Invitation for Pre-Qualification of Contractors for Various Projects at Ahmadu Bello University Teaching Hospital (ABUTH), Zaria

Ahmadu Bello University Teaching Hospital

P.M.B. 06 Zaria

 

Invitation for Pre-Qualification of Contractors for Various Projects at Abuth, Zaria

 

1.       Introduction:

 

The ABUTH Management invites interested and reputable Contractors and Suppliers with relevant experience and good track record for pre-qualification for the following projects at ABUTH, Zaria:

 

Lot 1:          Purchase of Highly Rugged Ambulance

Lot 2:          Procurement of Medical Equipment & Theatre Linens

Lot 3:          Replacement of Mortuary Cooling Plants

Lot 4:          Purchase of X-Ray Machine

Lot 5:          Purchase of Laboratory Equipment

Lot 6:          Rehabilitation & Equipping of Tudun-Wada Hospital Zaria

Lot 7:          Construction of Walk Way Linking Psychiatric Ward, Nuclear Medicine with Ward Block “K” and “S”

Lot 8:          Construction & Furnishing of 1 Block of 20 Units of one bed room self contained Apartment

Lot 9:          Rehabilitation of (6)Nos. Blocks of House Officers Quarters at the Transit Camp. (Block A-F at the P/Site)

 

2.0              Pre-Qualification

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

 

i.        Certificate of Registration with Corporate Affairs Commission.

ii.       Evidence of Current Tax Clearance.

iii.      Company Audited Account for the last 3 years.

iv.      VAT registration certificate.

v.       Evidence of PENCOM Registration

vi.     Original copies of documents listed in item (i-iv) for sighting during the opening session which is scheduled for 8th April,2013 at 2.00pm

vii.    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.

viii.    Evidence of financial capability to handle the job and bank support.

ix.      Company profile including names and technical qualification(s) and experience(s) of key personnel.

 

3.0     Submission of Pre-Qualification Documents

The completed pre-qualification documents should be enclosed in an envelope, sealed and marked “Pre-Qualification Documents for the (Indicate the Project you are bidding for) and addressed to:

 

The Chief Medical Director,

ABU Teaching Hospital, Zaria.

Attention: Asst. Director of Admin. (Planning).

 

4.0     The completed pre-qualification documents should be deposited in the Tenders Box situated at the Office of the Chief Medical Director, ABUTH, Zaria, on or before Monday 8th April, 2013 by 12 noon.

 

5.0     The submitted pre-qualification documents will be opened on

Monday 8th April, 2013.at 2:00p.m. in the presence of bidders or their representatives who choose to attend, at the Board Room, ABUTH, Permanent Site, Shika-Zaria.

 

6.0     This is not an invitation to tender, full tendering procedure will be applied only to bidders that have been pre-qualified and found capable of project delivery.

 

7.0     Tenderers should note that only pre-qualified companies would be invited to submit financial bids. The ABUTH Management reserves the right to reject any or all pre-qualification documents.

 

8.0     Interested Companies/Contractors wishing to bid for more than one aspect of the work must submit separate Pre-qualifications for each Aspect(s).

 

Signed:

Director of Administration

Invitation for Pre-Qualification and Tender at Nigerian Institute of Management (Chartered)

Nigerian Institute of Management (Chartered)

The foremost multidisciplinary professional Institute in Nigeria

(Office of the Registrar/Chief Executive)

 

Invitation for Pre-Qualification and Tender

 

The Management of the Nigerian Institute of Management hereby invites reputable and competent companies to apply for pre-qualification and tender for the rehabilitation of an existing storey building with servants’ quarters and perimeter fencing.

 

Applicants are requested to submit photocopies of the following, which will be used to determine their suitability for the job.

 

A.      General and Technical Pre-qualification Criteria

i.        Letter of Application

ii.       Evidence of registration with the Corporate Affairs Commission (CAC).

iii.     Tax clearance certificate for the last three years (2010-2012)

iv.      Certified audited company accounts for the last three years

v.       Evidence of financial capability and Bank support

vi      List and CV of key professional personnel to be deployed for the work.

vii.     Bidders must show evidence of fulfilling the conditions of the National Pensions Act as it affects their staff.

viii.    All bidders must provide a sworn affidavit that no officer of the Institute is a former or present Director, Shareholder or has any pecuniary interest in the bidder and none of the Directors of the company seeking pre-qualification has been convicted of any criminal offence. The affidavit is also to confirm that all information presented in its bid are true and correct in all particulars

ix.      Bidders must show evidence of similar rehabilitation work carried out in the last three years two of which shall have been practically completed. Photocopies of the letters of award and completion should be enclosed.

 

B.      Collection of Pre-Qualification and Tender Document and Inspection of the Drawing

 

Pre-qualification and Tender document shall be made available to interested companies during working days from 10 am to 3:30 pm on payment of a non-refundable fee of N100,000.00 (One hundred thousand Naira only) by bank draft issued in favour of Nigerian Institute of Management.

 

C.      Submission of Documents

The Pre-qualification and Tender documents shall be forwarded to the address below in a two separately sealed envelopes. The envelopes containing the documents should be clearly marked on top as “Pre-qualification Documents for the Renovation of NIM Building” for the envelope containing the pre-qualification documents and “Tender Documents for the Renovation of NIM Building” for the envelope containing the tender documents. The Company name should be indicated on the top left corner of the pre-qualification and tender envelopes only. Both envelopes should be enclosed in a larger envelop and appropriately labeled as “Documents for the Renovation of NIM building”.

 

The submissions must be in sealed envelopes and should be addressed and submitted to:

The Registrar/Chief Executive

Nigerian Institute of Management (Chartered)

4, Kaltungo Street, Garki, off Egbedi Close, off Ladoke Akintola Boulevard, Garki II, Abuja.

 

The aforementioned documents shall be submitted on or before 12:00 noon on 16th April 2013. The Pre-qualification documents shall be opened in public at 2:00 pm on the same day.

 

The pre-qualified Companies shall be invited to the opening of their tender on or before 6th April 2013 of the opening of pre-qualification.

 

Signed

M. O. Lakanu, FNIM

Registrar/Chief Executive

 

PS: NIM members should visit the Institute’s webportal at www.nimporal.com  or www.managementnigeria.org  and click on Web Portal from the home page to update their personal data

 

NIM Vision: To be the Source and Symbol of Management Excellence

 

 

 

Advertisement for Pre-Qualification and Tender for the Construction of University, of Nigeria College of Medical Science Building, Ituku Ozalla at University Of Nigeria, Nsukka

University Of Nigeria, Nsukka

Nigeria

Office of the Registrar

 

Advertisement for Pre-Qualification and Tender for the Construction of University, of Nigeria College of Medical Science Building, Ituku Ozalla

 

The University of Nigeria invites interested companies/firms to the prequalification and tender exercise for the execution of the Construction of University of Nigeria  College of Medical Science Building, Ituku Ozalla:- Reference No. UNN/CAP/2013/01

 

 

Project:

THE CONSTRUCTION OF UNIVERSITY OF NIGERIA COLLEGE OF MEDICAL SCIENCE BUILDING, ITUKU OZALLA: REFERENCE NO. UNN/CAP/2013/01

 

 

Scope of Works and Project Description:

This consists of a reinforced concrete framed structured complex on seven (7) levels housing auditorium, lecture halls, classrooms, laboratories, library, offices, conference room, ICT facilities, stores, conveniences, external works and other ancillary facilities to provide world class teaching and learning / research environment

 

Requirement

Competent and interested companies/firms who hold fine requisite experience, equipment and plants and desire to execute the project are required to submit their Firm’s Profile which must include but not limited to the following documents;

  1. Evidence of incorporation of the company with the Corporate Affairs Commission (CAC).
  2. Evidence of Recent Annual Returns to Corporate Affairs Commission (CAC).
  3. Evidence of Current Tax Clearance Certificate i.e. (2009, 2010 and 2011)
  4. Evidence of VAT Certificate and VAT remittances to federal Inland Revenue Services (FIRS)
  5. Company Profile with list of staff, including curriculum vitae, competencies, qualifications, registration with relevant professional bodies and experience of key personnel.
  6. Evidence of previous similar projects undertaken in the past five (5) years including scope of project, site of project, contract sum, evidence of successful completion of the project (interim/final valuation & certificates),
  7. 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.
  8. Evidence of Current Audited Accounts of Firm for the last three (3) years I.e. (2009, 2010 and 2011).
  9. Evidence of Financial Capability and Banking Support (bank reference), bank statements of account for the last three months and letter authorizing the University to verify same from the bank.
  10. Sworn affidavit that:

(a) The Firm is not bankrupt;

(b) None of the Directors is an Ex-convict or bankrupt.

  1. Articulated work plan and methodology for the execution of the project.
  2. Evidence of Employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator.
  3. Evidence of remitting Employer and Employee Pension Contributions to the appropriate pension fund custodian.
  4. Evidence of transferring all pension funds and asset prior to the commencement of the pension Reform Act. to licensed pension operators.
  5. Please state clearly your Company’s full contact address, GSM Phone number and e-mail address for ease of communication

 

Methods of Application:

Eligible companies/firms who desire to be pre-qualified for these projects are required to prepare and submit their pre-qualification documents in one (1) hard copy and one (1) soft copy in a sealed envelope clearly marked on top:

THE CONSTRUCTION OF UNIVERSITY OF NIGERIA COLLEGE OF MEDICAL SCIENCE BUILDING, ITUKU OZALLA:- REFERENCE NO. UNN/CAP/2013/01

 

 (State clearly the Description and Reference Number please) and addressed to; The Registrar,

University of Nigeria,

Nsukka,

 

Deadline for Submission

Pre-qualification documents should be submitted, registered and dropped into the Tender Box at Room 226, Registrar’s office, University of Nigeria, Nsukka latest April 08th 2013 by 12.00 noon Pre-Qualification documents will be opened on the same day in the NUGA Secretariat, UNN by 1.00 pm in the presence of all representatives of the companies who choose to attend. All contractors/firms that applied are therefore, invited.

 

All pre-qualified contractors/firms will be communicated in writing to collect the financial bid document and would be required to pay the stipulated tender fee. The completed financial bid document would be returned not later than 6th May, 2013

 

Enquiries:

All enquiries should be directed to:

The Registrar,

University of Nigeria,

Nsukka

 

Please note that response to this invitation shall not oblige the University to consider any responding firm/company for pre-qualification. All costs incurred as a result of response to this Invitation and any subsequent requests for information shall be borne by the responding firm/company.

 

A.I. Okonta  FIIA, FCAI.

Registrar

Expression of Interest by Prospective Consultants For Post-Examination Monitoring Of Microfinance Banks (MFBS) in Nigeria at The Central Bank of Nigeria (CBN)

Central Bank of Nigeria

 

Expression of Interest by Prospective Consultants For Post-Examination Monitoring Of Microfinance Banks (MFBS) in Nigeria

 

The Central Bank of Nigeria (CBN), in furtherance to its mandate of ensuring sound and stable financial system in Nigeria, seeks to engage the services of consultants to carry out post-examination monitoring of micro-finance banks (MFBs).

 

Objective

The main objective of the post-examination monitoring of MFBs by consultants is primarily to complement the existing supervisory arrangement by the CBN for MFBs, particularly in ensuring strict compliance with existing rules, regulations, guidelines or administrative directives made, given or issued by the CBN. In pursuance of this objective, the Bank hereby invites applications from suitably qualified consultants/Audit firms to carry out the post-examination monitoring of MFBs.

 

Scope

Prospective consultants will be selected based on the under-listed criteria and all successful consultants will be required to undergo a short training/programme to ensure uniformity in practice and standardization of procedures in reporting. The successful consultants will subsequently be required to perform the following assignments during the year 2013, in accordance with the approved timetable for the post-examination monitoring exercise.

i)                   Monitor and report on follow-up actions on the implementation of Examiners’ recommendations contained in the Routine/Maiden Examination Reports of MFBs;

ii)                Review MFBs loan portfolios and confirm the adequacy of loan loss provisions made by the MFBs;

iii)              Review and verify loan recoveries reportedly made by MFBs;

iv)              Analyze and assess the financial position of MFBs based on the established prudential standards stipulated in the Revised Regulatory and Supervisory Guidelines for MFBs in Nigeria; and

v)                Complement the existing supervisory arrangement by the CBN and the Nigeria Deposit Insurance Corporation (NDIC).

 

Selection Criteria

The prospective consultants must meet the following selection criteria and conditions for engagement:

i)       Incorporation/registration by the Corporate Affairs Commission as a Partnership or as a limited liability company.

ii)      Possession of relevant expertise or experience in auditing of microfinance banks and/or bank examination spanning a period not less than ten (10) years.

iii)     The firm should have in its employment a minimum number of three (3) professional staff available for the assignment, who should possess a minimum of a relevant first degree, or equivalent and/or relevant professional qualification as a Chartered Accountant, or a commissioned Bank Examiner.

iv)     Strong flair for report writing and fluency in both oral and written expressions in English language are desirable qualities.

v)      Previous experience as an auditor or examiner to MFBs or having good understanding of the operations of MFBs will be an advantage.

 

General Requirements

Prospective consultant will be required to submit a proposal on or before 8th April, 2013 supported by the following:-

  • Evidence of incorporation/registration with Corporate Affairs Commission.
  • Non-refundable application fee of N50.000.00 in bank draft payable to the Central Bank of Nigeria.
  • Evidence of payment of tax for the last three years with the tax Identification Number (TIN) clearly indicated.
  • Comprehensive company profile including the main business address and the profile of each key staff, track record and list of at least five (5) MFBs previously audited/examined, functional contact e-mail address, and mobile phone number(s).
  • Detailed curriculum vitae (CV) of each professional staff available for the assignment with a copy of the academic and/or professional qualifications listed in the CV.
  • Evidence of registration with the Financial Reporting Council of Nigeria (FRC).

 

 

Method of Application

Applications or Expression of Interest (EOI), accompanied by a non-refundable commitment fee of N50.000.00 in bank draft in favour of the Central Bank of Nigeria with the above listed documents/information enclosed in a wax-sealed envelope boldly marked at the top left corner.
Expression of Interest to Carry out Post-Examination Monitoring of Microfinance Banks (Ref: CBN/OFISD/MON/001/2.

The sealed envelopes should be addressed to:

The Director,

Other Financial Institutions Supervision Department

4th Floor Wing A,

Central Bank of Nigeria

Abuja.

E-mail: OFIDeptMailing@cbn.gov.ng

Telephone:      09-46235439

Or

The Head,

Monitoring and Data Management Group,

Other Financial Institutions Supervision Department

9th Floor, Central Bank of Nigeria

Tinubu, Lagos.

 

Closing Date

All submissions must be received not later than April 05, 2013. For the avoidance of doubt, any submission after the deadline will be ignored,

 

 

IMPORTANT NOTICE

a)       Nothing in this publication shall be construed to be a commitment on the part of the CBN.

b)      The decision of the CBN in this selection process is final.

c)        Only the successful consultants shall be formally notified.

 

 

Signed

Management

Invitation for Bids to Tender for Improvement of the Water Supply and Water Hydrant System at Ibadan, Maiduguri and Sokoto Airports at Federal Airports Authority of Nigeria (FAAN)

Federal Airports Authority of Nigeria (FAAN)

…Transforming To Serve You Better

 

Invitation for Bids to Tender for Improvement of the Water Supply and Water Hydrant System at Ibadan, Maiduguri and Sokoto Airports

 

  1. A.   Introduction

In compliance with the Public Procurement Act 2007, the Federal Airports Authority of Nigeria (FAAN) hereby invites competent and reputable companies/contractors to submit bid documents for the projects stated below, under its 2013 financial year (IGR) budget.

 

 

The Projects

Lot 1 –         Improvement of the water supply and water hydrant system at Ibadan Airport

Lot 2 –         Improvement of the water supply and water hydrant system at Maiduguri Airport

Lot 3 –         Improvement of the water supply and water hydrant system at Sokoto Airport

 

 

  1. B.   Scope:            

The scope of the project shall include:

Improvement of water supply and water hydrant system for fire fighting at the Airports.

 

 

  1. C.   Documents That must be submitted along with the completed tender
  • Evidence of company registration [Certificate of Incorporation of the company]
  •  Certified true copy of memorandum and article of association with CAC forms CACO2 A CACO7″ inclusive (where applicable).
  • Evidence of tax payments (Current Tax Clearance Certificate) for the last three years.
  • VA T registration and evidence of remittance.
  • Evidence of Payment into employees’ retirement savings account (RSA) in compliance with extant provision of PENSION REFORM ACT 2004.
  • Evidence of financial capability to execute the project (Bank Reference Letter/Bank guarantee will form part of the evaluation criteria).
  • Copies of the Audited Account of the company for the last three (3) years.
  • Verifiable evidence of similar works successfully completed/on-going (e.g. Letter of Award.
  • Certificate of Completion. Contract Agreement and Payment Certificate),
  • Clear indication of Head office address (Registered premise).
  • Corporate   Profile   with   Curriculum   Vitae   showing   evidence   of   Academic/Professional

 

 

Qualifications of key personnel

  • Evidence of compliance with Industrial Training Fund (ITF) regulation (where applicable)
  • Evidence of compliance with Industrial Training Fund (ITF) regulation (where applicable) Evidence of registration with Financial Reporting Council (FRC) of Nigeria (where applicable).

 

Sworn Affidavit disclosing as follows;

  • That all documents submitted are not only correct but genuine.
  • That the director(s) has /have never been convicted by any court of law.
  • That none of firm’s Director or the company is bankrupt.
  • Whether or not any of the officers of FAAN or BPP is a former or present Director of the company.

 

 

  1. D.   Submission of Documents
  2. The documents ore to be submitted in four (4) copies in A4 paper size and neatly bound. The document should be arranged in the order listed under Pre- Qualification and Tendering requirements and clearly separate by dividers.
  3. The original Technical Proposal should be enclosed in one (1) envelope and three (3) copies in another envelope, duly marking the envelopes as “ORIGINAL” and “COPY”, These two (2) envelopes shall then be enclosed in one (1) single outer envelope, duly marked “TECHNICAL PROPOSAL”
  4. The Tenderers shall also enclose the original Financial Proposal in one (I) single separate envelope, duly marking the envelope as “FINANCIAL PROPOSAL” and with a warning “DO NOT OPEN WITH THE TECHNICAL PROPOSAL”.

4.       The inner and outer envelopes shall:

a.       Bear the name and address of the Tenderer

b.       Be addressed to the Employer at the address specified in the Special Instruction to Tenderers (SIT).

c.       Bear the name of the Tender and the Tender Number as specified in the SIT, and.

 

  • Bear a statement “DO NOT OPEN BEFORE 11.30 am on May 2nd 2013″
  • If all envelopes are not sealed and marked as required by Submission of Document Sub-Clause (3) above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.
  • All documents must be submitted to the office of “The General Manager (Procurement)” FAAN Headquarters, Ikeja – Lagos.
  • Contacts:      –     Phone     No      08033075384     &    08023154129;    

E-mail Address: procurement@faannigeria.org c   CLOSING AND OP

 

  1. Closing and Opening of Submission

Submission of tender shall close at exactly 11 30 am on May 2nd 2013. All submissions will be opened on the same day at 12 noon in Commercial and Business Development Conference Room, FAAN Headquarters, Ikeja – Lagos.

 

 

  1. F.    Important Information.
  • Tender document are to be obtained at the office of the General Manager (Procurement), Federal Airport Authority of Nigeria, (Headquarters) with a non refundable fee of N20,000.00 payable to the Accounts Department of the Authority
  • FAAN reserves the right to verify the authenticity of any claims made on the tender documents submitted by companies.
  • Failure to comply with the instructions) and provide any required document(s) may automatically result in disqualification.
  • FAAN reserves the right to reject any or all the tender documents.
  • Original of all documents above must be produced for sighting at the opening and any other time requested.
  • Tender documents submitted late shall be rejected.
  • All submissions must be in English language.
  • This advert shall not be construed to be a commitment on the part of FAAN, nor shall it entail the Applicant to make any claim(s) whatsoever and/ or seek any indemnity from FAAN, by virtue of such applicant having responded to this publication.

 

Signed

Management