Open Invitation for Pre-qualification of Contractors for Tertiary Education Trust Fund (TETF) 2012 BOT – Special Intervention Project at Lagos State Polytechnic

Lagos State Polytechnic

Sagamu Road, Ikorodu www.laspotech.net

 

Open Invitation for Pre-qualification of Contractors for Tertiary Education Trust Fund (TETF) 2012 BOT – Special Intervention Project

 

 

1.0     Preamble

Lagos State Polytechnic desires to execute the following Tertiary Education Trust Fund (TETFund) Year 2012 BOT -Special Intervention Project.

The Institution invites reputable and proven contractors for pre-qualification bid for this project:

 

1.1     Construction of 700-Seater Auditorium Complex, equipped with auditorium furniture. (LASPOLY/IKORODU/SP-BOT/TETFUND/2/01)

 

 

 

 

2.0     Pre-Qualification Requirements

All the following documents MUST be submitted by interested applicants as lack of any of these under listed pre-qualification requirements will automatically disqualify the erring applicant.

 

2.1     Copy of the Company’s Certificate of Incorporation or Registration with Corporate Affairs Commission.

 

2.2     Copy of Certificate of Registration with Federal or State Ministry of Works.

 

2.3     Copy of Evidence of Registration with Lagos State Polytechnic.

 

2.4     Copy of the Last Receipt of Remittance of “Pay As You Earn” Tax Deduction of Employees.

 

2.5     Copy of Current Tax Clearance Certificate (2011).

 

2.6     Copy of Payment Receipt for Current Development Levy (2012).

 

2.7     Evidence of Company’s Financial Standing.

 

2.8     Evidence of Previous Jobs Executed.

2.9     Evidence of Technical Competence.

 

2.10   Copy of the Company profile with relevant information on key personnel professional staff, etc.

 

2.11   Any other convincing evidence.

 

 

3.0     Pre-Qualification Fees

 

3.1     Submission of Pre-qualification documents should be accompanied with evidence of payment of N50, 000.00 (fifty thousand naira) only with Bank Draft in Favour of Lagos State Polytechnic, Ikorodu.

 

 

4.0     Method of Application

 

4.1     The Pre-qualification documents should be submitted in wax-sealed envelope for the project bearing no Identification of the bidder externally. But marked with title of the project at the top left hand Corner and addressed to: The Registrar, Lagos State Polytechnic, Ikorodu.

 

4.2     A period of three (3) weeks from the date of this notice will be required for the submission of the completed pre-qualification documents to be dropped inside the Tender Box in the Council Chamber, Lagos State Polytechnic, Ikorodu.

 

N.B: It should be noted that only pre-qualified applicants will be invited to tender for the project and no correspondence shall be exchanged with unsuccessful applicant. This advertisement for open invitation for pre-qualification for proposed tertiary Education Trust Fund Year 2012 Project in the Polytechnic should not be considered as a commitment on the part of Lagos State Polytechnic, Ikorodu; nor shall it entitle any Company to make any claim(s) whatsoever and /or seek any indemnity from the Polytechnic. It is not also an invitation to bid.

 

Signed

Aderonke Olufunke Ige

Registrar/ Secretary, Governing Council

 

Request for Tender (RFT) at Nigeria Northern Education Initiative, Bauchi

USAID

Nigeria Northern Education Initiative

 

RTI International, through the Northern Nigeria Education Initiative (NEI) seeks a qualified service provider to perform data management, data analysis and report writing tasks for an upcoming education assessment in Bauchi and Sokoto States. The work is expected to take place between February-July 2013.

 

To receive the Request for Tender (RFT) application materials, send an email to: gladysy@crea-nei.com .

 

Questions regarding the RFT must be received on or before 3rd December 2012 at 5:00 PM to the same e-mail address. All requests must include contact details and company profile. All application materials are due by 14th December 2012.

 

Electronic submission of proposals can be made by e-mailing to

gladysy@crea-nei.com . Hard copies of proposals are also required and must be received by the stated deadline at:

 

EPM c/o

Northern Education Initiative- NEI,

6 Buzaye Close Off Bendel Road, GRA

Bauchi, Nigeria

 

Only firms with previous and relevant experience in data management and analysis will be considered. Any incomplete proposals will not be considered. RTI will award and single fixed firm price contract with a qualified selected vendor. RTI reserves the right not to award any contract.

 

 

 

Invitation to Bid for Procurement of Disaster Management Equipment at Oyo State Emergency Management Agency (OYSEMA)

Government of Oyo State

Oyo State Emergency Management Agency (OYSEMA)

 

Invitation to Bid for Procurement of Disaster Management Equipment

 

Oyo State Emergency Management Agency (OYSEMA),Office of the

Governor, Ibadan invites suppliers with Reputable and proven integrity to bid for procurement of the Disaster Management Equipment listed below;

(i)                Engine Boats (2)

(ii)             Inflammable Boat (1)

(iii)           Flood Lights (5)

(iv)           Search Lights (5)

(v)             Dry Suits (10)

(vi)           Chain Saw (4)

(vii)        Safety Helmet (10)

(viii)      Camper Blankets(10)

(ix)           Search and Tap Camera

(x)             Cutting machine

(xi)           Forklift

(xii)        Night Vision Goggles and Binoculars

(xiii)      Stretchers

(xiv)      Industrial/Medical Gloves

(xv)        Generator (7.5kva)

(xvi)      Ropes(Static and Dynamic Kemmantle ropes)

(xvii)   Extricating Machine

 

 Bid Requirements

Interested Contractors are to submit the following documents.

(i)                Evidence of Registration with Bureau of public procurement, Governor’s Office, Secretariat, Ibadan;

(ii)             Certificate   of   Incorporation   with   the   Corporate  Affairs Commission;

(iii)           Current Tax Clearance Certificate (3years)

(iv)           Evidence of Current Registration of Business Premises with Oyo State Government;

(v)             The detailed profile of the Company which must include evidence of similar supplies successfully executed in the past i.e. letters of award and Certificates of Completion;

(vi)           Evidence of financial capacity and bank support.

 

 

Collection of Bid Documents

Bid documents can be obtained at Room 66,Oyo State Emergency Management Agency (OYSEMA), Office of the Executive Governor of Oyo State, Secretariat, Ibadan between the hours of 9.00a.m. and 4.00p.m, daily upon payment of the sum of N50,000.00 into OYSG Account No. 0100549285 at WEMA Bank, Ibadan.

 

 

 

Submission of Completed Bid Documents

All bids must be submitted in triplicate sealed envelops and clearly marked (OYSEMA) and shall be addressed and delivered to the address below on before 7th December, 2012;

Room 27

Cabinet Department,

Office of the Executive Governor,

Secretariat,

Ibadan.

 

Please Note that;

  1. Bids will be opened on the 10th December, 2012 at 12 noon at the above address in the presence of bidders who choose to attend;
  2. Further clarifications can be obtained from the office of the Secretary,   OYSEMA,   Office   of   the   Executive   Governor, Secretariat, Ibadan;
  3. No late submission under whatever guise will be entertained and the Agency shall not enter into any correspondence with any Company on the any decision taken by it with regard to this project;
  4. All cost incurred as a result of the Bid invitation and any subsequent information  shall  be borne by the responding Company; and
  5. The Agency reserves the right to verify all documents submitted by bidders.

 

T. N. Mustapha

Secretary, Oyo State Emergency Management Agency (OYSEMA)

 

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 and Consumables for Blood in Jection Safety and Medical Waste Management

Credit No: 4596 – IFB No: SO/HIV/GD/004/NCB/12

 

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

26th November, 2012

 

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 III), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of HIV Test Kits and Consumable for Blood injection safety and Medical Waste Management.

 

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 and Consumable far Blood injection safety and Medical Waste Management.

 

Lot No.

 

Description  Qty Delivery Schedule  Bid Validity Period  Bid SecurityValue

 

Site of Delivery 
1 HIV Test Kits  1 60 Days from the date of contract award  90 days  Not less than 3% of Bid Price 
2 Consumables for Blood Safety and Medical Waste Management  1 60 Days from the date of contract award  90 days  Not less than 3% of Bid Price 

 

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 (NCR) 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 el 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 and 9:00am to 1:00pm on Fridays. except on public holiday

 

6.       Qualifications requirements include: Evidence of Registration with Cooperate Affair, Manufacturer 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 N10, 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 19th December 2012 at 10.00 am. 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 on or before 19th December. 2012 at 10.00am.

 

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@amail.com

 

Invitation for Pre-Qualification of Contractors at State Universal Basic Education Board,Cross River State

Government of Cross River State of Nigeria

State Universal Basic Education Board,

120 Murtala Mohammed Highway, Calabar

 

Invitation for Pre-Qualification of Contractors

 

1        Preamble:

Approval has been granted to the Cross River State Universal Basic Education Board by the TETFUND Board of Trustees to intervene in selected Primary and Junior Secondary Schools in the State for the 2010 Tertiary Education Trust Fund Intervention in Library Development. The work include; supply of assorted books, Library furniture as well as Security Burglary Proof.

 

This supply is to be delivered within 8 to 12 weeks.

 

Accordingly, applications for pre-qualification of contractors are invited from qualified and interested companies registered by the Cross River State Due Process and Price Intelligence Bureau (DPPIB) in the categories E and above.

 

2.       Scope of Work:

This include:-

Primary School:

Lot 1: i)       Supply of selected Textbooks

ii)      Supply of Library furniture.

iii)    Supply of Security Burglary Proof.

 

Junior Secondary School:

Lot 2:          i)       Supply of selected Textbooks

ii)      Supply of Library furniture.

iii)     Supply of Security Burglary Proof.

 

3.       Criteria for Pre-qualification of Contractors:

 

To qualify for pre-qualification, the interested Companies should submit 2 copies of their profiles which should include:-

(a)     Evidence of incorporation of company or business name.

(b)     Registration with Cross River State Due Process and Price Intelligence Bureau (DPPIB) in the relevant category.

(c)      VAT registration and evidence of VAT remittances

(d)     Company Audited Accounts for the past three (3) years (2008-2010).

(e)      Evidence of Tax clearance Certificate for the past (3) years (2008-2010).

(f)      Evidence of financial capability and Bank support.

(g)     Experience/Technical qualification and experience of key personnel

(h)     Evidence of Registration of Technical Personnel with Relevant Professional regulating Bodies

(i)      Equipment and technology capacity.

(j)      Knowledge of the industry/similar projects executed in the past

(k)     Annual turnover of company.

(j)      Names of two (2) Directors of company

 

4.       Publication of Pre-Qualification Result/Invitation to Bid:

 

The pre-qualified list of companies shall be published in the notice board of State Universal Basic Education Board, two (2) weeks after the close of applications for pre-qualifications. Biding documents shall be issued to only successful companies.

 

5.       Mode of Submission/Deadline of Applications:

 

All applications for pre-qualification of contractors are to be submitted in sealed envelope measuring 29.5×36.5cm marked at the top right corner “Pre-Qualification,” according to the Lots specified above and addressed to:-

 

The Executive Chairman

State Universal Basic Education Board

120 Murtala Mohammed Highway

Calabar

 

The applications must reach the PRS Department on or before 24th December 2012. To be submitted on or before Thursday 13th December’ 2012 at 12.00 noon in PRS Dept. Block 10, room 9. The register for the receipt of applications would be closed at 12.00 noon of the day under reference white opening of pre-qualification applications would commence same day at 12.15p.m.

 

All applicants making submission must sign a register in the office of Director (PRS) Department of the Board for proof that the applications were received.

 

Note: Notwithstanding the submission of applications for pre-qualification of contractors, the Board is not obliged to include your company, in the final list of qualified companies, nor shall any form of compensation be paid for responding to this advertisement. Only short listed companies shall be allowed to bid for the works.

 

Any  further  details/clarifications pertaining to this advertisement should be sought from the notice board of SUBEB, Office of the Director (PRS) or from the procurement Unit of the Board.

 

Signed:

Management