Invitation Tender and Pre-Qualification (Addendum) at Federal Ministry of Education

Federal Ministry of Education

Federal Government College

Ikot-Ekpene

 

Invitation Tender and Pre-Qualification

Addendum:

 

This is to inform the general public that the Federal Government College, Ikot Ekpene advertisement in respect of its Capita/ projects tor the year 2013 has been reviewed as follows:

 

Construction:

(i)      Construction of 4 nos. science Laboratories, Furnishing and Equipping

(ii)     Construction of 2 nos. Hostel with Fans and Generator.

(iii)    Construction of 6 Blocks of 6 classroom each.

 

Pre-Qualification:

1.       Reputable and technically competent contractors with variable record of performance on similar jobs are hereby invited to apply. All application for pre-qualification must be in line with due process guidelines

(i)      Evidence of incorporate (CAC) certificate

(ii)     Evidence of tax clearance certificate for the last three years

(a)     Evidence of financial capability

(b)     Evidence of previous jobs experience

(c)      VAT Registration and remittances

(d)     Evidence of Pencom including evidence & remittances of employee pension contribution/deduction

(e)      Evidence of Registration/payment of training contribution in compliance with the statutory provision of the Industrial Training Fund (ITF) Act 2011 as amended.

(f)      Company audited account for three years (2010-2012).

(g)     Company’s profile including professional qualifications of key personnel to be used.

(h)     Any other relevant information that will be helpful in determining the Bidders suitability for the work.

 

Tender:
Consequently, pre-qualification contractor are to tender for the job itemized above.

Tender documents are available fee of Ten Thousand naira only (N10,000) not later than 8th May 2013. Payment must be in Bank draft in favour of the Principal,

Federal Government College, Ikot Ekpene,

Tender documents to be purchased include:

(i)      Building plan and structural designs

(ii)     Blank copy of bill of quantity

 

Submission of Completed Pre-Qualification/Tender Documents

The above document must be submitted in seated envelop clearly marked tender “pre-qualification to tender” and separate “tender document” for each job in view, as itemized above and shall be delivered to:

 

The Principal,

Federal Government College,

Ikot Ekpene-AKS.

 

Not later than 8th May 2013. The document shall be opened on 8th May 2013. In the college conference room, by 12.00 noon

 

Signed:

D.I.M.B.O

V.P. (Special Duties)

Invitation for Pre-Qualification for 2013 Capital Projects at Federal Medical Centre

Federal Medical Centre

P.M.B 1033, ASABA

 

Invitation for Pre-Qualification for 2013 Capital Projects

 

The Management of Federal Medical Centre, Asaba wishes to invite interested and reputable companies to be pre-qualified for the procurement of the under-listed medical equipment in the 2013 capital budget implementation.

 

S/N lot No. Various Medical Equipment Method of Procurement Processing Fee
1 lot 1
  1. Rotary Microtone (RTS-2125)
  2. Autocytospin 4 – Shandon with Accessories
  3. Histology microwave.
  4. Histology Float bath (Big)
  5. Multi headed microscope (for 5 viewers)

 

Direct from Manufacturer/Representative N10,000
2 Lot 2
  1. Fibre optic Head lamps (x2)
  2. Adenotonsillacctomy sets (x2)
  3. General ENT set (x2)
  4. Laryngoscopes – Various sizes
  5. Oesophagoscopes –Various sizes
  6. Long forcep
  7. Suction Nozzies

 

Direct from Manufacturer/Representative N10,000
3 Lot 3
  1. EEG Machine
  2. Spirometer with /without monitor
  3. Thoracotomy set
  4. Cricothyroidotomy set
  5. Tracheostomy set
  6. Sternotomy set
  7. Vascular clamps

 

Direct from Manufacturer/Representative N10,000
4 Lot 4
  1. Syringe pumps
  2. Infusion pumps
  3. Infant Incubators
  4. Nebulizers
  5. Transport Incubators
  6. Photo therapy sets
  7. Aponoca monitor
  8. Neo-natal Ventilators
  9. Neo-natal Resuscitaire.

 

Direct from Manufacturer/Representative N10,000
5 Lot 5
  1. Resuscitator valve Bag & mask (Adult)
  2. Resuscitator valve Bag & mask (Paediatric)
  3. Suction pump with catheter (manual)
  4. Venous Cut-Down set
  5. Amputation set
  6. Sterilizer
  7. Penlon Anaesthetic machine SP2
  8. Multi parameter monitor
  9. Suction machine
  10. Hydraulic operating table

 

Direct from Manufacturer/Representative N10,000
6 Lot 6 Automated Perimeter PTS 1000 with Accessories.

 

Direct from Manufacturer/Representative N10,000
7 Lot 7 Joint Replacement equipment (Hip & Knee)

 

Direct from Manufacturer/Representative N10,000
8 Lot 8
  1. 100ma Portable Mobile X-ray machine
  2. Portable Ultra Sound machine
  3. Automatic X-ray processor machine

 

Direct from Manufacturer/Representative N10,000
9 Lot 9
  1. ICU bed with mattress. (Electric)
  2. Stretchers with side rail
  3. Bedside lockers
  4. Hospital beds with mattresses
  5. Over bed tables
  6. Couch with side rails
  7. Patient trolley –Dressing
  8. Patient trolley – Food
  9. Patient trolley-Drugs
  10. Recovery Room bed (manual)

 

Direct from Manufacturer/Representative N10,000
10 Lot 10
  1. Dialysis machines

 

Direct from Manufacturer/Representative

 

N10,000
11 Lot 11
  1. Fibre Optic Otoscope
  2. Video otoscope
  3. Aerodigestive Endoscoy set
  4. Upper G.I.T. Endoscopy set

 

Direct from Manufacturer/Representative

 

N10,000

 

Pre-Qualification Requirement

Prospective Companies must be Original Manufacturers of the Medical Equipment or Representatives of Original Manufacturers of the Medical Equipment in line with the approved National Policy for Procurement of Medical Hospital Equipment for Tertiary Hospital published by the Bureau of Public Procurement in collaboration with the Federal Ministry of Health Abuja.

 

Interested Companies are to submit the following document in a sealed envelope.

(i)      Evidence of Registration or incorporation with the Corporate Affairs       Commission including form CO2 & CO7

(ii)    Company’s profile showing previous jobs executed with evidence of       completion certificates, and Names/ addresses of clients for which-jobs were     executed including phone numbers and e-mail for ease of verification

(iii)              Evidence of financial capability including the last 3 years audited financial accounts and Bank Statements for the last 6 months.

(iv)              Evidence of payment of Taxes for the past 3 years TCC and Evidence of Registration with PENCOM including certificate and Contribution on behalf of employees remittance to PFAs.

(v)               Evidence of compliance with Industrial Training fund Amendment Act 2011 Section 6 (1) – (3) in respect of employees training contribution.

(vi)   A Sworn Affidavit indicating that all documents submitted are genuine and verifiable.

(vii)  A Sworn Affidavit that none of the Directors have been convicted in any country for any criminal offence, including fraud or financial impropriety

(viii) A Sworn Affidavit indicating whether any officer of the Federal Medical Centre, Asaba or Federal Ministry of Health is a former Director, shareholder or have any pecuniary interest in their Company.

(ix)              Payment of N10,000 non-refundable pre-qualification processing fees.

(x)    All documents relevant for the consideration such as catalogue, brochures and detailed specifications of equipments must be submitted and the country of Origin of the equipment, including the Manufacturer’s addresses e-mails and phone numbers should be submitted.

 

Additional Information:

(a)     Contractors and Suppliers can indicate interest in more than one Lot and pay the required amount in each Lot tendered for.

(b)               Only pre-qualified contractors will be invited to submit financial bids subsequently. All medical equipment should he from USA, UK and Europe origin.

(c)      Invitation for pre-qualification shall not be construed as a commitment on the part of Federal Medical Centre, Asaba to award any form of contract to any company and shall not entitle any company to make claims or seek indemnity from the Centre for having responded to our advertisement. The Centre reserves the right to consider or not to consider any/ all of the documents received.

 

Submission of Pre-Qualification/Tender Documents

All Pre-qualification documents should be submitted in a sealed envelope properly marked showing the LOT Number and the company’s name on the reverse side and should be dropped inside the tender box at the Procurement / Planning Unit of the Hospital after registration of the name of the company and Phone Numbers with the Procurement Planning Officers.

 

All documents to be submitted should be bound and submitted on or before Monday 6th June 2013 by 12 noon. Representatives of companies may attend the opening ceremony at the Federal Medical Centre, Asaba Board room, on the 6th June 2013, please.

 

O.A. Farombi

Deputy Director of Administration

For: Medical Director/Chief Executive

Invitation for Expression of Interest (EOI) For Public Private Partnerships in Proving Diagnostic Services at Oyo State Ministry of Health (OYSMOH)

Oyo State Government

Ministry of Health

 Invitation for Expression of Interest (EOI) For Public Private Partnerships in Proving Diagnostic Services

 1.0        Background

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

The Oyo State Ministry of Health (OYSMOH) on behalf of the Oyo State Government hereby invites EOI submissions from interested parties for providing Specialized Clinical Services

The Oyo State Ministry of Health plans to institute best practice in specialized clinical Services through a Build Operate Transfer (BOT) agreement and give preference to proposals that demonstrate exceptional value for money and technological innovation.

2.0        Project Scope

The center will among other things carry out the following diagnostic services, but not limited to:

(i)           Bio-Chemistry

(ii)          Hematology

(iii)         Clinical Pathology

(iv)         Radiological Investigation

  • MR1
  • CT-Scan
  • Mammography
  • X-Ray/Digital Tray
  • Ultra Sound

(v)             Cardiological Investigation

3.0        Requirements from Interested Parties

In order to be pre –qualified, the prospective consortia must possess the requisite capabilities and relevant experience in the management of Diagnostic Service. They are required to submit comprehensive technical and financial information as follows:

Legal Status and Profile

  • Full name of company and contact person, postal address, telephone/fax numbers, and e-mail addresses.
  • Ownership structure including name(s) of shareholders and Percentage shareholdings.
  • Company registration including Certificate of Incorporation, Certified true copies of Memorandum and Articles of Association and CAC Form C07, Registration with the Oyo State Bureau of Public Procurement

3.2     Relevant Experience

Provide evidence of previous experience in carrying out similar projects in the management of Diagnostic Services, including the following details:

  • Name of Project
  • Brief description
  • Clients
  • Scope of Work
  • Contractual period
  • Nature of Contract (PPP, lump sum etc.)
  • Name and address of a Referee in client’s Company.

3.3.    Safety, Health and Environment (She) Statement

Provide SHE Policy and evidence of Management’s commitment to the policy:

3.4     Quality Assurance and Quality Control (QA/QC)

  • Provide Quality Assurance and Quality Control Policy and Plan along with ISO Certificate (if available)

3.5     Financial Capability

Provide the following information:

  • Most recent 3-Years Audited Financial Statements and latest Management Accounts.
  • Evidence of available financing and/or Access to credit line for the project,

1.0    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 Diagnostic Services” and delivered to the address below not later than 5.00 pm not later than 8th May, 2013.

Attention:

Directorate of Planning, Research and Statistics,

Oyo State Ministry of Health,

Agodi, 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/or 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 request for information shall be for respondent’s account only.

Dr. Muyiwa Gbadegesin

Honourable Commissioner for Health

 

Invitation for Pre-Qualification and Tender Notice For the Year 2013 Capital Projects at Federal College of Education (Technical)

Federal College of Education (Technical)

Akoka, Lagos

Invitation for Pre-Qualification and Tender Notice For the Year 2013 Capital Projects

1.0.         The Management and Governing Council of the Federal College of Education (Technical) Akoka, Lagos, hereby invite reputable and interested Contractors to submit pre-qualification documents for the underlisted Capital Projects for the year 2013.

Lot No.

 

Project Description

 

Non-Nonrefundable         Tender Fees
1.

 

Furnishing of offices N10,000.00
2. Provision of Solar Power for Classrooms N20,000.00
3. Rehabilitation of Building (School of Education Complex N10,000.00
4. Rehabilitation of Building (Staff Office Block) N10,000.00
5. Extension of campus Road Network N10,000.00
6. Environmental protection N10, 000.00

1.0     Pre-Qualification Documents

  1.  Certificate of Incorporation
  2.  Current Tex Clearance Certificate for 3 Years
  3.  Verifiable evidence of past/present Clients
  4.  VAT Registration and evidence of past remittances
  5. Verifiable evidence from the Company/Firm’s bankers as to its financial capacity to undertake this project
  6.  A comprehensive Company profile
  7. Company Audited account for 3 Years (2010-2012)
  8. Evidence of Registration and Remittance of contributory pension fund as provided in Section 16, Sub Section 6(d) of the Procurement Act 2007
  9.  Sworn Affidavit that no officer of the Federal College of Education (Tech.) Akoka is a former or present Director, Shareholder or has any interest in the Company.

2.0     Tender

i.        Collection of Tenders Document: All interested bidders are requested to collect Tender Document from the office of DIRECTION OF WORKS, Federal College of Education (Technical) Akoka upon the payment of appropriate and non-refundable tender fee in cash to the Bursary Unit of the College as from the date of this publication. The photocopy of the receipt obtained shall accompany the financial bid at the time of submission.

ii.       Submission of Tender Document: Bidders are required to submit their Technical bid (pre-qualification Documents) and financial bid (tender) at the same time but in different envelopes appropriately marked (Financial/Technical), addressed to the Registrar, Federal College of Education, (Technical), Akoka and same deposited in a Tender Box in the office of the REGISTRAR.

Note that the submission of bidding documents shall close by 4.00pm 20th May, 2013.

iii.      Opening of Bid: Collection and submission of bid documents shall close by 4.00pm of 27th May, 2013 and opening of Pre-qualification bid shall take place same day in the Council Chamber of the College.

The Financial bids of Pre-qualified Contractors shall be opened on Monday, 27th May, 2013 at 2.00pm. Company representatives are advised to be present at the openings.

Signed:

H.O. Otoighile

Registrar

Invitation for Reputable Transaction Advisors To Bid For Transaction Advisory Services To The Nigerian Railway Corporation (NRC) On Public Private Partnership With Logistics Service Providers at Railway Property Management Company Limited.

Railway Property Management Company Limited.

 Invitation for Reputable Transaction Advisors To Bid For Transaction Advisory Services To The Nigerian Railway Corporation (NRC) On Public Private Partnership With Logistics Service Providers

1.0 Introduction

In furtherance to the Federal Government of Nigeria (FGN)’s efforts to revitalise and modernise the Nigerian Railway System, the Nigerian Railway Corporation (NRC) aims to enhance capability and quality of its services along the narrow gauge (1067mm) rail network through active Partnership with Logistics Service Providers in line with Infrastructure Concession Regulatory Commission (ICRC) Act 2005 and the National Policy on Public Private Partnership (PPP) in the following potential service areas.

  • Design, Build, Maintain, Operate, and Transfer (DBMOT) of Warehousing to provide suitable, safe and secure storage space for goods
  • Finance, Supply, and Operate modern facilities and provide services for loading and offloading of goods
  • Finance, Supply, and jointly manage with NRC, railway coaches to enhance passenger carriage capacity
  • Finance, Supply, and jointly manage with NRC, railway wagons to enhance freight haulage capacity

To this end, the Railway Property Management Company Limited (RPMCL) on behalf of the NRC wishes to invite competent and reputable Transaction Advisors to bid for Transaction Advisory Services to the NRC on Public Private Partnership with Logistics Service Providers.

2.0     Outline Terms of Reference

The Transaction Advisor is expected to provide the services outlined below. Detailed description of the Terms of Reference is to be collected on Payment of the non-refundable bidding fee at the address mentioned in Section 6.0

a)       Review and upgrade Logistics Service requirements, Rolling Stock demand projections together with the underlying assumptions relating to railway infrastructure and traffic demand projections, and other relevant reports to formulate an Outline Business Case (OBC).

b)      Project Development and PPP Transaction Structuring taking into cognizance the relevant Government policies and plans.

c)       Develop the Project Delivery Plan

d)      Financial Analysis and Modelling

e)       Development of Business Plans

f)       Risk Assessment

g)       Development of a Sustainable Funding Plan

h)      Assistance in designing and implementing the procurement and evaluation process for selection of Logistics Service Providers,

i)       Review, evaluate, and advise on bidders’ Technical and Financial proposals including pricing models and proposed implementation methodologies,

j)       Advise the NRC on both local and international law compliance issues with respect to the transaction especially compliance with the ICRC Act of 2005 and the National Policy Public Private Partnership (PPP)

k)      Preparation of Information Memorandum and tender documentation including Concession Agreements

1)      Provide the requisite Technical and Financial expertise required to assist NRC in negotiating with prospective partners up to achievement of Contract and Financial Closure.

m)     Overall Management of the advisory team and other stakeholder inputs to ensure a successful transaction

The Transaction Adviser may consist of a single firm or a consortium of firms with the financial, legal, technical, PPP, and other specialist expertise required to successfully bring the transaction to financial closure. In the case of a consortium, the consortium members must jointly submit the required information and must also clearly identify one of the firms comprising the consortium as the lead Transaction Adviser. The lead Transaction Adviser will have primary responsibility for liaising with NRC Project Delivery Team and for managing the consortium’s advisory inputs as a whole. Firms comprising the consortium with specialized expertise in the finance, legal, and technical fields should be identified respectively, as the Finance Transaction Adviser, Legal Transaction Adviser, or Technical Transaction Adviser, as the case may be. International Consultants are encouraged to form partnerships with reputable and accredited Nigerian consulting firms.

3.0     Deliverables

The expected deliverables for this work are as indicated in Section 2 above together with requisite reports at key stages of the transaction process as required to secure client’s approval to proceed to the next stage.

 4 0     Bidding Criteria

Interested reputable bidders are required to submit Technical and Financial Bids in strict compliance with the under-listed Documents. .Failure to provide any of the under-listed documents may be a sufficient ground for disqualification. The Transaction Advisor will be selected in accordance with the relevant procedures set out in the Bureau of Public Procurement (BPP) guidelines for selection of consultants.

4.1 Technical

i.        Certificate of Incorporation

ii.       Certificate of Value added Tax

iii.      Evidence of Tax Clearance Certificate for the past Three years for Nigerian firms

iv.      Verifiable Evidence of compliance with Industrial Training Fund Act 2011 (If applicable)

v.       Verifiable evidence of compliance with the Pensions Reforms Act 2004 (If applicable)

vi.      Profile of the firm / consortium and role of each corporate entity including CVs and evidence of professional qualifications of key staff to be deployed on the project

vii.     Verifiable detail of experience of supporting PPP Transactions in the Transport Industry.

viii.    Relevant experience in the Railway Sector (including technical competence)

ix.      Proposed Methodology for executing the assignment

x.       Proposed timelines

4.2         Financial

The Corporation wishes to adopt a “Time Based Consultancy Agreement” for this Assignment. Your Financial submission should include the following:

  1. Company Audi ted Accounts for the past three (3) years
  2. Quoted fees including Professional fees, Re-imbursables (where applicable) and any other cost element
  3. The Professional fees should include a break-down of the man hours required for each category of consultant staff required to achieve EACH of the scope of services outlined in section 2.0 above and their respective rates.
  4. Template for submission of (iii) above, and the scoring criteria are to be collected on Payment of the non-refundable bidding fee at the address mentioned in Section 6.0

Your financial bid must be in Nigerian Currency (Naira).

The final combined bid evaluation criteria shall be based on the bidder’s Technical and Financial submissions as follows – Technical 60%, Financial 40%.

5.0         Condition for Bidding

Each bidder is required to pay a Non-Refundable Bidding fee of N50, 000.00 (Fifty Thousand Naira only) into Guaranty Trust Bank (Railway Property Management Company Limited), Account Number: 0020977866.The bank teller/receipt must be submitted along with the bid documents as evidence of payment.

 6.0     Submission and Opening Of Bids

Technical and Financial bids must be submitted in two separate sealed envelopes clearly marked “Technical Bid” or “Financial Bid”, as applicable. Three (3) copies of each bid (One Original, Two Photocopies) shall be delivered by hand or by registered mail to the address below not later than 12 noon Nigerian time on Monday 3rdJune, 2013.

The Managing Director,

Railway Property Management Company Limited,

No 7 Race Course Road,

P.M.B 2418, Kaduna, Kaduna State

Bids will be opened at 1.00 p.m on the same day in the presence of bidders or their representatives who wish to witness the opening.

All inquiries should be directed to the address above.

7.0     Disclaimer

7.1     This announcement is published for information purposes only and does not constitute an offer by the Company to transact with any party, nor does it constitute a commitment or obligation on the part of the Company to award a Contract.

7.2     The Company will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to this invitation, the preparation or submission in response to an inquiry.

7.3     The Company is not bound to award to any bidder and reserves the right to annul the Procurement process at any time without incurring any liabilities.

Late bids shall not be accepted.

Signed

Management