Invitation to Tender (Addendum) at Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)

Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)

 

No. 35, Port Harcourt Crescent, Garki, Area 11, Abuja.

 

Invitation to Tender (Addendum)

Further to the Agency’s earlier Invitation to Tender published in the Daily Trust and Thisday Newspapers of Monday, 4th June 2012 please find below additional goods to be supplied:

 

B.        Goods: Supply of Machinery and Equipment

8.0       Unemployed Women and Youths Empowerment Scheme in two (2) Federal constituencies of Borno State as follows:

 

8.1       Biu/Bayo/Kwaya-Kusar And Shani Federal Constituency

Lot 1: Tricycles

Lot 2: Grinding Machines

Lot 3: Jicheng Motorcycles

Lot 4: Water Pumps

 

8.2       Damboa, Gwoza, Chibok Federal Constituency

Lot 1: Tricycles

Lot 2: Grinding Machines

Lot 3: Bicycles

Lot 4: Sewing Machines

Lot 5: Jicheng Motorcycles

 

Pre-Qualification Requirement

a)         Evidence of experience and understanding of the Lot being applied for.

b)         A comprehensive current profile of the firm with curriculum vitae of principal/technical Officers address of headquarters and branches (if any).

c)         Copy of Certificate of Incorporation (registration with  Corporate Affairs  Commission (CAC)/and evidence of filling of current (2011) Annual Returns.

d)         Three (3) years Tax Clearance Certificate (2009,2010 and 2011). (Tax Identification Number to be provided).

e)         Copy of Value Added Tax Certificate and evidence of remittance of VAT.

f)          Evidence of compliance with Pension Act (where applicable).

g)         Evidence of compliance with the provisions of the Industrial Training Fund (ITF) Amendment Act 2011.

h)        Evidence of Registration with the Financial Reporting Council of Nigeria

i)          Evidence of financial capacity to execute the Lot applied for.

j)          Three (3) years Audited Accounts (200, .2010 and 2011)

k)         Copy of Article and Memorandum of Association

l)          Letter authorizing SMEDAN to make enquiries about any information supplied by the company.

m)        Detailed information on equipment/facilities of the firm

n)        Any other information that will be useful in determining the firm’s competence

 

Collection of Tender Documents

Interested firms are to collect bid documents from the Secretary, Tenders Board upon payment of non-refundable fee of twenty thousand Naira (N20,000.00) in bank draft or payment into SMEDAN Account with Zenith Bank (Account Number: 1010584052).

 

Submission of Bid

The pre-qualification requirements should be sealed in a separate envelope and clearly marked ‘Prequalification Documents’.

 

The technical bid document should be in another envelope sealed and clearly marked, ‘Technical Bid’. The financial bid should also be in a separate envelope, sealed and clearly marked ‘Financial Bid’.

 

The name of the company should be boldly written on the reverse side of all the envelopes.

 

All the documents are to be addressed to:

 

The Secretary Tenders Board

Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)

No. 35, Port Harcourt Crescent,

Garki, Area 11, Abuja.

 

And should be dropped in a box at the Agency’s Training Room located at the ground floor on or before 20th August, 2012.

 

Please Note that the closing date for submission of tenders is still Monday 23rd July 2012 by 12:00 noon  while the technical bids would be publicly opened on Tuesday 24th July, 2012 at 10.00am.  The venue for  the opening is, the Agency’s Training Room at:

e Tor

Small and Medium Enterprises Development Agency of Nigeria  (SMEDAN)

No. 35, Port Harcourt Crescent,

Garki,Area 11, Abuja.

 

Additional Information:

i.          Bidders or their representatives and other interested organizations/general  public are by this notice  invited to witness the event.

ii.         Only firms that comply with regulatory requirements would be considered

iii)        Late submission will not be accepted.

iv)        Bidders shall be responsible for all expenses incurred in the preparation of their Bids

v)         Failure to satisfactorily fulfill the  conditions as requested above will result to the invalidation of such tender

vi)        SMEDAN reserve the right to verify the  authenticity of claim(s) made by any tendering  company

vii)       SMEDAN shall reserve the right to reject any submission based on unverifiable  Information.

viii)      Please note that this exercise places no commitment on SEMDAN nor establishes any legal relationship whatsoever

ix)        The Agency’s website, email address and phone number are as follows:

 

Email Address: info@smedan.gov.ng

Website: www.smedan.gov.ng

Phone No: 09-7804771.

 

Signed

Management

 

 

 

Invitation to Bid for the Supply and Installation of a Heavy Duty 500KVA Diesel powered Standby Generating Set at National Council on Privatisation

The Presidency

Federal Republic of Nigeria

National Council on Privatisation

Secretariat: Bureau of Public Enterprise

 

Invitation to Bid for the Supply and Installation of a Heavy Duty 500KVA Diesel powered Standby Generating Set

 

As part of efforts to upgrade its infrastructure, the Bureau of Public Enterprises (BPE) wishes to Purchase and install heavy duty diesel powered sound proof 500KVA Stand by Generator with the following features and specifications:

 

Model P500P3 prime rated, Std. sound-proof/weatherproof, generating set at 500kVA/400kW Rating at NTP, 415/240V, 50Hz, 1500 rpm powered by a Perkins (FG Wilson – UK) 2506A-E15TAG2 , six-cylinder diesel engine coupled to a brushless alternator, mounted on a fabricated steel base frame with built in 8hr fuel tank complete with content gauge.

 

Set comes complete with radiator, governor, battery, PWP

 

1.0  – auto-start control panel with low oil pressure/high engine temperature shutdown.

 

The successful bidder will, in addition to the supply and installation, provide after sales service.

 

All firms interested to bid must have at least five (5) years of relevant experience in the supply, installation and maintenance of diesel-powered generating sets.

 

 

Submission of Bids

Bids from prospective firms should specify the following information as basis for evaluation:

 

  • Registration with CAC
  • Profile of the firm including ownership structure
  • Proven track record of handling similar projects
  • 3years Tax Clearance Certificate

 

Bids must be submitted in six (6) hard copies in a sealed envelope clearly marked “Bids for Supply and Installation of Heavy Duty Generating Set”

 

The Bids must be accompanied by a non-refundable fee of 20,000.00 in Bank Draft in favour of Bureau of Public Enterprises and should be delivered not later than 5.00 pm on Friday, 27th July, 2012 in Room 008 at the address shown below:

The Director-General

Bureau of Public Enterprises

1, Osun Crescent, off Ibrahim Babangida Way, Maitama,

P.M.B 442, Garki

Abuja-Nigeria

Tel: 234-9-460-4400-10

 

Attention: Head, Management Services

Web site: http://www.bpeng.org

Only shortlisted firms will be contacted.

Invitation to Tender at Federal Medical Centre, Birnin Kebbi

Federal Medical Centre

Birnin Kebbi- Kebbi State

 

Invitation to Tender

 

.1   Introduction

The management of Federal Medical Centre, Birnin Kebbi wishes to invite interested reputable Contractors/suppliers to submit Technical and Financial Bids for the following 2012 Capital projects.

Lot I.          Construction of internal Road Drainages.

Lot II.         Supply of various Medical Equipments.

 

002.   Scope of Work and Specifications

The scope of work and specifications are clearly indicated and specifications are clearly indicated and specified in the Tender Documents Bill of Quantities to be procured by the pre-qualified contractors.

 

003.   Eligibility Criteria

i.        Evidence of registration with corporate Affairs Commission  (CAC)/Certificate of incorporation.

ii.       Tax clearance certificates for the last three years (2009, 2010 and 2011 (indicate Tin Numbers).

iii.      Evidence of pension Contribution and Remittances of employees pension for Firms having more than five (5) employees.

iv.      Evidence of VAT Registration and Remittances

v.       Detailed Company’s Profile.

vi.      Evidence of previous similar jobs experiences or jobs currently being executed including letters of Awards and Completion Certificates.

vii.     Annual Audit Reports of the Company for the last three (3) Years: 2009, 2010 and 2011.

viii.    Letter of Financial Capability and Bank support.

ix.      Full corporate Account details including sort code.

x.       Any bid above 50 Million Naira must be accompanied with Bid Security of 2% of Bid price.

xi.      Evidence of authorization by manufacturer to be its representative or agent in Nigeria for Medical equipment supplies

 

004.   Collection of Bid Documents

Interested and eligible contractors/ Suppliers shall collect standard bidding documents from Office of the Head of planning. Research and Statistic Federal Medical Centre, Birnin Kebbi, upon presentation of evidence of payments of non-refundable Tender fee of N20, 000.00. The payment of the Tender fee is to be made at Financial and Accounts Department where the receipts would be obtained.

 

005.   Submission of Technical and Financial Bids

Technical and financial bids (2 copies) shall be submitted in two (2) different sealed envelopes and labeled “Technical Bid” and “Financial bid” respectively, with the company’s name indicated at the back of each envelop. Both envelop should be sealed and place in the third envelop marked with “Lot No and Lot Title” at the top right hand corner and address to:

 

Medical Director

Federal Medical Centre

Gen. Muhammadu Iliyasu

Bashar Road, PMB 112

Birnin Kebbi, Kebbi State

 

The closing date for submission of bids is on or before 6th August 2012 by 12 noon. Only bidders whose technical bids fulfill the minimum requirements will have their financial bids considered.

 

006.   Bid Opening

Technical bids will be opened on the closing date of bid submission on or before 7th August, 2012 by 12 noon in the Board Room of FMC Birnin Kebbi in the presence of all bidders or representative who wishes to witness the occasion.

Bidders are to note that response to this invitation does not place commitment of obligation on the Federal Medical Centre, Birnin Kebbi, and that only pre-qualified and most responsive evaluated bids will be considered.

 

Signed

Management

Invitation for Pre-Qualification for 2012 Capital Projects at National Centre for Energy Efficiency and Conservation (NCEEC)

National Centre for Energy Efficiency and Conservation (NCEEC)

The Energy Commission of Nigeria

Faculty of Engineering, University of Lagos, Akoka, Yaba

 

Title: Invitation for Pre-Qualification for 2012 Capital Projects

 

Introduction

The National Centre for Energy Efficiency and Conservation (NCEEC). Faculty of Engineering, University of Lagos, Akoka. Yaba, Lagos is uniting interested, qualified, reputable and competent companies for the pre-qualification for the under listed 2012 capital projects.

 

Scope of Work:

Lot1:          Procurement of Energy Efficiency and Conservation Books, Journals and Specialized Software.

Lot 2:         Procurement of Energy Efficiency workshop and Laboratory Equipment

 

Pre-Qualification Requirements

Prospective suppliers shall be required to submit copies of the following pre-qualification requirement in a sealed envelope

  • Application to pre-qualify
  • Certificate of incorporation with the Corporate Affairs Commission (CAC), and evidence of annual returns filling at CAC
  • Proof of registration with National Pension Commission and evidence of remittances of employees’ pension contributions/deductions
  • Evidence of financial capabilities, including 3 years audited financial statements and bank statements for the last six months
  • Tax Clearance Certificate for the last three years i.e. 2009, 2010, 2011 (to expire December 2012)
  • VAT registration with TIN number and proof of past remittances
  • Detailed company profile, including partnerships and curriculum vitae with contact addresses and phone numbers of key personnel in the company.
  • A comprehensive list of similar job(s) previously executed successfully or currently being executed with contact addresses/phone numbers of the clients for confirmation and with evidences including Letter of Award, Certificate of Completion, and Evidence of Payment.
  • A sworn affidavit that none of the Directors of the company had been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
  • A sworn affidavit indicating that any officer of the NCEEC, UNILAG is not a former Director, shareholder or have any pecuniary interest in their company
  • A sworn affidavit indicating that all documents submitted are genuine and verifiable

 

Submission of Documents

Pre-qualification documents are to be neatly bound in the order listed above and sealed in an envelope marked “Pre-Qualification for ………… (Quoting the appropriate project name and lot number)” boldly written on the top right hand corner of the envelope, the envelope should be addressed to:

 

 The Director,

 National Centre for Energy Efficiency and Conservation,

 Faculty of Engineering,

University of Lagos,

 Akoka, Lagos.

 

And marked on the reverse side (other side) with the supplier’s organization name and contact phone number. Submission on or before 23rd July 2012.

 

Additional Information

a.       Invitation to pre-qualify shall not be construed as a commitment on the part of the Centre to award any form of contract to any company and shall not entitle any company to make claim or seek indemnity from the Centre for having responded to our advertisement, only qualified companies shall be invited to pick tender documents.

 

b.       Pre-qualification process may also involve verification of information supplied by companies in their applications. Companies may also be requested to provide additional information or give further clarifications on their submissions to the Centre. Misrepresentation of facts, gross misstatement or false declarations if discovered, may form the basis for disqualification.

 

Signed:

Director, NCEEC

 

Invitation for the Pre-Qualification for the Printing of Training Manuals and Production/ Supply of Other Materials for Capacity Building of Primary School Teachers (MDGs) Project (2012) at National Institute for Educational Planning and Administration (NIEPA), Ondo

National Institute for Educational Planning and Administration (NIEPA), Ondo

 

Invitation for the Pre-Qualification for the Printing of Training Manuals and Production/ Supply of Other Materials for Capacity Building of Primary School Teachers (MDGs) Project (2012)

 

The National Institute for Educational Planning and Administration (NIEPA), Ondo is in the process of executing the 2012 Capacity Building Workshop for —-Head Teachers of Primary Schools in designated training centres across the nation. The workshops are scheduled to hold between August and December, 2012. The purpose of the training is to upgrade the skills of the Head Teachers on effective school administration.

 

The workshops will be funded from the Debt Relief Grant and Implemented under the Millennium Development Goals (MDGs) projects. The workshops will be facilitated by selected resource persons using specially designed self-instructional manuals.

 

NIEPA is by this advertisement inviting reputable printers and other companies to tender for the pre-qualification of the printing of Training Manuals, handouts and other materials/equipment that will be used for the workshop

 

The printers and other companies will be required to meet the standards determined by the Institute in terms of quality of materials and finished products, capacity for timely delivery and adequate facilities to deliver.

 

The specifications for the Manuals, Handbooks, CDs, Folders and Jotters are available for collection at NIEPA Headquarters, Ondo

 

Pre-Qualification Requirements

Interested companies should submit their pre-qualification proposal along with the documents stated hereinafter in sealed envelopes to the address below Failure to submit any of the under listed documents may lead to disqualification.

 

i.        Full details of the company’s profile

ii.       Certificate of Registration with the Corporate Affairs Commission

iii.      Three years Tax Clearance Certificate

iv.      Evidence of VAT Registration and Remittance

v.       Evidence of similar job(s) executed in the past (with verifiable addresses)

vi.      Organizational structure, available manpower with list of technical staff with    their resumes

vii.     List of equipment

viii.    Company audited accounts over the past three years

ix.      Evidence of Registration with Pensions Commission in compliance with   provisions of Section 16(6) (d) of the Public Procurement Act, 2007 (PPA 2007)

x.       Evidence of financial capability.

xi.      Payment of non-refundable bidding fee of N30, 000.00 (Thirty Thousand

Naira only) payable in Bank Draft to the NIEPA, Ondo

 

Selection Criteria

Printers will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

 

Presentation

Interested firms are to submit pre-qualification Technical Proposals in sealed envelope addressed to:

 

The Director-General and Chief Executive

National Institute for Educational Planning and Administration (NIEPA) Km. 4, Laje Road, P.M.B. 562,

Ondo, Ondo State.

 

Duly marked “Printing”. The bid should be dropped in the Tender Box in the office of the Director-General/CEO. Bidder’s name, address and telephone numbers should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in the DG’s office.

 

Closing Date

All bids must be delivered to the address below on or before 30th July 2012

 

Director-General/Chief Executive Officer