General Procurement Notice for 2013 Fiscal Year at Kainji Hydro Electric Plc.

Kainji Hydro Electric Plc.

RC 638714

 

General Procurement Notice for 2013 Fiscal Year

 

Introduction:

1.       The Kainji Hydro Electric Plc wishes to notify the General Public of her intended procurement for the year 2013. The procurement are to be funded by Multi Year Tariff Order (MYTO).

 

2.       Consequently, Kainji Hydro Electric Plc informs the general public of the following goods and services to be procured.

 

3Lots
Lot i Supply of Turbine Maintenance Material (equipment, Spare Parts and Consumables) 
Lot ii Supply of Instrumentation Materials protection Relays and Con- trol 
Lot iii Supply of Electrical Maintenance Materials (Equipment, Spare parts and Consumables) 
Lot iv Supply of plan Auxiliary Maintenance Materials (Equipment Spare Parts and Consumables) 
Lot v Supply of Dam Instrumentation and Hydrology Maintenance Materials (Equipment, Spare Parts and Consumables) 
Lot vi Supply of Utility Vehicles and Special Equipment 
Lot vii Supply of HSE Materials 
Lot viii Supply of Chemicals and Hospital Laboratories Materials and Consumables. 
Lot ix Supply of Communication /information Technology Materials, Consumables and Services. 
Lot x Works and Services 

 

4        Requirements:

  • Evidence of Incorporation with Corporate Affairs Commission
  • Evidence of Valid Tax Clearance for the past three (3) consecutive years)
  • Evidence of VAT Certificate
  • In case of Works and Services, Company Profile which must include Organizational Structure, CVs of Key Personnel, Current Employees  Compensation Insurance, Detail of experience/Technical capability of Key Staff in the specified category with emphasis of project(s) executed in Nigeria.
  • Evidence of Equipment/Technical capability (Details of equipment, Plant, Machinery and Tools owned or to be hired for the execution of the project(s)
  • Evidence of Manufacturers/Manufacture Representative (Photocopy of letter of authority)
  • Evidence of Financial capability/Bank support
  • Copy of Company Audited Accounts/Annual Reports for three (3) consecutive years.
  • Financial Statements
  • Evidence of Staff Pension Scheme
  • Evidence of having executed relevant jobs/supply and knowledge of Industry Copies of Orders, Delivery Note/Job Completion Certificate(s)) where available.

 

5.       Interested Companies Manufacturers, Suppliers and Contractors are therefore advised to be on the watch-out for the Specific Procurement Notice that will be placed on Company’s Notice Boards effective 25th March 2013. However, critical jobs that required prequalification will still be advertised in the print media.

 

6.       Important Information:

 

Kainji Hydro Electric Plc reserves the right to verify any claim made by any Contractor.

All prospective Contractors should note that non-compliance with requirements above will lead to outright disqualification.

This notice is not an invitation to bid please.

Interested Contractors are advised to visit Company or contact MD/CEO or PM (Procurement) for further clarification.

 

Signed:

Management

Invitation for Pre Qualification for the Supply and Installation of Equipment for Information Resource Centres in Niger Delta States at Search for Common Ground in Nigeria (SFCG)

Search for Common Ground Nigeria

 

Invitation for Pre Qualification for the Supply and Installation of Equipment for Information Resource Centres in Niger Delta States

 

With support from the European Union (EU), Search for Common Ground in Nigeria (SFCG) is carrying out the Tomorrow is a New Day project in support of the Federal Amnesty programme. The goal of the projectis to support long-term sustainability and results of the Amnesty Process and DDR in the Niger Delta. This action will ultimately support target communities healing from the trauma of violence, loss of family members, livelihood and property, it will also strengthen structures of inclusive dialogue and decision-making, and establish mechanisms for conflict prevention, early warning and rapid response that will empower local stakeholders to help sustain peace in the Delta region. Search for Common Ground is seeking reputable companies to supply the following:

 

Production Studio Equipment and Training Equipment

Cybercafe Equipment and Public Address Systems

Power Generation Systems

General Office Equipment

 

Pre-qualification Requirements:

You are requested to submit copies of the following documents as evidence of your eligibility to tender:

1.       A certified true copy of Certificate of Registration, incorporation and valid license issued by Corporate Affairs Commission of Nigeria.

2.       For a joint venture, a fully signed Memorandum of Understanding between the parties.

3.       The company profile including the curriculum vitae and professional certificates of all technicians and studio specialists of the companies that intend to submit ore-qualification document for studio and training equipment and generator equipment respectively.

4.       The office postal address and physical location, functional contact emails and telephone numbers.

5.       List of at least three clients for whom the tenderer has conducted similar works within the last three years with address, company name, contact name and telephone number and email address of contact person(s)

6.       Tax clearance certificates issued by Nigerian Federal Inland Revenue Service/State Inland Revenue Service for the last three years.

7.       Verifiable evidence of similar works.

8.       Annual financial statements of the company, audited by a Certified Chattered Accountant from 2009 – 2011 applicable specifically to the companies bidding for studio equipment and training equipment and generator system equipment.

9.       Evidence of VAT Registration

Arrangement of document should follow the order presented above. Each parcel should have a table of content indicating the pages or folio on which these items are to be found. Any submission that does not conform to this form may not be processed further. Vendors are required to fully review all instructions and comply with all requirements as specified in this Invitation for pre-qualification. SFCG reserves the right to reject any and all submissions due to incomplete documentation.

 

Collection of Bidding Document

Tenderers who will on the basis of the submitted documentation and assessment by SFCG have pre-qualified will be invited to collect bidding documents from SFCG’s offices (Abuja, Port Harcourt or Jos), or receive these bidding documents via email.

 

Instructions and Submission Procedure

Pre-qualification documents are to be submitted with the above stated requirements. Note: Organizations or companies can bid for all supply and submit the bid in 5 hard copies for each accordingly. Each envelope should be wax-sealed and marked with “Name of supply and services bided for” at the top left corner as follows:

 

Prequalification Documents for the Supply and Installation of

Equipment for (Information Resources Centre NGR502/Supply——————

addressed with your organization email address and phone number for the purpose of acknowledging the receipt of the bid and envelope to:

 

The Country Director

Search for Common Ground, Nigeria

No 11 Tombia Street, GRA, Port Harcourt, Rivers State

Nigeria.

 

Pre-qualification documents should be submitted no later than 5.00 pm on Friday, 15th of March 2013. Prequalification exercise shall be done on Monday March 18th 2013 at the Search for Common Ground conference hall In Port Harcourt at 10.00am and successful companies shall be communicated accordingly.

 

Important Notice

i.        The submission of pre-qualification documents does not in any way compel Search for Common Ground Nigeria to shortlist any of the bidders for tender.

ii.       Companies are advised to apply strictly to the area of their expertise and business domain, Failure to comply with this Instruction may lead to disqualification.

iii       SFCG shall not be responsible for payment of any expenses incurred by the bidder for the submission of pre-qualification documents.

iv.      All bidders will be informed of the success or otherwise of their bids at the end of the pre-qualification exercise. Please note that SFCG reserves the right to select bidders at its discretion and shall NOT enter into correspondence about the outcome of the pre- qualification exercise.

v.       Only companies which have satisfied the Pre-qualification requirements will be contacted to submit a quotation.

 

Signed:

CHOM BAGU

Country Director

 

Invitation for Pre-Qualification and Tender at Gwagwalada Area Council

Gwagwalada Area Council

 

Invitation for Pre-Qualification and Tender

 

Introduction: 

The Gwagwalada Area Council intends to engage the services of credible and reputable companies/contractors for selected work under the year 2013. The

Area Council therefore, wishes to invite response from contractors for Pre-Qualification/Tender for works categorized under the following lot: –

Lot 1: Supply and Installation of furniture for the Multi-purpose Town Hall, Gwagwalada Area Council.

 

Eligibility Criteria

a.       Evidence of registration with Corporate Affairs Commission including

Certificate of Incorporation and Article of Association.

b.       Last three years Tax Clearance Certificates.

c.       Evidence of registration with Gwagwalada Area Council.

d.       VAT Registration with evidence of remittances.

e.       Comprehensive company profile.

f.       List of similar jobs executed previously.

g.       Verifiable evidence of financial support by reputable bank.

h.       Audited account details for the last three (3) YEARS.

i.        Evidence of pension contribution and remittances.

 

Collection of Tender Document

Tender documents are to be collected from the Works Department upon presentation of evidence of payment of non-refundable tender fee for the LOT respectively.

 

Submission of Pre-Qualification/Tender Documents

Interested bidders are to submit pre-qualification and tender documents in two different sealed envelopes appropriately marked “pre-qualification” and “Tender” with the company name indicated at the back of each envelope. Both envelope marked the Lot number at the top right hand corner addressed to: The Secretary Tender Board, Gwagwalada Area Council, FCT-Abuja.

 

Completed documents should be submitted not later than 12:00 noon local time 12th April, 2013. The Tender shall be opened on 15th April, 2013 in the Conference Hall of Gwagwalada Area Council. Interest bidders or their representatives are hereby invited to attend the opening function.

 

Conclusion:

The Tender Board reserves the right to verify the authenticity of claims made in the documents submitted.

The Tender Board will not be responsible for any cost or expenses incurred by any interested party in connection with any response to the invitation.

The Tender Board is not bound to shortlist and bidder and reserves the right to annul the selection process at any time without incurring any liabilities.

The Tender Board reserves the right to reject and tender in part or in full.

The Tender Board is not bound to accept the lowest tender.

 

Signed:

ALH Isah N. Dangara

For Chairman Tender Board.

 

Invitation for Pre-qualification for 2013 Capital Projects at Federal Medical Centre, Lokoja

Federal Medical Centre, Lokoja.

No. 1 Salihu Ibrahim PM.B 100, Lokoja, Kogi State.

 

Invitation for Pre-qualification for 2013 Capital Projects

 

The Federal Medical Centre, Lokoja. Invites interested qualified and reputable contractors to the Pre-Qualification and Tender exercise for the execution of the 2013 Capital Projects.

 

Lot    Project Title

Lot 1 Extension of Residential Quarters for House Officers, interns and Resident Doctors.

 

Lot 2           Renovation /Extension of Dental Unit Building

 

Lot 3           Renovation /Extension of Laboratory /Histopathology Building

 

Lot 4 Renovation/Extension o f Medical Records/Physiotherapy/Pharmacy Building

Lot 5 Computerization of GOPD, Pharmacy, Medical Records, Medical Lab. & Radiology Depts. And associated works.

 

Prequalification Requirement:

Interested and competent contractors wishing to carry out the above job must submit the following documents with the expression of interest:

(i)      Evidence of registration with Corporate Affairs Commission

(ii)     Evidence of payment of Tax & Clearance for the past three (3) years

(iii)    Certificate of Compliance issued by the National Pension Commission as evidence of fulfilling employer’s obligation to employees with respect to pensions.

(iv)    Evidence of payment of training contributions to ITF (industrial Training Fund)

(v)     Evidence of successfully executing projects within the last three (3) years similar in scope & complexity

(vi)   Current Company’s Audited statement of account for the past 3 years and duly stamped by a registered Auditor

(vii)   Evidence of Financial capability and Certified Bank statements in the last six months.

(viii)  Company’s registered address functional contact email address & GSM phone number(s).

 

Submission/ Closing Date:

All Completed pre-qualification documents accompanied by the above list documents must be submitted in four (4) copies (one original & three other copies) in sealed envelope, with the Lot Number & Project Title boldly written on the top right-hand corner and addressed to:

 

The Medical Director,

Federal Medical Centre,

No. 1 Salihu Ibrahim,

Lokoja, Kogi State.

 

All pre-qualification document are to be dropped in the Tender Box located in the Administrative Building FMC Lokoja, on or before Monday 25th March 2013 by 12.00 noon, Pre-qualification documents will be opened on the same day in the Board room FMC Lokoja, 1.00pm, and all contractors or their representative are invited.

 

Note:

All Pre-qualified contractors/firms will be communicated in writing & via reachable phone numbers to collect the Financial Bid Documents and would be required to pay the stipulated non-refundable Tender Fees for the Project. All completed Financial Bid document must be returned not later than 22nd April 2013, by 12.00 noon. Financial Bids would be opened on same day by 1.00pm.

 

Signed:

Head of Procurement

For: Medical Director    

Re: Invitation to Tender for Procurement of Goods/Rehabilitation and Construction Works in Respect of 2013 Regular Capital Budget:(Addendum) at Usmanu Danfodiyo University Teaching Hospital, Sokoto

Usmanu Danfodiyo University Teaching Hospital, Sokoto

Private Mail Bag 2370, Sokoto

UDUTH/ADM/1274/VOL. II

 

Re: Invitation to Tender for Procurement of Goods/Rehabilitation and Construction Works in Respect of 2013 Regular Capital Budget:

 

Addendum

 

Further to our advert of Monday 25th February, 2013 in the Federal Tenders Journal and two other National Dailies, we write to draw the attention of all would be Contractors/Suppliers with respect to 2013 Regular Capital advert, to the effect that, the closing date of submission of Tender Documents shall be as follows:

 

Submission:

1.       Interested Contractors/Supplies should contact the Office of the Assistant Director, Procurement Planning in the Administrative Block of the Hospital for payment of Tender Bid Fee and Assistant Director Works and Services for collection of necessary documents.

 

2.       Tender Bid submission addressed to the Chief Medical Director, UDUTH, Sokoto should be sealed and clearly marked “T.B” and delivered/slotted into the Tender Box, in the Administration Block Entrance Lobby.

 

3.       The submission for Tender Bid must be made on or before Monday 22nd April, 2013 12:00 Noon please.

 

Signed:

Assistant Director (Procurement Planning)

For: Chief Medical Director