Request for Pre-Qualification and Tender on 2012 UBEC/ADSUBEB Matching Grant Projects in Adamawa State at Adamawa State Universal Basic Education Board

Adamawa State Universal Basic Education Board

P.M.B. 2030 Yola

 

Request for Pre-Qualification and Tender on 2012 UBEC/ADSUBEB Matching Grant Projects in Adamawa State

 

1.       This is an invitation for Pre-Qualification of Contractors for the implementation of 2012 UBEC/ADSUBEB Matching Grant Projects in Adamawa State.

 

2.       The 2012 UBEC/ADSUBEB Matching Grant Projects consist of:

ECCDE Primary & Junior Secondary School Components, which involves;

  1. Construction of Classrooms blocks, Fence, Computer/Library Centres,   Science   Laboratories, School Clinic and Administrative blocks,
  2. Rehabilitation of Classroom blocks.
  3. Drilling of motorized bore holes.
  4. Landscaping of School premises; &
  5. Provision of Classroom Furniture.

 

3.  Therefore the Board invites interested contractors to submit the   following   documents for the purpose of Pre-Prequalification:

i.        Certificate of incorporation of the Company.

ii.       Evidence of Company Registration with the Board.

iii.      Three years Tax Clearance certificate.

iv.      Evidence of similar works executed by the firm including cost, award letters & certificate (s) of completion.

v.       Evidence of VAT Remittance.

vi.      Other relevant Documents.

 

Submission of Completed Pre-Qualification Documents

 

The Pre-Qualification Documents must be submitted in sealed envelope and clearly marked Pre-Qualification documents addressed to the Director, Directorate of Planning, Research & Statistics, Adamawa State Universal Basic Education Board, Yola on or before 19th March, 2013.

 

Original copies of the documents above must be produced for sighting.

 

SIGNED:

Alh. Muh’d L. Yusuf

Director

Directorate of Planning, Research & Statistics Adamawa State Universal Basic Education Board, Yola

Invitation for Pre-Qualification and Tender for New Construction Projects/Conversion of Old Structures/Procurement of Generator at Olabisi Onabanjo University

Olabisi Onabanjo University

(Former Ogun State University)

P.M.B. 2002, Ago-Iwoye,

Ogun State, Nigeria.

 

Invitation for Pre-Qualification and Tender for New Construction Projects/Conversion of Old Structures/Procurement of Generator

 

Reputable Contractors are hereby invited to submit tenders for the construction of the following structures and procurement to generator:

 

  1. Laboratory Complexes and Common Services for Physics, Chemistry and Biology
  2. Clinical Laboratories- Pharmacology Lab., Pathology Lab., Morbid Anatomy Prep. Room, Research Lab and Micro-Biology Lab. Prep, and Conversion of office space into Earth Science Laboratories.
  3. Computerisation of OOU Bursary and Internal Audit
  4. Procurement of 500KVA Generator for the College of Engineering and Environmental Studies, Ibogun Campus.

 

 

Pre-Qualification Criteria

Interested companies are requested to submit the following documents/information with verifiable evidences for assessment/consideration.

  1. Certificate of incorporation.
  2. Company profile and organizational structure.
  3. Current tax clearance.
  4. VAT registration certificate and evidence of remittance
  5. Evidence of registration as a Contractor wife the University.
  6. Letter of financial capability from company’s bankers.
  7. List of similar projects previously/currently undertaken including later of awards, completion certificates, period of construction/Supply and project costs
  8. Catalogue/proforma invoice of equipment and installation method statement where applicable.
  9. Any additional information that may enhance the chance of the contractor/supplier.
  10. Only registered contractors are eligible to apply.

 

Collection of Pre-Qualification/Tender Document

 

  1. Interested Contractors are required to obtain a bank draft of N50,000.00 (Fifty Thousand Naira) only, from any bank and should be made payable to “The Bursar, Olabisi Onabanjo University”
  2. The draft should be submitted to the Bursary department of the University upon which a receipt will be given as evidence of the payment.
  3. The receipt, which qualifies the contractor to  collect pre-qualification/tender documents   should be presented at the office of the Deputy Registrar, Council and General Administration Office for the release of  necessary bid documents.
  4. Collection of the bid documents shall be between the hours of 9:00am and 4:00p.m from the date of this publication.

 

Submission of Documents

Twenty (20) copies of completed tender should be submitted in waxed sealed envelopes marked on the top “TENDER FOR THE CONSTRUCTION/SUFPLY OF … (indicating the particular project of interest from those listed in this publication).

All tenders should be submitted to the Office of the Deputy Registrar, Council and General Administration, Olabisi Onabanjo University Main Campus, Ago-Iwoye on or before Monday, 18th March, 2013

 

Interested Companies should note that cheques for payment of job(s) executed will be written in the name of the relevant Company and there will be appropriate tax, deduction from the contract sum.

 

Please note that the University is not bound to accept the lowest quotation and that bidder’s name and address should be indicated on the back of the sealed package(s). It is important to also note that bids not appropriately addressed and sealed shall be considered void,

 

For further clarifications, please contact the Director, Works, Services and Physical Planning, Main Campus, Ago-Iwoye.

 

 

O. A. Osunsanya (Mrs.)

Acting Registrar and Secretary to Council

Invitation for Bids at The ECOWAS Commission

National Competitive Bidding for the Renovation of Ecowas Commission Public Toilet Rooms

 

Date: 4tn March 2013

IFB N°: 02/NCB/2013

 

Invitation for Bids

 

  1. The ECOWAS Commission, within the framework of the execution of its 2013 budget intends to carry out the Renovation of the Commission Public Toilet Rooms.

 

  1. The ECOWAS Commission now invites sealed bids from eligible bidders for the renovation in one (1) lot of the 22 male and female Public Toilets rooms at its headquarters Building located at No 101, Yakubu Gowon Crescent Asokoro district Abuja.

 

A detailed description and bill of quantities are attached to the Bidding Document. Bidders are advised to Inspect the site to assess the volume of works.

 

  1. Interested eligible bidders may obtain further information and inspect the Bidding Documents at the Procurement Division of the Directorate of General Administration, 1st Floor , Ecowas Commission, Plot 101, Yakubu Gowon Crescent, Asokoro District, PMB 401, Abuja.Nigeria; Bidders may also contact the following e -mail addresses for any clarification:

nkuakor@yahoo.fr This bangoura53@yahoo.com, kabirnfr@yahoo.fr. This invitation for bids can also be viewed on ECOWAS Website: www.ecowas.int/services/procurement

 

  1. A complete set of Bidding Documents may be collected by interested bidders on the Submission of a written application addressed to the Acting Director of General administration and upon payment of a non-refundable fee of: Twenty Thousand (20,000) Naira only.

 

  1. Bids should be delivered in a sealed envelopes and deposited in the ECOWAS Tenders Box located in the Office of the Commissioner for Administration and Finance, 5th Floor ECOWAS Commission , 101 Yakubu Gowon Crescent , Asokoro District, PMB 401, Abuja , Nigeria and clearly marked “Tender for the Renovation of ECOWAS Commission Public Toilet Rooms . Do Not Open, Except in on or before  11.00 am on Friday 19th  April, 2013 and must be accompanied by a bid guarantee (bank guarantee or insurance bond) of : 500,000.00 Naira only,

 

  1. Bids will be opened in the presence or bidders/representatives who choose to attend, on Friday 19th April, 2013 at 11.30 am, ECOWAS Commission, Plot 101, Yakubu Gowon Crescent, Asokoro District Room 523, Fifth Floor

 

 

Act. Director General Administration

 

Invitation for Bids (IFB) at Sokoto State HIV/Aids Programme Development Project II (HPDP II)

Invitation for Bids (IFB)

 

Federal Government of Nigeria

Sokoto State HIV/Aids Programme Development Project II (HPDP II)

 

Procurement of HIV Test Kits, Consumables for Blood/Injection Safety and Medical Waste Management and Condom

 

CREDIT NO: 4596 –

IFB NO: SO/HIV/GD/004/NCB/13

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. (Insert number) of 4th March, 2013.

2.       The Federal Government of Nigeria has received credit from the International Development Association toward the cost of HIV/AIDS Programme Development Project II (HPDP II), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of HIV Test Kits, Consumable for Blood/injection safety and Medical Waste Management and Condom.

 

3.       The Sokoto State HIV/AIDS Programme Development Project II (HPDP II) now invites sealed bids from eligible and qualified bidders for Procurement of the following HIV Test Kits, Consumable for Blood injection safety and Medical Waste Management and Condom

 

Lot No

 

Description Qty Delivery Schedule

 

Bid Validity Period

 

Bid Security Value

 

Site Of Delivery

 

1 Condom

 

1 60 Days from the date of contract award

 

90 days

 

Not less than 3% of bid Price

 

State Medical Store

 

2 HIV Test Kits

 

1

 

60 Days from the date of contract award

 

90 days

 

Not less than 3% of Bid  Price

 

State Medical Store

 

3

 

 

Consumables for Wood/ injection Safety and Medical Waste Management

 

1

 

60 Days from the date of contract

 

90 days

 

Not less than 3% of Bid Price

 

State Medical Store

 

 

 

Bidders may bid for any or more lots and discounts offered for the award of combined   lots would be considered in bid evaluation.

 

4.      Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from, The Project Manager, Sokoto State HIV/AIDS Programme Development Project II (HPDP II);email address: sokotosaca@gmail.com,  GSM: 08065738892, 08036087950 and inspect the Bidding Documents at the address given below from 9:00am to 4:00pm, Mondays through Thursdays from 9:00am  to 3:00pm on Fridays, except on public holidays.

 

 

6.       Qualifications requirements include: Evidence of Registration with Cooperate Affairs Commission, Manufacturer’s Authorization, Power of Attorney, Warranty Period, Evidence of experience in similar project executed, Audited Financial Statement and Tax clearance. A margin of preference for certain goods manufactured domestically “shall not” be applied. Additional details are provided in the Bidding Documents.

 

7.      A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of N15, 000 only. The method of payment will be in cash/bank draft The Bidding Documents will be delivered directly or sent by courier.

 

8.                                                                 Bids must be delivered to the address below on or before 10.00 am 25th March, 2013 Electronic bidding will not be permitted, late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 10.00am on 25th  March, 2013.

 

All bids must be accompanied by a “Bid Security” of not less than 3% of Bid Price.

 

9.     The address referred to above is:

The Project Manager,

Sokoto State HIV/ AIDS Prog. Dev, Project II

No. 6 Isau Road off Sama Road, Sokoto

GSM: 08065738892, 08036087950

Email: Sokotosaca@gmail.com

Invitation for Pre-Qualif1cation of Contractors /Suppliers/ Consultants for the 2013 Budget Implementation of the Fund at The Industrial Training Fund (I.T.F.)

Industrial Training Fund

 

Invitation for Pre-Qualif1cation of Contractors /Suppliers/ Consultants for the 2013 Budget Implementation of the Fund

 

1.0         Introduction

The Industrial Training Fund (I.T.F.), a foremost training institution with a wide network of Offices within the nation seeks to engage the services of interested Suppliers/Contractors/Consultants with cognate experience in areas specified in 2.0 below for implementation of its 2013 Budget.

 

2.0 Areas for Pre-Qualification

Interested Suppliers/Contractors/Consultants are required to indicate interest in any of the following areas:

i)       Supply of ICT Equipment, Accessories and Software.

ii)      Supply of Office Furniture and Fittings

iii)     Supply of Office Machines and Equipment

iv)     Supply and Installation of Workshop Tools and Equipment

v)      Supply of Project and Utility Vehicles

vi)     Supply of Training Programme Equipment

vii)     Construction of Office Buildings and Landscaping

viii)    Renovation of existing structures

ix)     Consultancy Services in Architecture, Quantity Surveying,

Mechanical and Electrical, Structural/Civil Engineering, Estate Surveying and ICT.

 

3.0     Pre-Qualification Requirements

Interested Contractors/Suppliers/Consultants are required to submit their applications along with the following documents:

a)       Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

b)      For Limited Liability Companies, Memorandum and Article of Association.

c)       Evidence of Tax Clearance for the last three (3) years (2010 – 2012).

d)      Evidence of VAT Registration and Remittances for the past three (3)years(2010-2012).

e)       Audited Accounts for the last three (3) years (2010 – 2012).

f)       Company Profile which should include (1) Names of current Directors as registered with CAC (2) Names, Qualifications and Experience of key Personnel and (3) List of verifiable Projects successfully executed in the immediate past three years

g)       Current Bank Reference and Statement of Account for the last

12 months, h) Certificate of Compliance with Pension Reforms Act. 2004, issued by the Pensions Commission.

i)       Certificate of Compliance with Section 6(1) – (3) of the Industrial Training Fund Amendment Act, 2011

j)       For Consultancy Services, in addition to above requirements. the firm is expected to show evidence of “Certificate of Practice” from relevant Professional Body and up-to-date payment of Dues, k) A sworn affidavit indicating that:

  • None of the Directors of the Company has been convicted in any court from any criminal offence including fraud and financial impropriety.
  • No Officer of the Industrial Training Fund is a former or present Director, Shareholder or has any pecuniary interest in the company.
  • The Company is not in receivership, insolvent or bankrupt.

 

4.0     Submission of Pre-Qualification Documents

Documents for Pre-qualification shall be submitted in sealed envelope, addressed to the Director-General/Chief Executive. Industrial Training Fund, Jos and marked boldly at the right hand corner “PRE-QUALIFICATION DOCUMENT” and dropped in the Tenders Box at the Headquarters Complex Reception. Jos on or before 12:00 noon Thursday 4th April, 2013.

 

 

5.0     Opening of Pre-Qualification Documents

Pre-qualification documents shall be publicly opened by 12:30 p.m. on the 4ln April, 2013. Representatives of bidding Companies by this Advertisement are invited to attend to witness the Bid opening.

 

6.0     Note:

1)      Late Submission will be rejected .

2)      Pre-qualification application should be very clear about the bidder’s area of competence and interest.

3)      This invitation for Pre-qualification shall not be construed to be commitment on the part of the Fund, for contract award nor shall it entitle the Tenderer to make any claims whatever and seek indemnity from the Fund by virtue of having responded to this advertisement.

 

Signed

Director-General/Chief Executive