Invitation for Pre-qualification 2012 Capital Projects at Federal University Kashere, Gombe State

Federal University Kashere

P.M.B. 0182, Gombe State

 

Invitation for Pre-qualification 2012 Capital Projects

 

A.      Introduction

 

Federal University, Kashere (FUK) invites technical bids from reputable and interested companies with relevant experience, good track record and financial capability to tender for following projects:

 

Lot No. Project Title Non-Refundable Tender Fee (N) Bid

Security (N)

Construction
Lot 1 Construction and furnishing of Staff Quarters 100,000.00 2.5%
Lot 2 Construction and furnishing of one Student Hostel 100,000.00 2.5%
Lot 3 Construction Landscaping including roads and walkways   100,000.00 2.5%
Lot 4 Construction of Fuel Dump 50,000.00 2.5%
Procurement of Pool Vehicles
Lot 5 Procurement of 1No. Toyota Camry:

7No. Toyota Corolla; and 3No.

Toyota Hiax

 

 

 

100,000.00

 

 

2.5%

Lot 6 Procurement of 1No.

Fire Fighting Truck

 

100,000.00

 

2.5%

 

Applicants may indicate their interest in not more than one lot.

i.        Evidence of Registration with the Corporate Affairs Commission (Only Limited Liability Companies need apply)

ii.       Recent three (3) years Tax Clearance with T-I.N number.

iii.      Recent three (3) years Audited Accounts (with names and addresses of Auditors, valid emails and phone numbers)

iv.      Evidence of compliance with the industrial Training Fund Act 2011 (Amended).

v.       Evidence of Certification Exemption from Pencom in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employee Pension Contributions/Deductions.

vi.      Company Profile, indicating among others

1)      Evidence of Technical Competence (Staff & Equipment)

2)      Evidence of similar projects executed or on-going with letters of award, Practical Completion Certificates, photographs of the project(s) and valid email & contact phone numbers of institutions where the projects are sited.

3)      Name, address and phone number of Company Directors/ Share holders.

vii.     Sworn affidavit showing that all information provided is genuine and connect, that no member of the Board of Directors and/or employee of the firms is a current staff of Federal University Kashere and/or been convicted of any criminal offence.

viii.    A written letter of non- bankruptcy from the Company’s Legal Advisers

ix.      Letter from the Company’s bank stating the financial capability of the company to execute the project(s).

 

B.      Collection of Tender Documents and Additional Information

Tender documents (Financial bid documents only) and addition can be obtained from FUK Main Campus in Kashere. Akko Local Government, Gombe State upon showing evidence of payment of the non-refundable tender fees indicated above. The fees are to be paid into the University’s account, details of which are available at the Office of the Bursar in Kashere and or at the Liaison Office, Gombe.

 

C.      Submission of Pre-qualification and Tender Documents

All Pre-qualification and Tender submissions should be in duplicate copies (marked original and copy) and in separate envelopes sealed in one (1) common envelope. All envelopes must be wax-sealed and bear the Project Title and lot Number at the top right hand corner, and the Company’s name’s name on the reverse side and addressed to:

 

The Director of Procurement,

Federal University, Kashere

Kashere, Gombe State

 

The envelope containing the Tender document should be clearly marked: “Tender document do not open before 18th September, 2012”.

 

D.      Closing Date and opening of Pre-Qualification & Tender Documents

The closing date for the submission of pre-qualification documents is 18th September, 2012 by 10a.m. Pre-qualification documents will be opened the same day at 12 noon at the Conference Room of the University in kashere. The contractors who are pre-qualified will be invited to submit their Tenders (Financial bids), which will be opened on 2nd October 2012 at the Contractors or their representatives. Who choose to, may attend the pre-qualification & tender opening exercises at their own expense.

 

Please Note That:

1)      All expenses incurred and associated with the preparation of the pre-qualification and tender documents shall be borne by the prospective contractor

2)      The University reserves the right to reject any pre-qualification and Tender submissions

3)      Only contractors with responsive bids will be considered, all discounts should be clearly indicated in the bids.

4)      Successful contractors will be required to present original copies of their prequalification documents before award. They will also be required to submit one single account, bank name and sort code that will be used throughout the duration of the contract. A letter will also be required from the bank indicating that the account does not have any liability that can jeopardize the interest of the project.

5)      Bid securities should be in certified bank draft.

6)      Nothing in this advertisement shall be construed to be a commitment on the part of FUK nor shall it entitle responding firms to seek any indemnity from FUK by virtue of the contractors having responded to the advertisement.

Dr. Abubakar Aliyu Bafeto

Registrar.

Invitation to Pre-Qualify for the Execution of 2012 Capital and Recurrent Projects at National Poverty Eradication Programme (NAPEP)

The Presidency

National Poverty Eradication Programme (NAPEP)

Federal Secretariat Complex Phase II, Abuja

 

Invitation to Pre-Qualify for the Execution of 2012 Capital and Recurrent Projects

 

The National Poverty Eradication Programme (NAPEP), in furtherance of its mandate to Coordinate, Monitor and Evaluate all Poverty Eradication Activities in the country and intervene in critical areas for the empowerment of the poor, invites interested competent and reputable Contractors, Suppliers and Consultants with relevant experience and good track records to pre-qualify for the under-listed Procurements:

 

Procurement Items:

 

S/No Description of Items
1 Supply of Computers, various Office Equipment/Appliances/Office Accessories and ICT
2 Supply of Electrical and Mechanical Machineries 
3 Printing Works 
4 Procurement of Vehicles (four-wheel, three-wheel, and two-wheel) Spare Parts and Repairs 
5 Supply of Journals/Books and Publications 
6 Building/Engineering Construction and Renovation Works 
7 Consultancy Services – Conduct of Impact Assessments for NAPEP Programmes, Trainings, Capacity Building, Programme Management, Project Management, Water Management, Health, Agricultural Services, Energy & Environment, Advocacy and Legal Services, Branding and Communication Strategies with special interest in poverty eradication and institutional capacity building. 
8 Supply of Stationery 
9 Publicity Activities in the Media 
10 General Goods, Services and Insurance 

 

Pre-qualification Requirements:

For purposes of Evaluation, interested Contractors should supply the following, information including but not limited to the following:

  • Evidence of registration with the Corporate Affairs Commission (CAC).
  • Evidence of Tax Clearance Certificates for the last 3 (three) years (2009-2011).
  • VAT Registration Certificate and evidence of remittances to FIRS (2009-2011)
  • Provision of Tax Identification Number (TIN) by the Bidder
  • Evidence of Compliance with the Pension Reform Act, 2004 and up-to-date payment of Pension/Social Security contributions.
  • Verifiable evidence of having completed similar works in the last 3 (three years).
  • Company Audited Financial Statement for the last 3 (three years) by a Firm of Chartered Accountants.
  • Company profile including structure, Management team, registered address, phone number(s), qualifications of key staff and e-mail address.
  • Evidence of verifiable financial capability (a letter of support from a reputable Bank will be an advantage).
  • Evidence of Technical capability to execute the Contract.
  • Manufacturer’s Authorization for Distributors/Suppliers.
  • A sworn affidavit that no officer of NAPEP or BPP is a Director or Shareholder, or has any pecuniary interest in the bidder and none of the directors of the company seeking has been convicted of any criminal offence. The affidavit is also to confirm that, all information presented in the firm’s documents is true and correct in all particulars.
  • A sworn Affidavit certifying that the Company is not in receivership, insolvency or bankruptcy.
  • A sworn Affidavit that none of the Directors of the Company has been convicted in any Court in Nigeria or elsewhere, for criminal offence in relation to fraud or financial impropriety, and that there has been no promise of a gift, in any form, to any staff, or member of family of any staff of NAPEP.

 

 

Submission of Pre-Qualification Documents

The Pre-qualification documents submitted in three (3) copies i.e. (one original and two other copies) with all pages duly endorsed by an authorized Principal Officer of the Company, should be enclosed in an envelope, sealed and marked Pre-Qualification Documents (Technical) for the (Indicate the Items at the top Right Hand Corner of the Envelope) and addressed to:

 

Secretary of Programme (SOP),

NAPEP Headquarters,

Block C, 3rd Floor,

Federal Secretariat Phase II,

Abuja.

 

The Pre-qualification documents should be deposited in the Tender Box at the Conference Room of the Office of the Secretary of Programme (SOP) NAPEP Headquarters, Block C, 3rd Floor, Federal Secretariat Phase II, Abuja, between the hours of 10am and 4p.m. (Mondays through Fridays) and on or before Monday 17th September, 2012 at 12 noon.

Bidders should note that only successful pre-qualified Companies will be invited to submit Financial Bids. NAPEP reserves the right to reject any or all pre-qualification documents that do not meet all the requirements as specified.

 

Subsequently, within the year, Procurement Notice for contracts within the approval threshold of NAPEP will be placed on the Notice Board for interested Contractors/Suppliers.

 

The representatives of the Companies are invited to witness the opening of the Pre-qualification documents at 1p.m. on Monday, 17th September, 2012, at the Secretary of Programme (SOP)’s Conference Room, NAPEP Headquarters, Block C, 3rd Floor, Federal Secretariat Phase II, Abuja. This publication also serves as an invitation to all interested members of the public, observers and Non Governmental Organization (NGO)/Civil Societies desirous of witnessing the Pre-qualification opening.

 

Please Note:

(a)     Originals of Pre-qualification documents listed must be produced for sighting

(b)     Pre-qualification documents submitted late shall be rejected

(c)      No one Company should apply for more than one slot

(d)     This advertisement shall not be construed to be a commitment on the part of NAPEP, nor shall it entitle any person to make any claim whatsoever and/or seek any Indemnity from NAPEP, by virtue of such a person or entity having responded to the Pre-qualification advertisement.

(e)     Failure to comply with NAPEP instructions shall lead to disqualification.

(f)      Only Pre-qualification documents that substantially comply with all the requirements listed above, would be adjudged to be most responsive, and thereafter selected.

 

Please, note that all information supplied by all Contractors will be verified by the appropriate authority, including EFCC and ICPC.

For more information on NAPEP. Please visit www.napep.gov.ng

 

Signed

Secretary of Programme (SOP)

For: National Coordinator

National Poverty Eradication Programme (NAPEP)

Abuja.

 

Invitation for Pre-Qualification of Original Equipment Manufacturer (OEM) for the Design & Construction of Some Marine Vessels at Nigerian Ports Authority

Nigerian Ports Authority

Corrigendum to Public Notice No: 3812

National and International Competitive Bidding

 

Invitation for Pre-Qualification of Original Equipment Manufacturer (OEM) for the Design & Construction of Some Marine Vessels

 

This advert is a Corrigendum to the Pre-qualification Requirements in the earlier advert placed in “The Guardian, Daily Trust Newspapers of Monday, August 20, 2012 and Federal Tenders Journal of Monday, 20th Sunday, September, 2, 2012.

 

In this regard, the following Pre-Qualification Requirements Cancels and Replaces the one in the Advert mentioned above:

Interested National/Local companies must submit the following documents:

a)       Evidence of company registration with Corporate Affairs Commission (CAC), and Articles of Association.

b)      Evidence of VAT Registration/ Remittance Certificate. (2009, 2010 & 2011)

c)       Evidence of Tax payment for the past three (3) years (2009, 2010 & 2011)

d)      Evidence of compliance with Pension Reform Act 2004.

e)       Evidence of compliance (registration and remittance) with the provision of the Industrial Training Fund (ITF).

 

  • While Interested International/Foreign companies must submit the following documents:

 

a)       Evidence of Company registration in the country of origin/home country

b)      Evidence of Tax Payment in the Country of origin/home country

 

  • Then, both National/Local and International/Foreign companies must in addition submit the following:

 

1.       Particulars of Original Equipment Manufacturing (OEM) company including Statutory Registration Certificates and company profiles indicating names, qualification and experience of key personnel, physical address, telephone number, fax and e-mail.

 

2.       Company’s financial details & audited accounts for the last three years (2009 2011)

3.       Quality certificates ISO 9001 or approved equivalent.

4.       Environment Management System ISO 14001:2004 or approved equivalent

5.       List of at least 5 (five) similar constructions with Yard numbers, Build numbers, built in the last (10) ten years in addition with names of purchasers, sites/ports of operation in at least three (3) different distinct sites/ports, Please enclose letter of awards and completion certificates.

 

Note: All other contents in the earlier publications remain the same.

 

Signed:

Management

Nigerian Ports Authority

Invitation to Tender at Independent Corrupt Practices and other Related Offenses Commission

Independent Corrupt Practices and other Related Offenses Commission

Plot 802, Constitution Avenue, Central Business Area, Abuja

 

Invitation to Tender

 

1.0     Introduction

The Independent Corrupt Practices and Other Related Offences Commission invites interested, experienced and competent contractors to tender for the execution of year 2012 Capital Projects under the year 2012 Capital Appropriation. Ref No ICPC/ITT/CAP/01/12

 

2.0     Scope of Work

The scope of work to be carried out consists of the following:

Lot l:        Supply of Office Furniture

Lot 2:       Supply of Computers, Printers, Scanners

Lot 3:       i. Digitization and Archiving of Commission’s documents and

ii. Provision of Gate-pass Management System

Lot 4:       Supply and Installation of Multi-functional Digital Copiers

Lot 5:       Supply and Installation of Solar Light and

ii. High Profile Turnstile Pedestrian Steel Access Control Gate

Lot 6:       Supply of Surveillance Equipment

Lot 7:       Rehabilitation & Upgrading of CCTV

Lot 8:       Supply of Kitchen Equipment

Lot 9:       Supply of Office Equipment: Refrigerators, Freezers, Television, Sound System and Air-Conditioners

Lot 10:     Provision of Steel Cabin for Temporary Kitchen and Cafeteria at the ICPC Training Academy, Keffi, Nasarawa State

Lot 11:     Expansion of LAN at the ICPC Training Academy, Keffi, Nasarawa State

Lot 12:     Supply and Installation of Training Equipment (Projector, Wall Projector Screen and PAS)

Lot 13:     Supply of Operational Vehicles (Toyota Prado, Hilux, Avencis and Haice)

 

3.0     Qualification to Tender

Interested and Competent contractors should submit the following qualification documents along with their proposals.

i.        Evidence of Incorporation or Registration with Corporate Affairs Commission, including Certified True Copies of Memorandum and Articles of Association; Forms C02 and C07 where applicable

ii.       Evidence of similar contracts executed in the last (5) five years

iii.      Evidence of financial capability and Bank’s support (this shall include certified bank statement of Account, Bank reference letter with commitment).

iv.      Company Profile indicating details of Key Staff with their CVs

v.       The Company’s Annual audited Accounts for the last three(3) years(2009 -2011)

vi.      Tax Clearance Certificate for the last three(3) years, to be valid up to December 31st 2011

vii.     Evidence of VAT Registration and Past remittances

viii.    Evidence of registration with National Pension Commission and remittance of employees’ contribution\deductions to the Pension Funds Administrators.

ix.      Evidence of payment of Training contribution to ITF or compliance with the statutory provision of Section 6(i)-(iii) of the Industrial Training Fund (ITF) Amended Act, 2011, applicable to any Company with a work force of 5 Staff and above or N50 Million Annual Turnover and above.

x.       Evidence of compliance with the Employers’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emoluments of their workers to the Nigerian Social Insurance Trust Fund.

xi.      Evidence of payment of non-refundable tender fee of N10,000, for each Lot, to Cash Office of Finance & Accounts Department or in Bank Draft in favour of ICPC and thereafter presented to Cash Office for ICPC receipt.

xii.     A sworn affidavit that none of the Directors has been convicted in any court of any criminal offence.

xiii.    A sworn affidavit confirming that all information presented and attached are true and correct of the company, that no Officer of the Independent Corrupt Practices and Other Related Offences Commission (ICPC) or Bureau of Public Procurement (BPP) is a former or present Director, Shareholder or has any pecuniary interest in the bidder and that no Director of the Company is in receivership or has been convicted of any criminal offence relating to financial impropriety or fraudulent act in any Country.

xiv.    Any additional information that may enhance the chances of the Company/Contractor.

xv.     Bidders shall not bid for more than three (3) Lots.

N.B. Compliance to the above requirements, in addition to the degree of responsiveness to the Bidding Document will form the major Evaluation criteria to be considered\applied for selection of the successful contractors.

 

4.0 Collection & Submission of Tender

Tender Documents with detailed specifications are to be collected from the office of the Secretary to the Commission) upon presentation of evidence of payment of non-refundable Tender Fee of N10,000 only (by Cash or Bank Draft). Completed Tender Documents should be submitted in sealed envelope marked at the top right hand corner “Tender for…… (indicate the specific project & Lot No. of intent)”, addressed to the Secretary ICPC, Plot 802, Constitution Avenue, Central Area, Abuja and deposited same in the Tender Box at the Secretary’s Office on or before Tuesday 2nd October, 2012, by 11.00am.

 

50.     Opening of Tender

The Tenders will be opened at 11:15 pm on the closing date, Tuesday 2nd October, 2012., at the ICPC Auditorium. Representatives of the Tenderers, Professional Bodies, NGOs and interested members of the general public are hereby invited to witness the Bid Opening.

 

Please Note

a)       Late submission will be rejected

b)      Failure to comply with the instructions above or to provide the listed documents, may automatically lead to disqualification.

c)       The Commission may verify any or all the claims made by the bidders, including requesting for submission of the originals of the documents for sighting and shall disqualify any Company whose claim(s) is/are found to be false.

d)      The final conclusion of the procurement process of all the projects listed above would depend on the release and cash-backing of funds for the projects.

e)       Nothing in this advertisement shall be constructed to be a commitment on the part of ICPC to undertake the project or entitled any company to make any claim (s) whatsoever in respect of any expenses incurred in preparing a tender response.

 

For any further enquiry, contact the Office of the Secretary to the Commission.

 

Signed:

Management

Re-Pre-Qualification for Upgrading of Barau Dikko Specialist Hospital, at Ministry of Health,Kaduna

Federal Republic of Nigeria

Kaduna State Government

Ministry of Health, Kaduna.

 

Re-Pre-Qualification for Upgrading of Barau Dikko Specialist Hospital, Kaduna.

 

The Kaduna State Government its bid to upgrade the Barau Dikko Specialist Hospital for the take off the Clinical School of the Kaduna state University,  advertised for competitive pre-qualification of interested bidders. The bids received were evaluated based on the advertised criteria. The following are the successful companies that are eligible to tender for the financial bids:

 

Lot 1A:       Construction of Academic Block for Faculty of Medicine, Kaduna State University at Barau Dikko Specialist Hospital, Kaduna.

1.       Crew Construction Company Limited

2.       Nahman Construction Company Limited

3.       Current Structures Limited.

4.       Current Idrissa Ventures Limited

5.       Bright Steel Structures Company Limited

6.       Pin bad International Services Limited

7.       Trader Construction Company Limited

8.       Fenix Construction Limited

9.       Terraina Construction Limited

10.     Edil Belmonte Limited

11.     La-Phinex Hydrosearch Enterprises

12.     Axaka Limited

13.     Saminaka Agro Based Limited

14.     Watra Nigeria Limited

15.     Eldrado Nigeria Limited

16.     Jawa International Limited

17.     Global General Engineering Limited

18.     Elcham International Limited

19.     Footmark Engineering & Construction Limited

 

Lot 1B:       Construction of Dialysis & Intensive Care Unit at Barau Dikko Specialist Hospital, Kaduna.

 

1.       Nahman Construction Company Limited

2.       Current Idrissa Ventures Limited

3.       Bright Steel Structures Company Limited

4.       Seegnal Nigeria Limited

5.       Current Structures Limited

6.       AMB Limited

7.       Pro-Strux Engineering Limited

8.       Terraina Construction Limited

9.       Saminaka Agro-Based Limited

10.     Eldrado Nigeria Limited

11.     Jawa International Limited

12.     Global General Engineering Limited

13.     Elcham International Limited

 

Lot 1C:      Construction of Public Toilets at Barau Dikko Specialist Hospital, Kaduna.

 

1.       Current Idrissa Ventures Limited

2.       Bright Steel Structures Company Limited

3.       Current Structures Limited

4.       Soks International Limited

5.       MGS International Limited

6.       Eldrado Nigeria Limited

7.       Jawa International Limited

 

Lot 1D:      Construction of 2No. Solar Powered Boreholes without overhead tanks at Barau Dikko Specialist Hospital, Kaduna.

 

1.       Bright Steel Structures Company Limited

2.       AMB Limited

3.       Jawa International Limited

4.       Multisolar Tech. Limited

 

Lot 2A:      Procurement and Installation of Laboratory Equipment and Furniture for Academic Block at Barau Dikko Specialist Hospital, Kaduna.

 

1.       Seegnal Nigeria Limited

2.       Mobile Links Tech. Limited

3.       Sauki Equipment & Scientific Limited

4.       Tri-Surgical International Limited

5.       Quest Ventures Limited

6.       Fiz Tom International Limited

7.       Micray International Limited

8.       United Surgical Limited

9.       Waritoma Nigeria Limited

10.     Jawa International Limited

11.     Unasalim Nigeria Limited

12.     EI-Bashir Surgical Nigeria Limited

 

Lot 2B:       Procurement of Furniture for Library, Lecture Rooms, Seminar Rooms and Offices for Academic Block.

 

1.       Mobile Links Tech. Limited

2.       Jawa International Limited

3.       Gong Digital Productions Limited

4.       Universal Surgicals Limited

5.       U&M Global Investment Limited

 

Lot 2C:      Procurement of Emergency Ambulances and UPS for X-Ray Machines and Lifts at Barau Dikko Specialist Hospital, Kaduna.

 

1.       Waritoma Nigeria Limited

2.       Sauki Equipment & Scientific Limited

3.       Riders for Health Nigeria Limited

4.       Hushills Nigeria Limited

5.       El-Bashir Surgical Nigeria Limited

 

Lot 2D:      Procurement and Installation of Equipment and Furniture for Intensive Care, Dialysis, Theatre and Side Laboratory at Barau Dikko Specialist Hospital, Kaduna.

 

1.       Sauki Equipment & Scientific Limited

2.       Alkatex Nigeria Limited

3.       Fiz Tom International Limited

4.       Omeds Surgicals Limited

5.       Waritoma Nigeria Limited

6.       United Surgicals Limited

7.       Bijo United Surgical & Scientific Co. Limited

8.       Jawa International Limited

9.       El-Bashir Surgical Nigeria Limited

 

General Notice

This advertisement shall not be construed as a Contract Award or any commitment on the part of the Kaduna State Government or its Agencies/Agent nor shall it entitle any company/firm to make any claim whatsoever or seek any indemnity from Kaduna State Government or its Agencies/Agents by virtue of such Company/Firm having responded to this advertisement. Response to this advertisement does not oblige the Kaduna State Government or its Agencies/Agents to consider responding Company/Firm for contract.

 

Collection/Submission of Bidding Documents:

Bidders are to collect bidding documents from the Secretary, Resident Due Process Team, Project Unit, Ministry of Health Headquarters, Kaduna after payment of non-refundable processing fees obtainable from the Accountant, Project Implementation Unit, Ministry of Health, Kaduna.

 

The completed documents shall be forwarded to the office of the Permanent Secretary, Ministry of Health, Independence Way, Kaduna in a sealed envelope clearly marked at the top right corner “Upgrading of Barau Dikko Specialist Hospital, Kaduna”. The submission should be made on or before Monday, 24th September, 2012. The documents will be opened in the presence of the bidders/representatives at 12:00 p.m. the same day at the conference hall, Ministry of Health, Independence Way, Kaduna, after the closure of submission at 12:00 p.m.

 

Signed:

The Permanent Secretary

Ministry of Health, Independence Way, Kaduna.