Pre-Qualification of Contractors for the Construction of Skills Acquisition Centre, Project at Iguelaba, Edo State at Ministry of Niger Delta Affairs

Ministry of Niger Delta Affairs

Federal Secretariat, Shehu Shagari Way, CBD Abuja.

 

Pre-Qualification of Contractors for the Construction of Skills Acquisition Centre, Project at Iguelaba, Edo State.

 

The Ministry of Niger Delta Affairs Intends to engage competent contractors for the execution of the Completion of Skills Acquisition Centre Project at Edo State.

 

2.0     Scope of Works

 

The Scope of works includes the following:

 

A.      Building Works

i.        Construction of Administrative Block

ii.       Construction of Conference/Exhibition Hall

iii.      Construction of Lecture Halls

iv.      Construction of Laboratory Complex

v.       Construction of Cafeteria Building

vi.      Construction of Library/ ICT Building

vii.     Construction of Technical Workshops

viii.    Construction of Staff Residences

ix       Construction of Students’ Hostel

x.       Construction of Clinic

xi.      Construction of Block of Classroom/Offices

 

B.      Civil Works

i.        Construction of Road Networks

ii.       Construction of Walkways/Pavement

iii.      Construction of Gate House/Fence

iv.      Construction of Drainages

v.       Construction of Sport Facilities; Football pitch, Volleyball Court, Basketball Court and Lawn Tennis Court

vi.      Construction of Swimming Pool/Dressing room

vii.     Construction of Indoor Sports Hall

 

C.      Services

i.        Provision of Independent; Water Reticulation, Borehole.

ii.       Construction of Generator House

iii.      Construction of Water Treatment Plant.

iv.      Electrification; Installation of Electric Transformers, Street Lighting.

v.       Telecommunication facilities

 

3.0     Location of the Project:

The project is located at Iguelaba in Orhionmwon Local Government Area of Edo State.

 

4.0     Requirements for Pre-qualifications:

Interested and Competent Contractors who wish to participate in the exercise are required to submit their Company’s profile which must include but not limited to the following documents:

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

ii.       Evidence of Current Tax Clearance Certificate

iii.     VAT Certificate

iv.     Current Company Audited Account for the past three (3) years with turn-over of N500M and above

v.       Detail Curriculum Vitae and profile of key Professional Staff

vi.      Evidence of previous experience in execution of works worth over One    Billion Naira and certificate of completion

vii.     Evidence of Financial capability and Banking support

ix.      Sworn Affidavit that the firm is not bankrupt and that none of the Directors is an ex-convict or bankrupt

x.       Clear indication of Head Office Address.

 

Note: The Ministry reserves the right to verify the authenticity of any claims made in the documents to be submitted.

 

5.0     Method of Application

The contract will be executed in strict adherence to all contractual terms in the signed agreement. All contractors who expressed interest will be required to submit their pre-qualification documents as well as the financial bids for the project in the separate envelopes and the two are enclosed in a bigger envelope and labeled at the back, the name of the project.

The contractors will be required to pay a financial bid fee of Two Hundred Thousand Naira only (N200,000) into the Ministry’s account as indicated below:

Bank Name: Zenith Bank Plc

Account No.: 60113700137

Account Name: MNDA.FGN Independent Revenue Account

The photocopy of the lender fees receipt should be submitted along in the sealed envelope.

 

6.0     Submission of Documents

The sealed documents should be submitted in the Tender Box located at the Ministry Conference room on the ground floor Phase 1. Federal Secretariat, Shehu Shagari way, Abuja. Submission should be made on or before 12 noon, 20th May. 2013. The bids will be opened on the same day at the Ministry’s conference room located on the ground floor by 1.00pm in the presence of Bidders or their representatives, Ministry officials and general public.

 

7.0     Enquiries

All enquiries on Technical issues should be directed to:

 

Director, Housing & Urban Development,

Ministry of Niger Delta Affairs,

6th Floor, Phase I, Federal Secretariat Complex,

Shehu Shagari Way, Abuja.

 

8.0     NB

Response to this advertisement shall not oblige the Ministry to consider any firm for qualification. All costs incurred as a result of response to this advertisement and any subsequent requests for information shall be borne by the responding Firm.

 

Furthermore, contractors must be people who will be adjudged capable of working in the Niger Delta region considering the challenges, sensitivities and peculiarities of that area.

 

Signed:

Permanent Secretary,

Ministry of Niger Delta Affairs

 

Invitation to Tender at National Broadcasting Commission

National Broadcasting Commission

Your right to quality broadcasting

 

National Broadcasting Commission (NBC)

 

Invitation to Tender

 

1.0     Introduction

As part of the execution of its 2013 capital appropriation, the National Broadcasting Commission Headquarters, Abuja intends to undertake the procurement of works in the lot listed below; interested contracting firms are hereby invited to submit bids for the following project.

 

2.0     Scope of Work

Reconstruction of NEC Benin Zonal Office The work comprise of the re-construction of the Benin Zonal office with all the necessary facilities to meet NBC standard. It also includes demolition and alteration of the existing building, Gatehouse and Generator House and Rehabilitation of the existing fence.

 

3.0     Location of Projects

NBC Benin Zonal Office, 12AAiguobasim win Crescent, off Ikpopan Road GRA, Benin City.

 

4.0     Requirements

Interested contracting firms are hereby required to submit their firms’ profile which must include but not limited to the following documents.

 

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

ii)     Evidence of current tax clearance certificate up to 2012.

iii)    VAT Certificate and Evidence of remittance to FIRS.

iv)    Specify the minimum turn over for the last three Years. Evidence of Pension Certificate with evidence of remittance.

v)     Evidence of Pension Certificate with evidence of remittance.

vi)    Details of staff strength including the curriculum vitae and profile.

vii)   Details of experience in jobs of similar nature and complexity undertaken in the last three (3) years.

viii)   List of equipment

ix)    Clear indication of Head office address.

x)     Audited accounts for the last three (3 (years up to 2012

xi)    Sworn affidavit that the firm is not bankrupt.

xii)   Sworn affidavit that none of the directors of the company is an ex-convict or bankrupt.

xiii)  Bid security in an amount no more than 2% of the bid price by way of a bank guarantee issued by a reputable bank acceptable to N BC.

xiv)   Evidence of Financial capacity and banking support (bank reference, recent statement of account).

xv)    That at anytime the Commission discovers that the information submitted   for pre-qualification is false, the Commission reserves the right to disqualify the company.

v)      Original documents mentioned in Paragraphs 4(i) and 4 (iii) above must be produced for citing at any requested before the completion of the procurement exercise.

 

5.0     Method of Application

All interested contractors will he required to submit detailed technical and Financial proposals in accordance with standard request for proposed submission along with their company profile. The Contractor is expected to pay a non-refundable financial bid fee of N20,000.00 only for each lot to the Commission using a bank draft addressed to the National Broadcasting Commission.

 

6.0     Collection of Bidding Documents

Bidding documents for the proposed job shall be collected at the Procurement Unit located at the National Broadcasting Commission Headquarters located at 20 Ibrahim Taiwo Road, Aso Villa, Asokoro Abuja.

 

7.0     Opening of Bids

Submission of bid documents shall take place at the Procurement in of the Commission and collection of bids shall end by 12:00noon Monday 27th May, 2013. Opening of bids shall take place immediate following the deadline stipulated for submission of bids in the NBC Board Room.

 

8.0     Submission of Tenders

The Technical and Financial Documents should be submitted in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” respectively, both put in a third sealed envelope marked “Technical and Financial Tender for Re-construction of NBC Benin Zonal Offices” which should be addressed to:

 

The Secretary

Tenders Board

Procurement Unit

National Broadcasting Commission

Plot 20, Ibrahim Taiwo Road

Asokoro District-Abuja

 

9.0     Additional Information

i.        Failure to satisfactorily meet the conditions in the tender document will result to invalidation of such tender.

ii.       Tender for the items should be in accordance with the detailed description in the price schedule.

iii.      NBC shall reserve the right to verify the authenticity of claims made by bidders and to disqualify any bid based on false or unverifiable claim or information.

iv.      NBC shall not be liable for any expenses incurred by prospective bidders in preparing the tender document.

v.       The NBC reserves the right to inspect or verify claims/information submitted as it deems necessary.

 

Similarly, the Commission in not bound to shortlist any bidder and reserves the right to annul the selection process when unforeseen and justifiable developments warrant such action, without incurring any liability and assigning reasons thereof.

 

SIGNED

Yomi Bolarinwa, FNSE

Director-General

Invitation for Contractors to Tender for the Supply and Installation of 500KVA Transformer to New Library Complex at Sheda-Abuja at The Nigerian Educational Research and Development Council (NERDC)

Nigeria Educational Research and Development Council (NERDC)

Km 35, Lokoja-Kaduna Road, Sheda-Abuja

 

Invitation for Contractors to Tender for the Supply and Installation of 500KVA Transformer to New Library Complex at Sheda-Abuja

 

The Nigerian Educational Research and Development Council (NERDC) Sheda, Abuja a parastatal under Federal Ministry of Education, hereby f invites interested, competent and reputable Contractors to submit tenders for the Supply and installation of 500KVA Transformer to the new Library Complex at Sheda-Abuja

 

Scope of Work

The scope of work includes but not limited to the following:

  • Supply and Installation of 500KVA Transformer
  • Connection of electricity to the new Library complex from the transformer using armoured cable

 

Pre-Qualifications Requirements

Interested Companies are invited to submit the following Pre-qualification documents.

  • Evidence of Incorporation with Corporate Affairs Commission.
  • Company Tax Clearance Certificate for the last three (3) years.
  • Evidence of Registration with Pension Commission and remittance made to date.
  • Audited Account of the Company for the last three (3) years.
  • Company Profile including plants, machinery, key personnel, their qualifications and experience.
  • Evidence of work experience in executing projects of similar nature within the last three (3) years with name of clients, evidence of award and completion certificates.

 

Collection of Bid Documents

Interested companies can obtain bid documents (drawings and Bill of Quantities) from the Office of the Director of Procurement and Corporate Services. Contractors are advised to inspect the site before tendering.

 

Submission Procedure

Interested Companies should submit pre-qualification documents in a sealed   envelope clearly marked with the inscription: “Pre-Qualification to Tender for Supply and Installation of 500KVA Transformer to the New Library Complex at Sheda-Abuja and the financial bid should be submitted in a different envelope clearly marked with the inscription: “Financial Bid for Supply and Installation of 500KVA Transformer to the New Library Complex at Sheda-Abuja. Both envelopes should be sealed in a bigger envelope marked “Supply and Installation of 500KVA Transformer to the New Library Complex at Sheda-Abuja and addressed to “The Executive Secretary, Nigerian Educational Research and Development Council, Km 35, Lokoja-Kaduna Road, Sheda- Abuja and dropped into relevant tender box at NERDC Headquarters, Sheda-Abuja not later than 3rd June 2013 and bid opening will take place immediately on same day at 12.30 p.m. in the NERDC Conference Centre, Sheda.

 

Signed

Director (Procurement and Corporate Services)

Executive Secretary

Invitation for Contractors to Tender for the Furnishing/ Equipping of the Research and Development Library Complex at Sheda-Abuja at The Nigerian Educational Research and Development Council (NERDC) Sheda, Abuja

Nigeria Educational Research and Development Council (NERDC)

Km 35, Lokoja-Kaduna Road, Sheda-Abuja

 

Invitation for Contractors to Tender for the Furnishing/ Equipping of the Research and Development Library Complex at Sheda-Abuja

 

The Nigerian Educational Research and Development Council (NERDC) Sheda, Abuja a parastatal under Federal Ministry of Education, hereby invites interested, competent and reputable Contractors to submits tender for the furnishing equipping of its research and development library situated in NERDC Sheda.

 

Scope of Work

The scope of work includes but not limited to the following:

Procurement and installation of the IT components

Procurement and installation of the furniture components

 

Pre-qualifications Requirements

Interested Companies are invited to submit the following Pre-qualification documents.

  • Evidence of incorporation with Corporate Affairs Commission.
  • Current Company Tax Clearance Certificate for the last three (3) years.
  • Evidence of Registration with Pension Commission and remittance made to date.
  • Company Profile including plants, machinery, key personnel, their qualifications and experience.
  • Audi ted Account of the Company for the last three (3) years.
  • Evidence of Financial Capabilities and Bank Reference.
  • Evidence of Compliance with 1TF 2011 (amended Act).
  • Evidence of work experience in executing projects of similar nature within the last three (3) years with name of clients, evidence of award and completion certificates.

 

 

Tendering Process

Interested companies can submit their quotations on the following items:

Lot 1

 

S/No. Item Description Quantity
1 Circulation desk Chrome and glass finish

 

6
2 Carrels 14” x 14” x 23” adjustable carrels

 

10
3 Steel Book Trucks Double layer steel book trucks 2

 

Lot 2

 

S/No. Item Description Quantity
1 Library Automation Software (CAL) Library Automation Software (CAL) + Training (4 staff) + dedicated server 1
2 Server ML 350 intel xeon server (145gb x 2,4gb RAM)

 

1
3 Workstation Win 7 pro(original copies) 500gb HDD,4GB RAM, 20” LCD

 

40
4 UPS 2.2Kva on-line rack UPS with 9 pin RS232 interface cable

 

1

 

Submission Procedure

Interested Companies should submit pre-qualification documents in a sealed envelope clearly marked with the inscription: “Prequalification to Tender for Purchase of Furniture for the Research and Development, Sheda-Abuja and the financial bid should be submitted in a different envelope clearly marked with the inscription: “Pre-qualification to Tender for Purchase of Furniture for the Research and Development, Sheda-Abuja. Both envelopes should be sealed in a bigger envelope marked “Furnishing the Research and Development Library Complex in Sheda” and addressed to “The Executive Secretary, Nigerian Educational Research and Development Council, Km 35, Lokoja-Kaduna Road, Sheda- Abuja and dropped into relevant tender box at NERDC Headquarters, Sheda-Abuja not later than 3rd June 2013. The tenders box will be closed for submission by 12 noon on the 3rd June, 2013 and bid opening will take place immediately on the same day in the NERDC conference center at Sheda.

 

Signed

Director Procurement & Corporate Services

For: Executive Secretary

Invitation for Expression of Interest (EOI) for the Non-Clinical Facility Management of Some Hospitals in the State at Oyo State Ministry of Health (OYSMOH)

Oyo State Government

Ministry of Health

 

Invitation for Expression of Interest (EOI) for the Non-Clinical Facility Management of Some Hospitals in the State

 

1.0     Background

The Oyo State Government (OYSG) as an integrated part of its transformation policy has embraced the Public Private Partnerships (PPP) model as a key strategy in the delivery of public infrastructure.

The Oyo State Ministry of Health (OYSMOH) plans to institute International best practices, thus wishes to embrace the culture of clinical facility management to ensure professional maintenance of some of its hospitals.

 

2.0     Objectives:

(i)      To provide the required facility management support to facilitate efficient delivery of the hospitals’ core function of providing health care to the citizenry.

(ii)     To attain clean, healthy hygienic and safe environment

(iii)    To attain stable power supply and proper maintenance and repairs of     electrical power supply equipment and facilities including generators.

(iv)    To attain me maintenance of the cleaning and laundry services.

(v)     To attain the maintenance and repairs of all assets including buildings and          equipments.

 

3.0     Scope of Work

The facilities proposed for management are:

  • Ring Road State Hospital, Ibadan
  • Adeoyo Maternity Hospital, Ibadan
  • Jericho Specialist Hospital, Ibadan
  • State Hospital, Oyo

 

The following will serve as guidelines describing the minimum maintenance services required of the service provider:

 

(i)      Site Maintenance and Repair

(ii)    Structural Maintenance and Repair

(iii)    Architectural Maintenance and Repair

(iv)   Electrical Maintenance and Repair

(v)    Pest Control and Fumigation

(vi)   Security Management

(vii)  Power Consumption

(viii) Sewage and Waste Management

(ix)   Laundry Services

 

4.0     Submission of Expression of Interest

The EOI document should include:

 

An original copy and five (5) other copies of Expression of Interest shall be delivered in a sealed envelope clearly marked “EOI PPP Non-Clinical/Facility

Management” and delivered to the address below not later than 5.00pm on 8th May 2013.

 

Directorate of Planning, Research and Statistics,

Oyo State Ministry of Health,

Agodi Secretariat,

Ibadan

 

It should be noted that this invitation does not constitute a commitment on the part of Oyo State Government and/or the Oyo State Ministry of Health to award the project to any consortia expressing interest Furthermore, the submission of documents shall not entitle any of the interested parties to any claims against OYSG and/OYSMOH by virtue of such consortia having responded to the EOI invitation.

 

All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for information shall be for respondents account only.

 

Dr. Muyiwa. Gbadegesin

Honourable Commissioner for Health