Invitation to Pre-qualification and Tender at Rivers State House of Assembly

Rivers State House of Assembly

 

House of Assembly Complex

P. M.B, 6166

Moscow Road

Port Harcourt,

Rivers State, Nigeria.

 

Invitation to Pre-qualification and Tender

 

 

Introduction:

The Rivers State House of Assembly, in furtherance of the visionary leadership of the Rivers State Government through provision of sustainable infrastructures and facilities for the benefit of the state, hereby invites reputable contractors to tender for the Construction of Residential Apartments at the Rivers State House of Assembly Legislators’ Quarters in Port Harcourt.

 

 

2.0:2012 Capital project    Reference No Lot1 (RVHA/DPC/400)

 

Construction of thirty six (36) number 3-bedroom (en-suited) flats with study, in maximum two (2) blocks.

 

3.0:    Pre-qualification Criteria:

Compulsory and mandatory criteria:

i)                   Evidence of Registration with Corporate Affairs Commission (CAC)

ii)                Include CAC registration form CO2 and COT containing  list  of  Directors   and Shareholders

iii)              Evidence of tax Clearance Certificate for the last three (3) years (2009-2011)

iv)              Company Audited Account in the last three (3) years (2009-2011)

v)                A sworn affidavit that all documents submitted are genuine and verifiable

vi)              A sworn affidavit that none of its Directors has been convicted in any country for any criminal offence, including fraud or financial Impropriety.

vii)           Refundable bid security of 2% of bid sum in bank certified draft must accompany bid documents during financial bid.

viii)         A sworn affidavit indicating whether any current officer of the Rivers State Government is a former or present director, shareholder or has any pecuniary interest in the company.

ix)              Evidence of compliance with Part 111, section 14 (6) of the Rivers State Public Procurement Law (2008),

 

 

4:0: Other Criteria

i)                   List and sources of equipment

ii)                Indication of Technical and Administrative staff strength, with academic/professional qualifications and Curriculum Vitae of key personnel available for the project.

iii)              Evidence   of   relevant   and   verifiable experience on similar jobs in Nigeria over the last 5 years stating cost, location and duration of execution.

iv)              Evidence of payment of Value Added Tax

v)                Evidence of Social   Responsibility   in terms endowments, sports, etc.

vi)              Reference letter from contractor’s bank

vii)           Submission of two (2) copies of company profile.

 

 

5.0: Collection of Tender Documents:

Tender documents will be available for collection within the hours of 10:00am to 3:00pm, from 17th September to 28th of September, 2012 with a N350, 000 (three hundred and Fifty Thousand Naira only) non-refundable tender processing fee payable at the Due Process Committee office – Ground Floor, Room 049, Assembly Office Complex.

 

 

6.0: Submission of Tender:

All submissions for Prequalification and Tender should be in a sealed envelope and identified with the project reference number at the top hand corner and marked “Pre-qualification and Tender for Lot 1 (RVHA/DPC/400), and delivered by hand or courier service to reach the address stated below not later than the date below:

The Secretary,

Due Process Unit,

Ground Floor, Room 049,

Assembly Office Complex, Moscow Road, PH.

 

7.0:   Closing Date: Completed Tender Documents should be submitted to the above address on or before 2:00pm, 15th October, 2012.

 

8.0:   Opening Of Bids: All bids will be opened on Friday, 15th October, 2012 by 4.00pm, at Committee Room 3, Ground Floor, Assembly office Complex.

 

Note:

1)      Only successful tenders shall be contacted.

2)      The Rivers State House of Assembly is not bound to accept the lowest tender.

3)      Tenders submitted after the closing date and time will not be accepted.

 

 

Signed:

Sir Emmanuel A. Ogele, (JP)

Clerk of the House

Invitation for Submission of Technical and Financial Bids On Works and Goods Appropriated in Year 2012 Budget at National Inland Waterways Authority

National Inland Waterways Authority

Invitation for Submission of Technical and Financial Bids

On Works and Goods Appropriated in Year 2012 Budget

 

The National Inland Waterways Authority (NIWA), a Parastatal under the Federal Ministry of Transport with Headquarters at Lokoja, Kogi State invites reputable and qualified Contractors with relevant experience to pre-qualify/tender for the following projects:

 

Works

A. Construction of Inland River Port, Makurdi, Benue State

Scope of Work:

Construction of Quay retaining wall, Port buildings, Land reclamation, access road, external works, e.t.c

B. Construction of Uwana Jetty on the Cross-River, Ebonyi State

Scope of Work;

Construction of Jetty Platform, Jetty Buildings, Land reclamation, external works, e.t.c

GOODS:

C.      Procurement/Supply of 1No. Fast Moving 40-45 Passenger Water Bus

Supply and Commissioning of 40-45 Seater Fast Moving Passenger Ferry with full option and Maintenance spare parts, Safety, Navigational and Communication Equipment, Entertainment on board including convenience.

 

 

Collection of Bid Document

Experienced, Registered and well qualified contractors are hereby invited to collect the questionnaires/Tender document from Procurement Unit of National Inland Waterways Authority (NIWA), Lokoja upon tendering evidence of payment of Non-refundable processing fee of N50,000.00 for item A and N25,000.00 for items

B & C above through Bank draft payable to National Inland Waterways Authority. Lokoja.

Technical (Pre-Qualification) Requirements

  • Each contractor is expected to submit the following mandatory documents
  • Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association
  • Evidence of Corporate Registration with COREN
  • Detailed Company profile indicating office Address/location, names and Technical qualification(s) and experience(s)   of key personnel
  • Evidence of company’s current Tax Clearance Certificate for the Last 3year
  • Company Audited Account for the Last 3 years from a Chartered Accounting Firm;
  • Evidence of VAT Registration and Remittance in the last 3 years
  • Evidence of professional competence e,g COREN, NSE etc, Registration of Technical staff
  • Evidence of compliance with Pension Reform Act, 2004 and
  • Evidence of contributions on behalf of employees.
  • Evidence of compliance with ITF Amended Act, 2011
  • Evidence of financial capability to Handle the job and job support/current Reference letter from a reputable Bank
  • List of verifiable documentary evidence of similar jobs successfully executed within the last three (3) years (copies of letters of Award, completion certificates and interim payment certificate) should be attached.
  • Sworn Affidavit in line with the Provisions of Part IV, Section   16,   Sub  Section  6   (e-f)  of the  public Procurement Act, 2007.
  • All proposal in works procurement must be accompanied by a Bid Security of not more than 2% of the bid price.
  • Evidence of Dealership or Manufacturers Authorisation where applicable.

Submission

Completed Pre-qualification and Financial Bid documents should be written in English Language, signed, sealed and marked “CONFIDENTIAL” and packaged separately and placed together in one larger envelope, Each envelope should he clearly marked accordingly to indicate Pre-Qualification  and Financial Bid with “Project Title and addressed to:

The Managing Director

National Inland Waterways Authority,

Headquarters,

Lokoja.

Kogi State

The documents be submitted not later than 10th October, 2012 into a specially made box marked “Tender Box” at the NIWA Headquarters, Lokoja by 12.00 noon

Opening of Tender Documents

(i)      All Technical Proposals shall be opened on Wednesday 10th October, 2012 in the presence of Contractors or their Representatives by 2.00pm at the conference hall of NIWA Headquarters, Lokoja

(ii)     Only Pre-qualified applicants will be invited for the Financial bids opening.

 

Please Note

(a)    Late submission shall be rejected

(b)     NIWA will not be liable for any cost on the part of the Tenderer

(c)      Due Diligence would be followed as all documented claims by all contractors must be verified.

Signed

Management

Invitation for Bids (IFB) at National Institute for Pharmaceutical Research and Development (NIPRD), IDU, Abuja.

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Health

National Institute for Pharmaceutical Research and Development (NIPRD), IDU, Abuja.

 

Credit No: IDA 4304 UNI

 

Procurement and Installation of Scientific Equipment

 

IFB No: STEP-B / NIPRD / GDS / NCB / 01 / 12 Issued Date: Wednesday 12th, September, 2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and 2 National Dailies of the same date.

2.       The Federal Government of Nigeria has received a credit from the international Development Association (IDA) toward the cost of Science and Technology Education post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement and Installation of Scientific Equipment.

3.       The Science and Technology Education Post Basic (STEP-B) Project, National Institute for Pharmaceutical Research and Development (NIPRD), Idu, P.M.B 21, Garki, Abuja, now invites bids from eligible and qualified bidders for the Procurement and Installation of the following:

 

Lot No.

 

Item Description

 

 

Supply and Installation of  Scientific Laboratory Equipment

 

Quantity

 

Bid Security

 

Delivery Period

 

Location

 

1. Pharmacological Screening Laboratory

Equipment

 

9

 

At least 2.5% of bid price

 

60 days

 

STEP-B office, NIPRD Idu, Abuja

FCT.

 

2.

 

General Laboratory Equipment

 

20

 

At least 2.5% of bid price

 

60 days

 

STEP-B office, NIPRD Idu, Abuja

FCT.

 

3.

 

Microbiological Screening Laboratory Equipment

 

1

 

At least 2.5% of bid price

 

60 days

 

STEP-B office, NIPRD Idu, Abuja

FCT.

 

4.

 

Pharmaceutical Technology Laboratory Equipment

 

6

 

At least 2.5% of bid price

 

60 days

 

STEP-B office, NIPRD Idu, Abuja FCT.

 

 

 

 

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

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB), a procedure 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, STEP-B Project, National Institute for Pharmaceutical Research and Development (NIPRD), Idu, Abuja and inspect the bidding documents at the address given below, between the hours of 8.00 am to 4.00pm Mondays to Fridays, except on public holidays.

6.       Qualifications requirements include:

(i)      Evidence of previous supply (sale) of similar equipment for the past five (5) years,

(ii)     Audited financial statements for the last three (3) years,

(iii)    Manufacturers’ Authorization for equipment not produced by the company.

 

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 N10,000.00 (Ten Thousand Naira only). The method of payment will be Cash or Bank Draft in favour of STEP-B Project, National Institute for Pharmaceutical Research and Development (NIPRD), Idu, Abuja. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

8.       Bids must be delivered to the address below on or before 12:00 noon local time on Wednesday October 10, 2012. Electronic bidding will not be permitted and late bid 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 Wednesday October 10, 2012 at 12:00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

9.       The address referred to above is:

The Project Manager,

Science Technology Education Post Basic (STEP-B) Project,

National Institute for Pharmaceutical Research and Development (NIPRD), Idu, Abuja

Tel: 08077758616,08036133060

E-mail: stepb_niprd_ad@yahoo.com

Advertisement for Expression of Interest Appointment of External Auditors to the University at Kwara State University, Malete

Kwara State University, Malete

REF: KWASU/ADM/251/VOLI/213

DATE: 5th September, 2012

 

Advertisement for Expression of Interest Appointment of External Auditors to the University

 

 

The Kwara State University invites interested Audit Firms to express their interest for appointment as External Auditors to the University. Such applications must include the following:

 

1. The name 2nd address of the firm

 

2. Evidence of Registration and License to operate as External Auditors

 

3. Experience in Auditing of Tertiary institutions Accounts

 

4. Expected Audit Fee

 

5. Length of practice as an Auditing Firm

 

6. Availability to commence work

 

7. Evidence of Registration with Kwara State Auditor-General’s Office

 

All applications are to be addressed to:

 

The Registrar

Kwara State University

P.M.B. 1530

Malete

 

Not later than 25th September, 2012.

 

Signed

Mrs. Modupe 0. Akinrinmade

Registrar

Invitation for Pre-Qualification and Tender for Years 2008/2009 (MERGED) TETFUND Normal Intervention and 2007/2008/2009 (MERGED) Library Intervention at Osun State College of Education, Ila-Orangun

Osun State College of Education, Ila-Orangun

PMB 207, Ila-Orangun

 

Invitation for Pre-Qualification and Tender for Years 2008/2009 (MERGED) TETFUND Normal Intervention and 2007/2008/2009 (MERGED) Library Intervention

 

The Osun State College of Education, Ila-Orangun, Osun State invites interested competent and reputable contractors to make submission for pre-qualification and tender for the following projects under the year 2008/2009  (Merged)  TETFUND  Normal  Intervention and  2007/2008/2009 Library intervention.

 

Tender Fee

Lot 1:         Furnishing of 1000 Seater Auditorium completed under the year 2006/07 Normal intervention – N100, 000

 

Lot 2:         Procurement of Science Laboratory equipment into Physics, Biology, integrated Science Department – N100, 000

 

Lot 3:         (I)      Procurement of 500KVA (Sound proof) generating set including cabling and

(ii)     Procurement and installation of 300/11/415KVA transformer including PHCN charges and other materials for substation. -N 75,000

 

Lot 4:                   Procurement of various volumes of assorted books and journals

N50, 000

 

Lot 5:         (i)      Procurement of 5No HP Compaq doc

Pentium IV computer set 4MMX 129h2 80GB HDD 512 MB RAM (s) HP prolinant ML 110 Server

(ii)     Procurement of CB and Vsat and wireless equipment

(iii)    Subscription to 6 month Internet Access Bandwidth and 1 time activator

(iv)    Procurement of networking cable materials

(v)     Procurement of 1No 30KVA Stand by Generator

(vi)    Library Data Conversion for 30, 000 books and 6,000 journals

– N50, 000

 

B.      Pre-Qualification Criteria:

The Contractors are expected to submit documents for the Pre-qualification (Technical bid) as enumerated below:

 

(I)      Compulsory and Mandatory Criteria:

a)       Evidence of Registration with Corporate Affairs Commission (CAC) and Osun State Government and (or) Federal Government of Nigeria.

b.       Company Audited Account for the last three (3) years

c.       Evidence of Tax Clearance Certificate for the last three (3) years

d.       Evidence of Registration with PENCOM

e.       Letter of Financial Reference from a reputable Bank and consent to allow for verification with Bankers.

f.       A declaration or a sworn affidavit indicating that all documents submitted are genuine and verifiable

g.       A declaration or a sworn affidavit indicating that none of the directors has been convicted in any court for any criminal  offence including fraud or financial impropriety. Failure to provide any of B1 (a-g) will automatically disqualify the bidder.

 

(II)    Other Criteria:

a)       Comprehensive Company Profile including Technical and Administrative Staff strength with academic/professional qualifications and years of experience of key personnel available for the project.

b)      Evidence of relevant verifiable experience on similar project in Nigeria, over the last five (5) years indicating contract sum, duration of execution, practical completion certificates as well as reference letters or award letters.

c)       Evidence of VAT payment.

 

C.      Collection of Tender Documents (Financial Bid)

a)       The Tender documents for these projects shall be collected on presentation of a bank draft specifying the amount indicated as Tender fees against each lot such as (a) above and of the Registrar, Osun State College of Education, Ila-Orangun.

b)      The filled tender documents are hereby referred to as the financial bids and they are to be clearly marked and sealed separately from the Technical Bid.

 

D.      Submission of Pre-Qualification Documents:

a)       Technical Bid (Pre-qualification Documents) and the Financial Bid (filled Tender Documents) should be sealed and clearly marked in separate envelopes which will in turn be sealed together in a bigger envelope and clearly marked Pre-Qualification and Tenders for 2008/2009 TETFUND Normal Intervention and 2007/2008/2009 Library Intervention Project respectively stating the specific Lot.

 

The documents are to be delivered to the below listed address on or before 1st October 2012 by 11.00a.m:

 

The Secretary,

College Procurement Committee,

Osun State College of Education,

Ila Orangun.

 

E.      Opening:

a)       The bid are scheduled to be opened during a public Opening Ceremony on the same date at 12 noon at the Old Academic Board Room of the Osun State College of Education, Ila-Orangun.

 

b)      The Technical bids are pre-requisite to the opening of the financial bids, Hence, only Companies that meet the requirements of the Technical bid are eligible to have the financial bids opened while those that fail will be disqualified.

 

c)       All Prospective Contractors are invited to the public opening.

 

F.      Important Notes:

i)       The College is not obliged to award the contracts to the lowest bidder and reserves the right to verify all pre-qualification documents submitted and carry out a post-qualification exercise if deemed necessary.

ii)      All costs incurred by any Company as a result of this pre-qualification and tender and any subsequent request for information shall be at the expense of the Company.

iii)     Contractors should note that for the purpose of timely delivery of projects and in pursuance of the College’s policy of equity and fairness, a bidder may not be allowed more than one contract to make any claims whatsoever and/or seek any indemnity from the Osun State College of Edcation, Ila-Orangun.

 

Sigend:

Alhaji G.O. Kolawole

Registrar.