Invitation to Tender at National Sports Commission

National Sports Commission,

The Presidency

Federal Secretariat Phase 1, Shehu Shagari Way, Abuja

Invitation to Tender

1.0        Introduction:

Following the performance Review of Nigerian Athletes in the 2012 Olympic Games and sequel to the Hon. Minister/Chairman National Sports Commission’s understudy of some Performing Countries’ preparations for Sporting events, the National Sports Commission has considered the compelling need for establishment of High Performance Centre in Abuja with a view to providing conducive platform for preparation of Athletes for sundry Sporting events in order to enhance the Country’s quest for harnessing laurels in International Sporting competitions. Consequently, and in line with requirements of the Public Procurement Act 2007, the Commission hereby invites interested and reputable Contractors and Companies with requisite competences to tender for the following Works and Goods for establishment of Human Performance Centre in the National Stadium Abuja, under the 2013 Capital Supplementation Budget:

1.1     Works and Goods:

Lot 1:          Construction of Athletes Hostel and External Works at Abuja.

Lot 2:          Construction of Kitchen and Restaurant at Abuja.

Lot 3:          Supply and Installation of Rehabilitation, Strengthening and Conditioning Equipments to the proposed Human Performance Centre at the National Stadium, Abuja.

Lot 4:          Supply and Installation of Performance Gymnasium Equipment to the Proposed Human Performance Centre at the National Stadium, Abuja.

Lot 5:          Supply and Installation of Laboratory Testing, Field Testing, Performance Analysis and other related Equipment to the proposed Human Development Centre at the National Stadium, Abuja.

 

2.0     Requirements:

2.1     Interested Firms or Contractors are expected to be Technically and Financially competent and must present proof of the following mandatory requirements:

i.        Registration with Corporate Affairs Commission.

ii.       Registration of VAT and evidence of Remittance.

iii.      Last three (3) Years (2010, 2011 and 2012) Tax Clearance Certificate.

iv.      Compliance with PENCOM and evidence of Remittance in respect of Staff contribution; and

v.       Evidence of compliance with ITF contribution.

2.2     Other Requirements to be Submitted are as Follows:

i.        Evidence of previous experience in execution of similar Projects with copies of letters of awards and completion Certificates.

ii.       Evidence of Financial Capability such as recent Bank Statement and/or Credit Lines from Banks and not letter of introduction.

iii.      Evidence of Acquisition/Lease of Equipment relevant to job execution; and.

iv.      Evidence of adequacy of Personnel (with details of qualification of key personnel) to execute the project.

v.       Registration with relevant professional bodies with cognate experience; and

vi.      Evidence of competences in setting up Sports Science and High Human Performance Equipment.

 

3.0     Method of Application:

3.1     Interested Bidders are required to collect tender documents from the Office of the Deputy Director (Procurement) National Sports Commission, on 1st Floor Room 3A 1.56 Federal Secretariat, Phase I, Abuja, upon presentation of evidence of payment (Treasury Receipt) of Tender Fee of Thirty Thousand Naira (N30,000.00) only, per Lot in favour of National Sports Commission, either in Bank Draft or into the Commission’s Account Number as follows:

 

Account Name:   National Sports Commission

Account No.:       0023905565

Bank:                   GTBank

Branch:               Wuse II, Abuja.

4.0     Submission and Opening of Tenders:

4.1     The completed Tenders are to be packaged separately for both Technical and Financial Bids in three (3) copies each i.e. (1) original and two(2) copies in sealed envelopes clearly marked either Technical Tender or Financial Tender and both sealed in a third envelope marked with the appropriate Project Title, Lot Number and Company Name at the top right hand corner-addressed to the Secretary, Ministerial Tenders Board, National Sports Commission, Federal secretariat, Phase I, Abuja and deposited in designated Boxes in the Minister’s Conference Room of the Commission, on the First Floor Federal Secretariat, Abuja, not later than 12.00 noon on Tuesday 17th September, 2013. Late submission will not be accepted.

4.2     All Bidders should note that all Tenders will be opened immediately after close of Tender submission deadline at 12.00 noon on Tuesday 17th September, 2013 in the Minister’s Conference Room on the First Floor at the National Sports Commission Headquarters. Please note that only Technically qualified companies from shall be considered for Financial Evaluation. All Bidders and interested Civil Society Organizations are also hereby invited to witness the Tender Opening Exercise as stated above.

Signed

Management

 

Invitation to Tender at SURE- MCH Project

National Primary Health Care Development Agency Subsidy Reinvestment and Empowerment Programme, Maternal and Child Health Services (Sure-P, Mch Programme) No. 1, Mubi Close, Off Emeka Anyaoku Street, Area 11, Garki, Abuja

Invitation to Tender

A.      Introduction:

The SURE- MCH Project aims to mitigate the impact of subsidy reduction on the vulnerable population and initiate a robust social safety net mechanism for Nigerians. The programme specifically seeks to contribute to the reduction of Maternal, Newborn and Child morbidity and mortality through expanded access to an integrated package of qualitative health services in underserved and hard to reach communities across Nigeria

 

The NPHCDA- SURE-P through the maternal and child component (MCH) in compliance with the Procurement Act 2007 therefore invites interested and reputable Contractors and Suppliers for the procurement of the following under listed items:

 

B.      Project Description:

 

S/N Projects/Items Description

 

Lot No.
1 Supply of Drugs and Consumables

 

Lot 1
2 Supply of Mama Kits

 

Lot 2
3 Supply of Solar Lamps for PHC centres

 

Lot 3
4 Supply of Handheld Ultrasound Machine

 

Lot 4
5 Supply of Hospital Motor Ambulances

 

Lot 5
6 Construction of Accommodation units for Health Workers

 

Lot 6

 

C.      General Requirements:

1.       Receipt of Non Refundable processing Tee of Ten Thousand naira (N10,000) obtained through a Bank draft………………. (Photocopy)

 

2.       Certificate of Incorporation / Registration with Corporate Affairs Commission(CAC) ……………..(Photocopy)

 

3.       Evidence of Tax Clearance Certificate for the last three years (2010, 2011, 2012) corresponding to declared Turnover. ………………..(Photocopy)

 

4.       Evidence of VAT Registration with TIN No. and remittances…………. (Photocopy)

 

5.       Company Audited Account for the last three years (2010, 2011, 2012) duly signed and stamped by a professional Accounting /Audit Firm showing Annual Turnover. …………(Photocopy)

 

6.       Bank Reference Utter with Evidence of financial capability or specific statement of financial support from a licensed commercial bank…………… Original).

 

7.       Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, job completion certificates (please provide contact addresses of the clients for verification purposes …………(photocopy)

 

8.       Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act, 2004, including remittances of employee’s pension contribution deductions.

 

9.       Evidence of current registration with Pharmacists Council of Nigeria (PCN) for Supply of Drugs and Consumables, (for LOT 1)………… (photocopy) .

 

10.     Comprehensive Company profile, including list of names of key personnel to be involved in the project, stating their technical qualifications and experience and list of construction equipment, (for LOT5)

 

11.    Evidence of registration of key staff with relevant professional bodies. …….(Photocopies) (for LOT 5)

 

D.     Collection of Bid Documents:

 

All interested bidders should collect bidding documents from NPHCDA / SURE-P MCH Procurement Unit Office at No 1 Mubi Close, Off Emeka Anyaoku Street, Area 11, Garki, Abuja. upon presentation of a non refundable fee of Ten Thousand (N 10,000) in certified Bank draft issued in favour of SURE-P MCH. (Please; write the Name of your Organisation at the back of the draft)

 

E.      Submission of Application:

 

All bidders should submit their bids in sealed envelopes clearly marked with the following details;

Relevant LOT NO.

Name of Company, Address, and Valid Contact Phone number. and addressed to;

 

The Executive Director/CEO,

SURE-P MCH, No 1 Mubi Close,

Off Emeka Anyaoku Street, Area 11, Garki, Abuja.

 

ii.       The documents should be deposited in the Tender Box provide SURE -P, MCH Procurement Unit, No. 1 Mubi Close, Anyaoku Street, Area 11, Garki, Abuja.

 

iii.      Closing date and time of submission of documents is Tuesday, 17th September, 2013, Late Submission will Not be accepted under any circumstances.

 

F.     Opening of Tender:

Opening of the received documents will commence at same day 1:00pm on Tuesday, 17th September, 2013 at the NPHCDA Headquarters Office, Plot 681/682 Port- Harcourt Crescent, Off Gimbiya Street, Area 11 Garki -Abuja All bidders and/or their representatives. Relevant Professional Bodies and NGO’s are invited to witness the public opening exercise accordingly.

 

Please note that;

1.       All CAC, VAT, PENCOM and TAX Certificates may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Services (FIRS), National Pension Commission and other relevant bodies for Verification.

 

2.       Only successful bidders will be invited for the next stage of the bidding process.

 

3.       The NPHCDA reserves the right to reject any or all documents it considers to be of doubtful authenticity or all submissions that do not meet the requirements as specified.

 

4.       The evaluation of the received documents shall be strictly based on the requirements as specified above.

 

Signed:

NPHCDA Management

 

Invitation to Bids at Kano State Drugs & Medical Consumables Supply Agency (DMCSA),

Invitation to Bids

Kano State Drugs & Medical Consumables Supply Agency (DMCSA),

Tender for Framework Contract for the Supply of Health Commodities

Tender No. DMCSA-2-2013

1.       The Drugs & Medical Consumables Supply Agency (DMCSA), Kano has responsibility to procure, store and distribute Medicines, Medical and Laboratory Supplies and other Medical consumables in Kano State. The DMCSA was established on 23rd, June 2009, as per Kano State Drugs and Medical Consumables Supply Agency Law 2009 (1430A.H.)

 

2.       The DMCSA invites seated bids from eligible bidders for the supply and delivery of health commodities (pharmaceuticals, pharmaceutical raw materials and medical supplies).

 

3.       The quantities specified are estimated quantities only Any supplies to be provided under the contract to be agreed shall be ordered by the issue of table of award under a framework contract for one year with the following features:

 

a.       One full year fixed price starting from contract signing date.

b.       Delivery shall be affected on partial installment as shall be specified in the schedule of delivery.

c.       Quantities delivered shall be at 25% (Fixed range variation) of quantities in the schedule of requirements depending on the actual need of DMCSA.

 

4.       Bidding will be conducted through the national open competitive bidding procedures as described in the DMCSA Procurement Procedures Manual.

 

5.       Interested eligible bidders, or their representatives may obtain the bidding documents from the procurement office / DMCSA. Further information may be obtained at the address given below from 0830 to 1330 hours local time (Monday to Friday, except national public holidays).

 

6.       In order to bid, a complete set of the bidding documents has to be purchased by interested bidders up to 1.00 pm before the closing date upon payment of a non-refundable fee of Twenty Thousand Naira Only (N20,000.00) paid in bank draft payable in the name of; Unified Drugs Revolving Fund Expd.

 

6. b    Schedule of Requirements

Interested companies must submit the following documents:

i.        Certificate of Incorporation or Business name Registration with Corporate Affairs Commission (CAC)(including Certificate, CO2 and CO7 forms)

ii.       A valid Pharmacists Council of Nigeria (PCN) registration of Premises or evidence of current registration.

iii.      A valid License of the superintendent Pharmacist to Practice or evidence of current registration.

iv.      Contact Address, including official phone numbers and e-mail address.

v.       Evidence of tax clearance Certificate for the last three (3) years.

vi.      Each application shall be accompanied by a photocopy of evidence for purchase of tender document.

vii.     The result of the exercise will be released on Friday, 20th of September, 2013 by 12.00noon. This will be displayed at the Agency’s notice board through the applicants/companies e-mail addresses.

 

7.       Bids must be delivered to the address below on or before 10th September 2013 at 12:30 pm. on Electronic bidding will not be permitted. Late bids will be rejected.

 

8.       Bids will be opened in the presence of the bidders or their representatives who choose to attend at the address below at 12:30 pm. on 10th September 2013. All suppliers’ bids must be accompanied by a Bid Security of not less than Two percent (2%) of the bid amount. The Bid Security must be in form of a Bank Certified Cheque or Bank Guarantee issued by a reputable bank agreeable to the Purchaser. The Purchaser shall not be liable for any bid not deposited in the tender box.

 

9.      For purchase of bid document., submission and any other information, please contact:

 

Drugs & Medical Consumables Supply Agency

(DMCSA);

No. 2,Ibrahim Taiwo Road,

Kano.

E- Mail: ksdmcsa2010@yahoo.com

Tel: 08033323190, 08176360031

 

 

Invitation to Bid at Water Corporation of Oyo State

Government of Oyo State

Water Corporation of Oyo State

 

Invitation to Bid

 

1.       Water Corporation of Oyo State on behalf of Oyo State Government hereby invites bids from reputable firms for the execution of the following projects as contained in the approved year 2013 Budget.

Project (i) Purchase and Installation of Electromechanical Equipment (LOTS 1&2)

Project (ii) Purchase and Installation of High and Low Lift Pumps and a Generator for Eruwa Water Supply Scheme

 

2.       Interested bidders must submit the following documents:

(i)      Evidence of registration with Oyo State Bureau of Public Procurement

(ii)     Evidence of company registration with the Corporate Affairs Commission

(iii)    Evidence of payment of personal Income Tax by at least 2 Directors of the Company.

(iv)    Evidence of successful completion of similar projects in the past i.e. letters of award of contract and certificate of completion.

(v)     Evidence of Business premises Registration with Ministry of Commerce

3.       Complete set of tender documents can be obtained by interested bidders from the Office of the General Manager, Water Corporation of Oyo State upon the payment of non-refundable fee of Twenty-five Thousand Naira (N25, 000.00) for each Lot.

4.       Submitted bids must be made in English language and pricing should be in Naira and Kobo.

5.       Any clarification on bids should be directed to the General Manager, Water Corporation of Oyo State and should reach him at least one week before the closing date for bids.

6.       Fully completed tender documents shall be enclosed in sealed envelope clearly marked at the top left hand corner by legibly indicating the particular project of interest.

and addressed to:

The Secretary

Oyo State Tenders Board,

Office of the Executive Governor,

Secretariat, Ibadan.

To reach him not later than 10.00a.m. on 5th September, 2013.

7.       Bid will be opened in the presence of the Bidders’ Representatives who choose to attend at the office of the Executive Governor, Secretariat, Ibadan at 11.00a.m. prompt on5th September 2013.

8.       For further information, interested bidders can contact:

The General Manager,

Water Corporation of Oyo State,

P.M.B.5339,

Secretariat,

Ibadan

Tel. No: 08033263068

 

 

Invitation to Bid at Federal Science and Technical College UROMI, Edo State

Federal Science and Technical College UROMI, Edo State

Invitation to Bid

The Federal Science and Technical College, Uromi Edo State hereby invites interested and competent companies/contractors to submit technical and financial bids for the following works and supplies to the college.

 

Scope of Work

Lot 1:          Construction of 1No. Mechanical fabrication workshop

Lot 2:          Construction of 1No. Home Economics workshop

Lot 3:          Renovation of 1No. Electrical Radio Television workshop

Lot 4:          Procurement and Installation of Equipment for Agricultural Mechanization

Lot 5:          Procurement and Installation of Equipment for Computer Craft practice.

Lot 6:          Procurement and Installation of Science Equipments

Lot 7:          Procurement and Installation Materials for Science and technical subjects

Lot 8:          Procurement of Equipment for Catering Craft practice.

Lot 9:          Procurement and Installation for Radio/TV and electrical workshop.

Lot 10:        Procurement and Installation of Equipment for Carpentry and Joinery

Lot 11:        Procurement of Equipment for Business Trade

Lot 12:        Procurement of Consumable Training Materials for Vocational and Technical Trades

Lot 13:        Procurement of installation of Equipment for BBC workshop.

Requirements

All bids must be accomplished with the following documents:

1.       Evidence of registration with corporate affairs commission, articles and memorandum of association.

2.       Evidence of tax clearance certificate in the last 3 years, ending, 31st December, 2012

3.       Evidence of VAT registration and remittances

4.       Evidence of pension remittances

5.       Company bank statement for last 12 months and bank reference from a Nigerian Bank.

6.       Verifiable evidence of similar jobs successfully completed in the last 3 years

7.       Full details of the company’s indicating the personnel /technical officers to be attached to the profile,  Stating roles, designation, qualification and experience. Attach photocopies of professional certificates and curriculum vitae (CV) where applicable. The company Name legal status verifiable contact address, e-mail, telephone numbers and website if any.

8.       List of equipment to be deployed for project, stating whether owned or leased.

9.       Bidding documents can be obtained from the office of Vice Principal (Special Duties) on payment of the following Tender Fees

For Construction Jobs:     N25,000.00 bank draft

For Supplies:                      N15,000.00 bank draft

Payment to principal FSTC Uromi

Submission

The Tender Documents shall be submitted in two (2) copies, with all pages duly endorsed by the bidder and thereafter, sealed and labeled (Technical and Financial bids as appropriate) separately and the two envelopes put in another envelope that shall be sealed and labeled as the technical and financial bids and delivered by hand to:

The Secretary,

School Tenders Board,

On or before 12noon on 16th September 2013.

 

The opening will be on the same day at 1.00pm

 

Signed:

Secretary

School Tenders Board