Invitation to Tender at Federal Government Girls College Abuloma Port Harcourt, Federal Ministry of Education

Federal Ministry of Education

Federal Government Girls College Abuloma Port Harcourt

 

Invitation to Tender

 

1.0     Preamble:

In compliance with the requirement of the put Government on procurement of goods, works and services by Federal Government Ministries and Parastatals.

 

The Federal Ministry of Education wishes to invite suitable and qualified companies for projects of Federal Government Girls’ College Abuloma, Port Harcourt in the areas specified hereunder.

 

2.0     Project Specified:

Procurement of work category A-No: CP/FGGC/ABL/WKS/NS/01/2012.

 

Lot Description of Item

 

Quantity

 

Bid Security

 

Bid Validity

 

Delivery Date

 

Location

 

1 Construction of One Library 23020101 CODE

 

1No

 

2.5% of total cost or Bank guarantee

 

within 60 days

 

90 days

 

FGGC Abuloma

 

2 Renovation of Agric & Science Lab 23030101 CODE

 

1 No

 

2.5% of total cost or Bank guarantee

 

within 60 days

 

90 days

 

FGGC

Abuloma

 

3 Renovation of 10 Nos. Classrooms 23030101 CODE

 

10

 

2.5% of total cost or Bank guarantee

 

within 60 days

 

90 days

 

FGGC

Abuloma

 

4 Renovation of Handball Court 23020101 CODE

 

1 No

 

2.5% of total cost or Bank guarantee

 

within 60 days

 

90 days

 

FGGC Abuloma

 

5 Renovation of Science Lab. 23020101 CODE

 

1 No

 

2.5% of total cost or Bank guarantee

 

within 60 days

 

90 days

 

FGGC Abuloma

 

 

 

NB: Projects must be delivered on or before the Delivery Date specified above

 

Qualification/Tender Requirements:

(i)      Evidence of registration with Corporate Affairs Commission – from co2 and co7.

(ii)     Copy of current tax clearance certificate for the last (3) years expiring December 2011,

(iii)    Copy of VAT registration certificate

(iv)    Verifiable evidence of similar jobs successfully executed in the last 3 years (photographs/ completion certificates and similar on-going jobs if any) should be enclosed.

(v)     Full details of the company’s profile indication the list of key personnel/technical officers to be attached, the company’s name, legal        status, verifiable contact address, e-mail and telephone numbers are essential.

(vi)    Provide evidence of financial capability, (e.g. statement of audited  company’s account)

(vii)   Evidence of payment of pensions and social security contributions.

(viii)  Tender/bid security (2.5% of the contract cost) or bank guarantee.

(ix)    Evidence of payment of non-refundable tender fee of N10,000.00 only in favour of the principal, Federal Government Girls’ College, Abuloma.

(x)     Provide any other relevant information that may enhance the chances of company.

 

Purchase of Tender Documents:

Interested Companies are required to purchase Bid documents from the secretary School Tender Board (STD) upon presentation of evidence of payment of non-refundable tender fee of N10, 000.00 only, in favour of the Principal, Federal Government Girls’ College, Abuloma.

 

Submission Procedure:

Completed Tender documents should be submitted in two (2) envelopes duly marked original copy and enclosed in a sealed envelope marked Tender for 2012 Capital project works or goods addressed to: the Principal Federal Government Girls’ College, Abuloma and deposited same in the Tender Box at the secretary’s Office on or before 8th October 2012.

 

Inspection Visit:

Tenders are advised to visit the school project site before submission of completed tender Documents.

 

Closing Date:

Submission of Tenders Close on 8th October, 2012 at 12.noon.

 

Opening:

All bids will be opened on the same day in the College Multipurpose Hall. Representatives of Bidding Companies are invited to witness the opening.

 

Note: (i)      The eventual winner will be required to submit Performance Guarantee in the sum of 10% Contract Sum.

(ii)     Only the best/lowest responsive evaluated bid shall be selected. The Tenders Board is not Bound to accept the lowest bid.

 

3.0     Collection and Submission for Tender:

Tender documents are to be collected from the secretary School Tender Board (STD) upon presentation of evidence of payment of non-refundable tender fee of N10,000 only.

 

Completed Tender documents should be submitted in two (2) envelopes duly marked original and copy and enclosed in a sealed envelope marked Tender for 2012 Capital Project works or goods addressed to the Principal, Federal Government Girls’ College Abuloma and deposited same in the Tender Box at the secretary’s Office on or before 8th October 2012.

 

4.0     Opening of Tenders:

The Tender will be opened at 12.00 noon on the closing date at the assembly Hall, 8th October, 2012.

 

Please Note:

a.       Late submission of Bid will be rejected

b.       False claims and failure to comply with the instruction above or to provide any of the listed documents may automatically lead to disqualification.

c.       Nothing in this advertisement shall be construed to be a commitment on the part of the Ministry/College for acceptance of the tender.

d.       Any company not formally suitable or qualified, is not entitled to make any claims what so ever respect of any expenses incurred in preparing a tender response.

 

Signed:

Principal, F. G. G. College,

Abuloma.

Re: Invitation for Submission of Technical and Financial Bids on Works and Goods Appropriated in Year 2012 Budget at National Inland Water Ways Authority

National Inland Water Ways Authority

 

Addendum

 

Re: Invitation for Submission of Technical and Financial Bids on Works and Goods Appropriated in Year 2012 Budget.

 

The Management of National Inland Waterways Authority wishes to draw the attention of the General Public to the Advertisement in respect of the above mentioned projects placed in the Guardian of Wednesday 12th September, 2012 page 13 and Daily Trust, page 37 of Wednesday, September 12th 2012 respectively.

 

Please be informed that in addition to the Tendering requirement as stated in the earlier advertisements, all interested companies are also required to note:

  • That Financial proposal (Tender/Bids) in Works procurement shall be submitted with Bid Bond with value not less than 1% of the sum quoted.
  • That bidders are advised to ignore the clause on registration of company with professional Bodies e.g. COREN, etc.
  • That closing date for the submission of tender is now scheduled on or before 24th October, 2012, by 12.00pm. While opening of submitted bids will held at 2.00pm, 24th October, 2012 at the Conference hall of NIWA Headquarters, Lokoja.

 

Any inconvenience caused as a result of the additional information is regretted please.

 

Signed:

Management.

Submission of Pre-Qualification and Tenders Documents at National Health Insurance Scheme Corporate Headquarters, Abuja

National Health Insurance Scheme Corporate Headquarters, Abuja

 

Submission of Pre-Qualification and Tenders Documents

 

The National Health Insurance Scheme is an agency of the Federal Government of Nigeria established for the purpose of Facilitating easy access to quality healthcare services for all Nigerians. The Scheme intends to undertake the procurement of Digital Corporate Information Display System and Digital Conference Systems.

 

In compliance with the Public Procurement Act 2007, the Scheme hereby invites interested and reputable firms with relevant experience and good track record to submit documents necessary for consideration for the execution these projects.

 

Description of Projects

Lot 1:                   Digital Wireless Conference System.

Lot 2:                   Digital Touch Screen Information Display Systems

 

Requirements

Prospective bidders are required to submit the following documents:

i.        Certificate of incorporation/Registration with Corporate Affairs Commission (CAC)

ii.       Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act of 2004

iii.      Tax Clearance Certificate for the last three (3) years (2009, 2010 & 2011)

iv.      A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence.

v.       Evidence of VAT Registration with TIN No.

vi.      Evidence of Registration with financial Reporting Council of Nigeria.

vii.     Verifiable list of similar jobs successfully executed in the last three years including letters of award, project cost and contact address of the clients

viii.    Evidence of financial capability to execute the projects (Bank guarantees from reputable banks will form part of the evaluation criteria)

ix.      Company profile and Technical qualification of key personnel with evidence of experiences on similar jobs.

x.       Company Audited Accounts for the last three years (2009, 2010 and 2011) showing annual turnover

 

Collection of bid documents

Interested firms are to collect bid documents from the Head, Procurement Division, Room 209, National Health Insurance Scheme (NHIS), Plot 297, Shehu Yar’Adua Way Utako District, Abuja. Upon the presentation of a proof of a non refundable payment of N20,000.00 (Twenty Thousand Naira only) bank draft in favour of National Health Insurance Scheme.

 

Submission of Tenders and Closing date:

Two copies of the documents in a sealed envelope and clearly marked “Pre-qualification/Financial Bids Documents” with appropriate Lot number marked with project title boldly written at the right hand corner of the envelope should be addressed to:

 

The Head, Procurement Division

National Health Insurance Scheme (NHIS)

Plot 297, Shehu Yar’Adua Way

Utako District,

Abuja.

 

The sealed envelope should be deposited in the Tender Box in the office of the Head, Procurement Division, Room 209, National Health Insurance Scheme (NHIS), Plot 297, Shehu Yar’Adua Way Utako District, Abuja on or before 18th October, 2012, by 4:30pm. Late submissions will not be accepted please.

 

Opening:

Opening of the received documents will commence on 19th October, 2012 by 10.00am at the NHIS Board Room. All bidders and/or their representatives, Relevant Professional Bodies and NGOs are invited to witness the Public Opening exercise accordingly.

 

Please Note:

i.        All CAC, VAT, PENCOM and TAX Clearance Certificate may be referred to the security agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission and other relevant bodies for verification.

 

ii.       The NHIS reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

 

ii.       The Evaluation of the received documents shall be strictly based on the requirements as specified above; and

 

iv.      Only the financial bids of companies that have been successfully screened and found competent will be considered.

 

Signed

Head, Procurement Division

For: Executive Secretary

 

Invitation for Bids at Nasarawa State Aids Control Agency/Lafia (NASACA)

Invitation for Bids

 

Nasarawa State Aids Control Agency/Lafia (NASACA)

Issuance Date: 24th September, 2012

Credit No: 45960, IFB No: NS/NAS/NCB/GDS/001/2012

 

Procurement of Motor Vehicle

 

1.       The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Second HIV/AIDS Program Development Project (HPDP 2), and it intends to apply part of the proceeds of this credit to payments under the contract for Procurement of Operational Vehicles for the Nasarawa State AIDS Control Agency (NASACA).

 

2.       The Project Implementation Unit of the Nasarawa State AIDS Control Agency (NASACA) now invites sealed bids from eligible and qualified bidders for:

 

Category Description  Qty  Delivery Period  Bid Security  Delivery/Location 
60 Days At least 2.5%  Nasarawa State AIDS Control Agency former Lafia Hotel Premises Shendam Road, Lafia 
A Vehicles 
Lot 1 4×4 Double cabin Pick -Up Van 2 60 Days At least 2.5%  Nasarawa State AIDS Control Agency former Lafia Hotel Premises Shendam Road, Lafia 

 

3.       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 (January 2011 Edition), and is open to all bidders from Nigeria.

The Purchaser’s evaluation of the bid will consider the right specification and the price factors. Bidders are required to submit bids for the entire quantity within lot and item(s). Incomplete or partial Bids will not be considered. The evaluation of bids and contract award will be carried on “lot by lot” basis. Cross – discounts will not be accepted

 

4.       Interested eligible bidders may obtain further information from Project Implementation Unit of the Nasarawa State AIDS Control Agency, (NASACA) Lafia.

Attn: Procurement Officer, and inspect the Bidding Documents at the address given below from 8:00 a.m. to 4:00 p.m., Nigerian time.

 

5.       Qualifications requirements include:

 

a)      Financial Capability for the Bidder

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s): the average Annual Turnover within the last three (3) years not less than:

N2 million for Lot 1;

 

In any case, the turnover must be the sum of required turnover for all Lots for which the Bidder is submitting the bid.

b)      Evidence of registration with corporate Affairs Commission.

Evidence of experience in similar project executed and

Evidence of tax payment for the last 3 years.

 

c)       Experience and Technical Capacity for the Bidder

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): during the past five (5) years the Bidder must have completed at least two (2) successful contracts as a contractor involving the delivery of similar equipment or item.

 

Note: (i)      The past five (5) years shall be determined to have begun five (5) years prior to the publication date of the Invitation for Bids and will not be altered in the case of a postponement of the deadline for bid submission.

(ii)     Successful shall mean that relevant contract terms have been met to the   satisfaction of the Client.

Note that additional details are provided in the Bidding Documents.

6.       Tender documents are obtainable at Nasarawa State Aids Control Agency (NASACA) former Hotel Premises Shendam Road, Lafia within work hours i.e. 8am – 4pm on working days, before closing date, upon payment of a non refundable tender fee of N 10,000.00 (Ten Thousand Naira only) for the lot payable to Nasarawa State AIDS Control Agency (NASACA), Lafia Account Number 2016116957

 

7.       Bids must be delivered to the address below on or before 24th October, 2012,  by 10:00 a.m. Nigerian time. Electronic bidding will not be permitted.

 

Late bids will be rejected.

 

Bids will be opened in the presence of the bidders’ who choose to attend in person or authorized representatives at the address below at 11:00 a.m. Nigerian time, on 25th October, 2021. All bids must be accompanied by a Bid-Securing Declaration, according to the form included in the Bidding Documents.

 

8.       Address for information and submission:

 

The Executive Director

Attention: Procurement Officer

Address, Nasarawa State AIDS Control Agency, former Lafia Hotel,

Premises, Shendam road Lafia Nasarawa State – Nigeria.

Tel.: +234 706 590 1531, 0803   3559 058

Email: nashpdpl@yahoo.com

Call for Interest (Suppliers) at ACF International

Call for Interest (Suppliers)

 

ACF International is a network of Non-Governmental Organizations striving to save lives by eliminating hunger through the prevention, detection, and treatment of malnutrition.

 

ACF has been working in Nigeria since 2010 focusing on Nutrition, Food Security and Livelihoods, and Water and Sanitation

 

Presently, we are developing/renewing the list of suppliers in Abuja (unless otherwise specified) providing the following materials and services:

 

  • Builders (Property Developers)
  • Kitchen and Household Items
  • Pharmaceuticals and Clinic Items
  • Plumbing and Electrical items
  • Food (Vegetables and Fruits)
  • Food Groceries
  • Food (Poultry, Fish, Meat etc)
  • T-shirts and branding items (ACF Logo)
  • Water (Drinking)
  • Tax Consultants
  • Facility Management Company
  • Internet Service Provider
  • Nigerian Visa Immigration Agents
  • Taxi Service/Car Rental
  • Generator Purchase and Service Agreements
  • Vehicle Insurance and Tracking Services
  • Travel Agents
  • Real Estate Agents (Dutse and Abuja)
  • Stationary
  • Computers and Accessories
  • Printing and Photocopying Services
  • Vehicles and Vehicle Spare Parts
  • Customs Clearance Agent (Abuja and Lagos)
  • Furniture
  • Health Management Organization
  • Security Company (services and equipment)

 

–         Hotels / Guesthouses – Gwarinpa and Utako (Abuja), Dutse, Damaturu, Maiduguri, Kano

–         Catering company – Provide daily meals for expatriate staff (lunch and dinner) Abuja, Dutse, Damaturu

–         Construction companies – Shelter, Boreholes, rehabilitation etc (Jigawa and Yobe states)

–         Fuel Stations – Gwarinpa and Utako, Dutse, Damaturu, Maidaguri, Kano, Potiskum, Bauchi.

–         Petrol and Diesel Delivery Service – Abuja, Dutse and Damaturu

–         Computer Schools – Abuja, Dutse, Damaturu, Maiduguri

–         Haulage Services / Transporters (Abuja, Dutse and Damaturu)

 

Suppliers interested in being added to our list of selected suppliers, with a view to participating in future restricted tenders and/or in signing framework contracts with us, should submit their request by emailing tender.ng@acf-international.org  or by calling 08129450509 immediately to receive the registration documents.

 

Deadline for submission of registration documents is Monday 1st October 2012.