of Premises or evidence of current registration (For Drugs suppliers only)

iv.      A Valid Pharmacist License to Practice or evidence of current registration (for Drugs suppliers only)

v.       Contact Address, including official Phone numbers and e-mail address

vi.      Evidence of Tax Clearance Certificate for the last three (3) years

vii.     Evidence of Company’s Audited Account for the last three (3) years

viii.    Evidence of financial capability and banking support

ix.      Experience/Technical Qualification and experience of key personnel

x.       Evidence of successful execution of similar projects in the State or anywhere within Nigeria (Copies of Award Letter and Completion Certificate)

xi.      VAT registration and evidence of past remittance (for Medical Supplies/ Hospital Consumables suppliers)

xii.     Each application shall be accompanied by a non-refundable fee of Twenty Thousand Naira(N20,000.00) only in form of bank draft in favour of, or payable to Kaduna State Drugs and Medical Supplies Management Agency on/or before Thursday, 30th of May, 2013 by 12.00 noon prompt.

xiii.    The submission and receipt (by the Agency) of the Prequalification Application Document will be closed on the Thursday, 30th May 2013 at 2.00pm prompt.

xiv.    The result of the prequalification exercise will be released on Tuesday, 11th June 2013 by 4.00pm. This will be displayed at the Agency’s notice board and through the applicants/companies e-mail addresses.

xv.     For further enquiries please contact, on/or before the above closing date, the address below.

3.       Submission of Documents

i.        No Electronic or postal delivery submission of application will be entertained.

ii.       For submission, the application, sealed in an envelope (15 Inches x 10 Inches) should be submitted to the following address:

The executive secretary,

Kaduna State Drugs and Medical Supplies Management Agency

No 2 United Textile Road, Opposite Nigerian Breweries Limited.

Makera-Kakuri, Kaduna,

Kaduna State

Email: kdsdmsa.org@gmail.com  

Telephone: 08095044516