Re: Invitation to Tender for Construction of Office Building & Supply of Motor Vehicles 2012 Capital Projects at Radiographers Registration Board of Nigeria

Radiographers Registration Board of Nigeria

Central Medical Library Compound, Adjacent Psychiatric Hospital, Murtala Mohammed Way, Yaba, P.M.B, 005. Ikoyi. Lagos, Nigeria

 

Notice of Extension of Closing Date

 

Re: Invitation to Tender for Construction of Office Building and Supply of Motor Vehicles 2012 Capital Projects

 

Reference is hereby made to the above advert placed in the Vanguard Newspaper of Monday, July 23rd, 2012 on Page 59.

 

This is to inform all interested contractors/companies that submission date of tender documents has been extended to 2nd October, 2012.

 

Tender documents should be submitted to the office of:

 

Ag. Registrar/Chief Executive Officer of the above address not later than 9:00am on Tuesday, 2nd Oct, 2012.

 

Late submission shall not be accepted.

 

Opening of Tenders:

All Tenders shall be opened on Tuesday, 2nd Oct, 2012

2012 at 11:00am in the Seminar Hall of the above address,

 

All contractors are required to attend or send their representatives.

 

Signed:

Management

Invitation to Tender at Office of the Head of the Civil Service of the Federation

Office of the Head of the Civil Service of the Federation

The Presidency

Federal Secretariat Complex, Phase II, Abuja.

 Invitation to Tender

1.0     Introduction

The Office of the Federal Civil Service of the Federation (OHCSF) wishes to invite bids from interested companies for the General Cleaning, Fumigation and Gardening of the Office Complex, Phases II & III. Federal Secretariat, Abuja.

 

2.0     Project Location:

Federal Secretariat Complex, Phases II & III.

 

3.0     Project Description/Scope of Work

Outline of sequence of activities to ensure job completion and specification

 

A.      General Cleaning

i) Cleaning of Back-Log (1st 28days)

ii) Daily Cleaning/mopping & Vacuuming of Floors and Carpeting applicable

iii) Daily Cleaning of Toilets

iv) Daily Cleaning of Drive-ways and Car Parks

v) Daily of Glass/Flush Door and Windows

vi) Daily Dusting of the Edges

vii) Daily Dusting of Office Furniture

viii) Daily Dusting of Office Equipments

ix) Daily Evacuation of Waste

x) Daily Application of Disinfectant in the whole Complex (Floors/Toilets)

xi) Dairy Application of Odour Control

 

Weekly Cleaning Activities

xii) Weekly washing of the entire Floors, Gutters and Drainages

xiii) Weekly Polishing of Office Furniture

xiv) Removal of Cob webs Weekly

 

Quarterly Cleaning Activities

xv) Quarterly Cleaning of External Walls

xvi) Quarterly Cleaning of all Lights and Light Fittings in the Complex above 3 Metres

xvii) Quarterly Floor Scrubbing

xviii) Quarterly Fumigation of entire Complex

xix) Bi-Annual Cleaning of Roof Gutters

 

Activities 1 -1 9 will be undertaken by the company’s trained cleaners

Annual Cleaning Activities

xx) CteaningofExtemalGlassesyWaHsabove20Metres.

 

B. Gardening:

Cleaning of Back-log (1st 28 days)

i. Daily cleaning of Gardening Area

ii. Daily Watering of Flowers/Plants during Dry Season

iii. Pruning of the flowers to beautify environment (Every other week)

iv. Mowing of the lawn (Every other week)

 

4.0     The Job in Lots 1-13

Lot i. Block A: Ground -8 Floors including garden & Roof

 

Lot ii Block B: Ground Floor to 4th Floor including Garden

 

Lot iii Block B: 5th Floor to 11th Floor including Roof

 

Lot iv Block C: Ground Floor to 8th Floor including Garden & Roof

 

Lot v Block D: Ground Floor 8th Floor including Garden & Roof

 

Lot vi Block E; Ground Floor to 4th Floor including Garden

 

Lot vii Block E: 5th Floor to 11th including Roof

 

Lot viii Car Park, Phase II, Basement to the Roof (6th Floors) including Garden

 

Lot ix Tower G Phase III, 11th Floors including Roof

 

Lot x Tower J, Phase III: 11th Floors including Roof

 

Lot xi Podia, Phase III, Front and Rear (6th Floors) including Roof

 

Lot xii Phase III, Ground Floor including Basement and Garden

 

Lot xiii Karu National Records Centre: Offices and Garden

 

 

 

5.0     Technical Pre-qualification Requirements

Interested bidders are required to submit the followings:

 

  1. Evidence of Registration with Corporate Affairs Commission  (CAC);
  2. Evidence of Current of Tax Clearance (last three years i.e.2009,2010 and 2011);
  3. VAT Registration and Evidence of VAT Remittance for three years (i.e. 2009, 2010 and 2011);
  4. Company Audited Account for the last three (3) years prepared by a duty registered Accounting Firm (i.e. 2009, 2010 and 2011)
  5. Verifiable Evidence of having Successfully Completed Similar jobs in the last three years, Names of Clients, Location of the Projects, Contract Amount with Certificate of Completion and Photographs;
  6. Company Profile with Names and Qualifications of key personnel;
  7. Name and Address of Bankers and their recommendations;
  8. A Sworn Affidavit that no officer of the Office of the Head of the Civil Service of the Federation is a former or present Director, shareholder or has any pecuniary interest in the bidder, and none of the directors of the company seeking pre-qualification has been convicted of any criminal offence. The affidavit is also to confirm that all information presented in the firm’s pre-qualification documents are true and correct in all particulars;
  9. Evidence of Payment to the Contributory Pensions Scheme as it concerns the Company’s Employees:
  10. Any Other Relevant information that will be helpful in Determining the Bidders’ Suitability for the Job;
  11. Evidence of Registration with Health Officer’s Council.

 

6.0     Financial Proposal Requirements

The financial proposal should state the followings:

 

i)                   The Financial Cost Implication of the Project in Details

ii)                The “Bid Security” of not more than 2% of the Bid Price issued by a Reputable Bank.

 

7.0     Bidding Document

The bidding document shall be issued to prospective bidders upon presentation of receipt for payment of twenty thousand naira (N20.000.00) non-refundable fee payable to the Central Pay Office, Office of the Head of the Civil Service of the Federation, 5th Floor, Block A, Federal Secretariat, Phase II, Abuja.

 

 

8.0     Submission of the Tender Documents

i.        Technical Document should be placed in an Envelope, Sealed and clearly marked “Technical Bid”

ii.       Financial Bid should be placed in another Separate Envelop, Sealed and clearly marked “Financial Bid”

iii.      The Name of the Company should be dearly written on the Reverse side of the Envelopes.

iv.      Insert the Envelopes containing the Technical Documents and the Financial Bid in another Envelop, Sealed and

Address to:

The Secretary;

Ministerial Tenders Board,

Office of the Head of the Civil Service of the Federation,

Room 333, 3rd Floor, Federal Secretariat, Phase II, Abuja.

 

v.       Deposit the sealed and clearly marked envelop in the tenders box located in Room 112, 1st Floor, Federal Secretariat Complex, Phase II, Abuja on or before 12.00 noon, Tuesday, 18th September, 2012.

vi.      The tender documents will be opened same day, Tuesday, 18th September, 2012 as from 1.00 p.m at Atiku Hall 1st Floor, Federal Secretariat, Phase II, Abuja.

 

9.0     Bid Opening

This serves as invitation to representatives of the companies who may wish to be present at the bids opening.

 

10.0   Late Submission

Late submission will not be accepted.

 

11.0   The OHCSF may reject any/all bids at any time without liability whatsoever. This advertisement shall not be construed as a commitment on the part of the OHCSF by virtue of such bidders having responded to this advertisement.

 

12.0   Bidders are hereby notified that only the financial bids of companies whose technical bids meet the minimum qualifying score be opened. The financial bids of unsuccessful companies will be returned unopened.

 

Signed

Permanent Secretary (CSO)

For: Head of the Civil Service of the Federation

Invitation to Express Interest in Renovation of an MDR-TB Laboratory at Family Health International (FHI 360)

US AID

Fhi360

 

Invitation to Express Interest in Renovation of an MDR-TB Laboratory

 

Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to enhance sustained cross-sectional integration of  HIV/AIDS and TB services by building Nigerian capacity to deliver sustainable high quality, comprehensive, prevention, treatment, care and related services in all the 36 states and the FCT.

 

FHI 360 desires to use part of the grant to complete renovation of a Multi-Drug Resistance TB Laboratory (MDR-TB) at Nigeria Institute for Medical Research (NIMR) Expression of Interest for this purpose is invited from interested companies as per below instructions. It should be noted that this is invitation for EOI should not be construed as the Tender/ Request for Proposal (RFP) in any form and would not be binding on fhi360 in any manner whatsoever.

Sealed Expression of Interest prepared in accordance with the procedure enumerated in this advert should be submitted to:

 

Associate Director,

Procurement, Contracts & Grants

FHI 360, Plot 1073 JS Tarka Street Garki

Area 3

Abuja

 

The EOI should be submitted on or before Thursday, 13th September, 2012. All questions prior to the date of submission must be sent to:

 

Senior Procurement Officer,

Procurement Unit

FHI 360, Plot 1073 JS Tarka Street Garki

Area 3, Abuja

Tel: 09-4615555

 

Brief Scope of Work:

 

The scope of work entails Installation of Air handling Unit (AHU) and related equipment, Civil Works, electrical works, cabling, control logics, and duct construction.

 

Supply and Installation of Dedicated air handling unit, controls and exhaust air system and commissioning there off. This facility must be compliant with BSL3 Requirements for air flows and containment. Also, Installation of a mechanical system must be suitable for BSL 3 facility and supporting areas at National Institute for Medical Research (NIMR), Lagos Nigeria.

 

Facilities shall be used for the manipulators of Micro Bacterium Tuberculosis

 

Pre-qualification Requirements

The application should be accompanied with the following information:

  • Company / Organization profile giving details of current activities and , management structure with below details:-

1.    Telephone and Fax number

2.    E-mail address

3.    Name and designation of the person authorized to make commitments to

fhi360

4.    Year of establishment and constitution of the organization

5.    Whether the firm/ company has any widely accepted certification. If yes, furnish certified copies

  • List of projects in the last two years in which the firm /organization has delivered services similar particularly capacity to manage an MDR-TB laboratory project. The list should clearly indicate name of the project, country, year accomplished, value, client’s name, and short description of the project
  • Evidence of incorporation.
  • Annual report including balance sheet and profit and loss account statement for the past three years.
  • A write-up on the understanding of this assignment
  • Capability Statement
  • Copy of Health Safety Environment Policy

 

 

Agencies expressing the interest will be short listed who either singly or in association with HVAC specialists, are capable of rendering high degree of professional services  in the field of work mentioned above and such short listed agencies may be invited later to submit their proposals. Among other things the agency must broadly fulfill the following criteria;

 

 

 

  • It should be a reputed and established company/organization.
  • It should have been in existence for minimum five years,
  • It should be presently rendering their services of similar nature of work for at least one HVAC Plant systems, in any Government Sector or large reputed Private Sector enterprises, for at least last two consecutive years satisfactorily.
  • It should have good understanding of and sensitivity to Governmental functioning.
  • It should have presence of key professionals with at least 5 years’ experience in HVAC Installation systems with a copy of their CV and credential attached to the application.

 

Invitation for Pre- Qualification to Tender for the Execution of Civil Engineering and Construction Projects at EPIC Refinery & Petrochemical Industries Limited Bayelsa State, Nigeria

EPIC Refinery & Petrochemical Industries Limited Bayelsa State, Nigeria

In partnership with SINO ASIA Energy Group Company Limited

 

Invitation for Pre- Qualification to Tender for the Execution of Civil Engineering and Construction Projects

 

EPIC Refinery and Petrochemical Industries Limited invites suitably qualified contractors to execute the following projects.

 

Lot 1:          Construction of landing jetty (Non- Refundable Tender fee o N355, 000)

Lot 2:          Construction of marine delivery jetty I (Non- Refundable Tender Fee of N355, 000)

Lot 3:          Construction of marine delivery jetty II (Non- Refundable Tender Fee of N355.000)

Lot 4:          Construction of concrete jetty for ramp barges (Non- Refundable Tender Fee of N355, 000)

Lot 5:          Construction of a Heliport I (Non- Refundable Tender Fee of N355, 000)

Lot 6:          Construction of a Heliport II (Non- Refundable Tender Fee of N355, 000)

Lot 7:          Wire perimeters fencing (Non- Refundable Tender Fee of N355, 000)

Lot 8:          Construction of concrete hard stand for 20 Porter cabins (Non-Refundable Tender Fee of N355, 000)

Lot 9:          Dredging of 2million cubic meters (Non – refundable Tender Fee of N500, 000)

 

Requirements

1)      Certificate of Incorporation

2)      Evidence of Certificate of Registration with Epic Refinery and Petrochemical Industries Ltd

3)      Evidence of Department of Petroleum Resources permits (DPR)

4)      Evidence of Non-refundable Tenders’ fee registration teller of all project’s as indicated above in Lots 1 to 9 Zenith Bank Plc Account NO.1 01 2920395

5)      Tax clearance certificate

6)      Evidence of previous job done certificate

 

Submission of Tender

Documents should be enclosed in a 50x200mm sealed envelope and marked at the right cover with inscription. E.g. Tender for Civil Engineering and Construction Projects. With the Lot Number written on the left hand corner of the envelope addressed to:

 

Head Contracts Department

No. 5 Warri Street

Area 11 Garki,

Abuja.

Tel: 098762142 or 092913217,

Website: www.epicrefineryng.com

 

Submission of Tenders closes at 4.00pm, 18th September, 2012, after which the Tenders will be opened publicly in the presence of the owners of the Tenders or their representatives and other interested members of the public including the Press who choose to attend.

 

Signed:

Management

Invitation to Tender at Ministry of Education Secretariat, Agodi, Ibadan

Oyo State

Ministry of Education

Secretariat, Agodi, Ibadan

 

Invitation to Tender

The Ministry of Education, Ibadan invites reputable and proven contractors to submit bid for:

 

(i)                Rehabilitation   of   Dilapidated Classroom Buildings (Lots 1-52)

(ii)             Procurement and Supply of Standardized Student’s Furniture (Steel Arm and Wooden Top) to Public Secondary schools across the State (Lots 1-40) 250 Pairs Per Lot

 

3.     Bid Requirements

Interested Contractors are to submit the following requirements.

(i)                Certificate of Incorporation with the Corporate Affairs Commission.

(ii)             Current Tax clearance Certificate (3 years)

(iii)           Evidence of Current Registration as Contractor with Oyo

State Government,

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

(v)             The Profile of the Company.

 

4.       Tender Fee

Interested bidders are expected to pay a non-refundable fee of Twenty-five Thousand Naira (N25, 000.00) only in favour of Oyo State Government Account No. 0121754507 at WEMA Bank, Agodi, Ibadan Secretariat (code No. 4040036/ Tender)

 

5.       Method of Application

Tender documents are obtainable from the Director of Planning Research and Statistics Department, Room 49 of the Oyo State Ministry of Education, Secretariat, Agodi, Ibadan.

 

The completed bid application must be submitted between 3rd – 17th September, 2012, from 8.00 a.m to 4.00 p.m daily in sealed waxed envelopes to:

 

The Secretary

State Tender Board,

Cabinet and Special Services Dept

Executive Governor’s Office,

Secretariat,

Ibadan.

 

6.       Note:

i.        That only short listed Contractor will be contacted and Late Application shall not be considered

ii.       Govt. is not bound to accept lowest tender,

iii.      The tender opening date is 20th Sept, 2012.

 

Signed:

Permanent Secretary

For: Hon. Commissioner for Education