Invitation for Tender Pre-Qualification at Abia State College of Education (Technical) Arochukwu

Abia State College of Education (Technical) Arochukwu

 

Public Notice

Invitation for Tender Pre-Qualification

Notice is hereby given to the General Public that Abia State College of Education (Technical), Arochukwu, is desirous for the construction and supply of the Projects below.

 

Projects

S/N DESCRIPTION CODE
1 Construction of Technical Education Workshops and Studios ASCE(T) AROCHUKWU /SP/TETFUND/II/01
2 Supply of Equipment to the Workshops and Studios ASCE(T) AROCHUKWU /SP/TETFUND/II/02
3 Supply of Diesel/Petrol Engines ASCE(T) AROCHUKWU /SP/TETFUND/II/03

 

 

The College hereby invites interested and reputable companies to apply for pre-qualification, adhering strictly to the conditions set hereunder.

 

Pre-Qualification Requirements: The following must be submitted for pre-qualification:

1.       Evidence of Registration with Corporate Affairs Commission (CAC)

2.       Evidence of contractor’s Registration with the College

3.       Evidence of Tax payment for the past three years

4.       Evidence of immediate past three years Audited Account (all pages must be sealed)

5.       Evidence of Tax Identification Number (TIN)

6.       Evidence of Tax, VAT Registration and Past VAT Remittances

7.       Copies of current company bank statements, reference letters and consent to allow for verification with Bankers

8.       Evidence of VAT Registration (if any)

9.       Evidence of financial capability to handle the job

10.     Company profile with names and qualifications of key Administrative and Technical personnel to be used (Professional seal must be affixed on the academic credential)

11.     Verifiable evidence of having successfully completed similar jobs in the last three years

12.     Available relevant equipment for the job

13.     Affidavit of fact

14.     All submitted documents MUST be serially paged, sealed/stamped and signed

15      Evidence of Certificate/Exemption from PENCOM in accordance with the pension Contributions/Deductions

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

17.     Evidence of compliance with Industrial Training Fund Act 2011 (Amended)

 

3.0     Closing Date:

Closing date for all submissions is on or before Monday, 20th August, 2012 at 12.00 noon prompt.

Late submission shall not be entertained.

 

4.0     Openings:

Opening of the received Pre-Qualification documents will commence on Monday, 20th August 2012 at 1:00p.m at Council Chambers of the College. All Bidders and/ or their Representatives, Relevant

Professional Bodies and NGO are invited to witness the public Opening exercise accordingly.

 

5.0     Please Note That:

(i)      Abia State College of Education (Technical) Arochukwu (ASCETA) 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

(iii)    Please provide full address, e-mail addresses and phone numbers for easy contact

(iv)    Original of documents 1-3, 6-12, 15-17 above MUST be produced for sighting during opening sessions.

(v)     The advertisement for submission of Technical bid shall neither be construed to be commitment on the part of the College, nor shall it entitle any company to make any claims whatsoever and/or seek any response to the said advertisement.

 

(Signed)

Elder U.A Ojukwu

Registrar/Secretary

Tenders Board

Abia State College of Education

(Technical) Arochukwu.

 

 

 

Invitation for Pre-Qualification and Tender for 2012 Capital Projects at Federal Polytechnic Nekede, Owerri

Federal Polytechnic Nekede, Owerri

PMB 1036, Owerri, Imo State

 

Invitation for Pre-Qualification and Tender for 2012 Capital Projects

 

Preamble

The Federal Polytechnic Nekede, Owerri wishes to procure assorted Library Equipment and Books for the Polytechnic Library, from its 2012 capital appropriation.

 

This is, therefore, to invite for pre-qualification, reputable contractors/suppliers for the execution of the projects.

 

Project Description

Lot 1-       Procurement and Installation of Virtual Library Components and Accessories including Computer Furniture, WAN Connectivity, Power Cost, computers and Server Cost for the Polytechnic Library.

Lot 2-       Procurement of Various titles of Assorted Books for the Polytechnic Library.

Lot 3-       Procurement and Installation of Library Equipment

Lot 4-       Procurement and Installation of Mini Bindery Unit for the Library.

 

Pre-Qualification Requirements

(a)     Valid Certificate of Registration/Incorporation

(b)     Current Tax Clearance Certificate

(c)      VAT Registration and Evidence of Past VAT Remittances

(d)     Company Audited Accounts for 3 (three) years

(e)      Evidence of Financial Capacity and Banking Support

(f)      Evidence of Similar Projects Executed

(g)     Evidence of Technical Capacity

(h)     Equipment and Technology Capacity

(i)      Annual Turnover

(j)      Evidence of timely Execution of Similar Projects Executed

(k)     A Verifiable Affidavit under the Public Procurement Act 2007 sworn to at the Federal High Court indicating that the company is not in receivership; none of its Directors have been convicted for fraud; disclosure of any relationship with the Polytechnic Personnel (Personnel Performa of this can be obtained at the Public Procurement Unit (PPU) of the Polytechnic).

(l)      Evidence of compliance with Section 6(1)-(3) of the Amended ITF Act 2001 (a copy can be obtained at the procurement unit of the Polytechnic).

 

Verification of Claims in Pre-Qualification Documents

Please note that the Federal Polytechnic will on its own, verify the claims made in the pre-qualification documents. Pre-qualification analysis will be based on technical/financial capacity of the bid and others as required above.

 

Submission of Pre-Qualification Documents

Pre-qualification documents will be submitted with a non-refundable fee of N5, 000.00 (Five thousand Naira) only in Bank Draft made payable to the Federal Polytechnic Nekede, Owerri. Only pre-qualified Companies will proceed to the bidding process. Pre-qualification documents should be enclosed in sealed envelope and addressed to:

 

The Director

Physical Planning Unit Federal Polytechnic Nedeke

PMB 1036 Owerri

 

The description of the project should be boldly written at the right hand top corner of the sealed envelope.

 

The document must be submitted on or before 9th July 2012 (fourteen) days (12 noon) from the date of the publication.

 

Names of successful pre-qualified Companies will be published on the Federal Polytechnic, Nedeke Notice Board.

 

Tender documents will be issued to pre-qualified companies on payment of non-refundable fee of N50, 000.00 (Fifty Thousand Naira) only for each of the Lots in Bank Draft made payable to the Federal Polytechnic Nekede, Owerri.

 

Completed Tender Documents must be submitted on or before 23rd August 2012 from the date successful pre-qualified companies were published on the Federal Polytechnic Nedeke Notice Boards. The documents will be publicly opened on that date at 12 noon prompt in the Polytechnic council Chambers.

 

I.M. Aligbe

Registrar.

 

 

Request for Expression of Interest (EOI) at Cross River State Government Second National Urban Water Sector Reform Project

The Federal Republic of Nigeria

Cross River State Government Second National Urban Water Sector Reform Project (Cr 4086-UNI)

 

Appointment of Reputable Engineering firm for the Ikom, Ogoja and Itigidi Civil Works Supervision

 

Request for Expression of Interest (EOI)

Contract-Bid No. CR/Il NUWSRP/IKMOGJITDES/QCBS/2012/001.

 

This invitation for bids follows the general procurement notice for this project that appeared in Development Business No. 673 of February 28, 2006 on-line and in DG Market.

 

The Cross River State Government (hereinafter called “Borrower”) has received financing from the International Development Association (IDA) (hereinafter called “loan”) towards the cost of the Second National Urban Water Sector Reform Project (2nd Urban Water); Cr 4086 – UNI (PO71391). An additional International Development Association (IDA) and French Development Agency (AFD) Co-financing is being processed. The Borrower intends to apply a portion of the additional IDA funds to eligible payments under the Contract for which this Request for Expression of interest is issued. The services involve Construction Supervision of the Rehabilitation/Extension of water Production and Distribution Systems for Ikom. Ogoja and Itigidi towns; the works are not envisaged to run concurrently

 

The Feasibility Studies, detailed engineering design with preparation of tender documentations for investments for the period 2005- 2025 for the towns of Ikom, Ogoja and Itigidi had earlier been completed under a separate contract by a reputable Engineering Consulting Firm.

 

The present water situation for the affected project area towns are summarized as follows:

  • The Ikom project area has an estimated projected population of 220,000 and a public water supply system based upon a river source that at best can be said to have become dysfunctional and is expected to be replaced; water is presently supplied through private boreholes and wells.
  • The Ogoja project area has an estimated projected population of 206,100 and a public water supply system based upon a river source. An existing old water supply infrastructure that services only part of Ogoja town alone has recently undergone rehabilitation under the Cross River State Government emergency intervention.
  • The Itigidi project area has an estimated projected population of 197,700 and a public water supply system based upon a river source. An existing old water supply infrastructure that services only part of itigidi town alone has recently undergone rehabilitation under the Cross River State Government emergency intervention

 

The Consultancy Services will cover Construction Supervision of the Rehabilitation/Extension of the Water Production and Distribution System for Ikom. Ogoja and Itigidi towns. A contract will be entered into on a time-based basis; the envisaged Civil Works in each town scheme includes:

 

The Construction of:

  • Intake
  • Pumping Stations
  • Supply arid laying of Transmission mains, including fittings, accessories ancillary and miscellaneous works etc.
  • Conventional Concrete Water Treatment Plant.
  • Ground Level Reservoirs.
  • Elevated Reservoirs.
  • Supply, trenching and laying of treated water distribution pipes, fittings, and accessories, ancillary and miscellaneous works etc.
  • Construction of House connections, Kiosks, ancillary and miscellaneous works etc.

 

This Consultancy assignment is envisaged would commence in December 2012.

 

The Cross River State Water Board Limited now invites reputable civil engineering Consulting Firms to indicate their interest in providing the above mentioned services; interested Firms must provide sufficient information to demonstrate that they are qualified and have the capacity, resources, professional personnel and competence to perform the required service. Reference material to be submitted should include detailed information on assignments of similar nature and complexity completed in the recent past, supported with credible documentations, experience in similar conditions and availability of suitable personnel.

 

A Consultancy Firm will be selected in accordance with the procedure set out in the World Bank Guidelines: Selection and Employment of Consultants by World Bank Borrowers published in May 2004 and subsequent revisions thereof up to May 2010.

 

One original and four copies of the Expression of Interest MUST be delivered to the address below on or before 24th August, 2012 by 2.30 p.m. a sealed envelope clearly marked “Expression of Interest -2nd NUWSRP: Engineering Supervision for Ikom, Ogoja and Itigidi Civil Works Contracts”

 

Please note that:

a)       The cost for preparing your submission is not reimbursable as a direct cost of the services.

b)     The client, Cross River State Water Board Limited is not bound to shortlist any Firm.

 

Managing Director,

Cross River State Water Board Limited,

 

Attention: Engr. Elemi B. Etowa,

147, Ndidem Usang Iso Road

Calabar, Cross River State, Nigeria

Tel: (+234) 803 670 8465,

E-mail: elemi4@yahoo.com

 

 

 

 

 

 

Tender for the Supply of Laboratory Equipment and Library Books /E-Library Search Engine Equipment at Medical Laboratory Science Council of Nigeria

Medical Laboratory Science Council of Nigeria

(National Medical Laboratory Accreditation Agency)

Federal Statutory Body Established by Act 11 2003

 

HORS. 49, Mamman Nasir Street, Off T.Y. Danjuma STR., Asokoro

P.M.B 771 Garki P.O, Abuja

Tel: 09-8765951, 09 -8765952, 09-8765953

Website: www.miscm.gov.ng

Email: info@miscn.gov.ng, mediabcori@yahoo.com

 

Tender Notice

 

Tender for the Supply of Laboratory Equipment and Library Books /E-Library Search Engine Equipment.

 

Introduction:

The Medical Laboratory Science Council of Nigeria is an agency of the Federal Ministry of Health and charged with the main responsibility of regulation and accreditation of quality and efficient health laboratory care to the general public and enhancing high academic standards in training institutions.

 

In line with the Public Procurement Act, 2007; the Council hereby invites reputable and interested Companies to apply for participation in the tender process for the supply of Laboratory Equipment and Library Books/ E-library search engines Equipment for its 2012 Capital project.

 

Scope of Work

Lot 1 Supply and installation of Laboratory Equipment at MLSCN  Headquarters in Abuja.

Lot 2  Supply of Library books/E-library search engine Equipment to

MLSCN Headquarters in Abuja

 

Tender Requirements

Interested contractors would be required to pay a non- refundable tender fee of N20,000.00 (Twenty Thousand Naira only) to MLSCN cash office at Asokoro. The details of the supplies would be obtained on payment of the non- refundable fee. The original receipt must be attached to the tender documents. The application should be accompanied with the following documents:

i)       Articles of Incorporation or Registration of firm with Corporate Affairs Commission.

ii)      Latest Income Tax Clearance Certificates – for the past three years.

iii)     VAT Registration Certificate/ Remittance.

iv)     Pencom Registration/ Remittance

v)      Receipt of payment of non- refundable tender fee.

vi)     Original letter indicating the person authorized to sign on behalf of the company

vii)    Company’s audited accounts for the last three years.

viii)   Comprehensive company profile.

 

Submission of Tender Documents

The tender documents should be neatly enclosed in a sealed envelope marked “Tender for Supply of Laboratory Equipment to Head Office, and dropped in a tender box at the address below on or before 31st August, 2012

 

Procurement Unit

Room 212

MLSCN HQTRS,

Asokoro, Abuja

 

Opening of Tender Documents

The Tender Documents will be opened on September 4th, 2012 at 2.00pm in the Board Room of MLSCN Hqtrs, 49 Mamman Nasir Street, off T.Y. Danjuma Street, Asokoro, Abuja. Bidders or their representatives are invited to be present in the opening session.

 

Please note that late submission of tenders shall be rejected, and a company is to tender for only one Lot.

 

Ali Felix MNIM, MIMC

Head, Procurement Unit.

For: Registrar/CEO

 

Invitation for Pre-Qualification of Contractors/Suppliers for the Execution of 2012 Capital Projects at Jos University Teaching Hospital

Jos University Teaching Hospital

P.M.B 2076, Jos – Plateau State

 

Invitation for Pre-Qualification of Contractors/Suppliers for the Execution of 2012 Capital Projects

 

Addendum

We refer to our earlier advertisement for pre-qualification of contractors, suppliers and manufacturers published in the Federal Tenders Journal Page 15 of Monday, June 25 to Sunday, July, 8th , 2012 on the above-captioned projects.

 

Further to the advertisement in reference, the Management wishes to inform all companies that submitted pre-qualification documents to note the following:

 

1.         Pre-qualified Companies shall be required to pay Non-refundable Financial Tender Fees as follows:

 

Lot A: Construction

i)          Completion of Tuberculosis Laboratory: N100,000.00 (One Hundred Thousand Naira) Only

ii).       Completion   of Doctors’   Quarters:   N50,000.00   (Fifty Thousand Naira) Only.

 

Lot B: Supplies

i)          Medical/Hospital   Equipment: N25,000.00   (Twenty- fiveThousand Naira) Only, ii).       Furniture: N30,000.00 (Thirty Thousand Naira) Only

iii).      Vehicles: N25,000.00 (Twenty-five Thousand Naira) Only

iv).       Laundry Equipment: N25,000.00 (Twenty-five Thousand Naira)  Only.

 

2.0       Pre-Qualification Requirements

The following are the pre-qualification requirements that should be submitted by interested Contractors, Suppliers and Manufacturers:

a)         Evidence of Incorporation of Company in Nigeria with the Corporate Aftair

Commission (CAC).

b)         Audited Accounts for the last three years (2009,2010 and 2011)

c)         Evidence of Tax clearance certificate (2009, 2010 and 2011)

d)         Evidence of Tax Identification Number (TIN No.)

e)         Evidence of Financial Capability and Banking Support (Name and Address of

Bank(s))

f)          Evidence of similar and VERIFIABLE projects successfully executed within the

last five (5) years (supported with Completion Certificates/Certificates of Making

Good Defects).

g)         Evidence of VAT Registration and remittances, where applicable

h)        Evidence of Manufacturer(s) representation or distributorship

i)          Evidence of Equipment and Technology Capability.

j)          Comprehensive Company Profile and Organizational Structure.

k)         Evidence/Experience of Technical Qualification and Experience of Key Personnel.

l)          Evidence of Opening of Retirement Savings Account (R.S.A.) for staffer employees with a Pension Fund Administrator (i.e., supported with Compliance Certificate issued by National Pension Commission).

 

Tenderers should note that LOTA2:  Tuberculosis Laboratory is a specialized laboratory handling hazardous biological agents and classified under Bio-safety Level 3 (BSL-3). prospective tenderer must therefore possess evidence of having executed similar project.

 

3.0       Please Note

Notwithstanding the submission of the pre-qualification information, Jos University Teaching Hospital is neither committed nor obliged to include any company on any bid list

i).         Only pre-qualified companies shall be invited for the Financial bidding of the projects

ii)         Pre-qualified Companies will be required to pay non-refundable fees to obtain the

Financial Tender documents in respect of the projects(s).

iii)        Original Documents on any aspect of a Company’s submission may be requested for sighting;

iv)        Jos University Teaching Hospital reserves the right to verify any claim by the companies. Companies shall  therefore include necessary authority and guarantee for such verification, absence of which will result in the disqualification of such bid.

v)         The notice of “Invitation to Pre-qualification” shall not be construed as commitment on the part of Jos University Teaching Hospital nor shall it entitle any company to make claims or seek any indemnity from Jos University Teaching Hospital.

 

4.0       Submission  of Pre-qualification Documents

The complete pre-qualification documents with full pagination should be in Ten (10) spiral  bound copies (unbound submission will NOT be accepted) and enclosed in an envelop sealed and marked  PRE-QUALIFICATION FOR……. (indicate the specific Lot e.g.

 

Lot A3: Completion of Doctors’ Quarters”) at the top right corner of the envelope and addressed to:

 

The Chief Medical Director,

Jos University Teaching Hospital

to. 3, Murtala Mohammed Way

P.M.B. 2076-Jos.

 

The complete pre-qualification documents should be deposited in the Tender Box in the office of the  Director of Administration, Jos  University Teaching Hospital, Permanent site, Lamingo 30th July, 2012.

 

5.0       Opening  of Pre-qualification Documents

The submitted documents shall be opened same day in the presence of bidders or their representatives who choose to attend at the Hospital’s Conference Hall at 2.00pm, at the permanent site, Lamingo, Jos.

 

Signed

Mr. Bitrus D. Ali

Director of Administration

For: Chief Medical Director.