Invitation to Tender for 2012 Capital Projects at National Obstetric Fistula Centre Abakaliki, Ebonyi State

National Obstetric Fistula Centre Abakaliki, Ebonyi State

 

Invitation to Tender for 2012 Capital Projects

 

The National Obstetric Fistula Centre, Abakaliki invites competent and experienced contractors to tender for the execution of the following projects under the 2012 Appropriation Act:-

 

LOT: 1        Construction   of  Theatre/Changing   rooms,   library   and   staff administrative complex.

LOT: 2        Construction of Invitro Fertilization (IVF) Building.

LOT: 3        Supply of various medical equipment and instruments to the hospital.

LOT: 4        Supply of computers/equipping of ICT Unit

LOT: 5        Supply/installation of equipment for Laundry section and mauling machine.

LOT: 6        Supply of accessories for Mammogram Machine

LOT: 7        Supply of vehicles: Hilux, 18 Seater bus, utility vehicle

LOT: 8        Supply of Office furniture and fittings

 

 

All envelopes for the BIDS must contain the following documents.

  1. Company profile indicating Managerial Structure. Technical and Operational Capabilities.
  2. Evidence of valid Certificate of Registration with Corporate Affairs Commission (CAC).
  3. Company Audited Accounts for the last three (3) successive years (2009, 2010 and 2011).
  4. Evidence of Tax Clearance Certificate for the last three (3) successive years (2009, 2010 and 2011).
  5. Evidence of VAT Registration and VAT Remittances.
  6. Evidence of Financial Capabilities and/or Banking Support.
  7. List of similar projects previously undertaken (with evidence of completion)
  8. Veritable   evidence   of  availability   of  appropriate   Manpower,

Machinery and Equipment.

  1. Confirmation offender validity period of at least 120 days from the

date of Bid Opening.

  1. Evidence of Employees Open Retirement Savings Accounts (RSA) with a Pension Administration of their choice.
  2. Evidence of Remittance for both employee and employer Pension Contribution to the appropriate Pension Fund Custodian not later than 7 (seven) days from the date of payment of salaries.
  3. Evidence of payment of N 10,000 for Bidding documents to the Accounts Department of National Obstetric Fistula Centre, Abakaliki.

 

2.1     Bid documents should be obtained on or before 6th August, 2012 and submitted not later than 20th August. 20120

2.2     Only Bidders who qualify for the Technical Bid Assessment will have their Financial Bids opened for analysis. They shall be invited for the opening of the financial bids not more than 14days from the Technical Bids opening day.

2.3     Submission of the Bid Documents is not a Contractual Agreement between   any   company   and   National   Obstetric Fistula   Centre, Abakaliki. Only Companies that are successful at both the Technical and Financial Biding Sessions will be contacted for further processes.

 

NOTE:   Eligible bidders may obtain further information from the National

Obstetric Fistula Centre, Abakaliki.

 

 

Return of Bids

3.0     All Bids shall be submitted in wax sealed envelopes.

3.1     All sealed envelopes must have the Company’s name, address and contact phone numbers with the lot marked clearly at the left hand side of the envelope and addressed to:

 

The Medical Director

National Obstetric Fistula Centre

Abakaliki

Ebonyi State

 

 

Management

Request for Expression of Interest at National Insurance Commission

National Insurance Commission

Head Office: Plot 1239 Ladoke Akintola Boulevard Garki II, Abuja

 

Request for Expression of Interest

 

Economic Reforms and Governance Project

World Bank-Assisted (Credit No: IDA40110)

 

 

Business Process Management Solution-Design,

Development and Delivery

 

 

  1. The Federal Government of Nigeria has received financing from the World Bank toward the cost of the Economic Reform and Governance Project, and intends to apply part of the proceeds for consultant services. The services include Design, Development and Delivery of a Business Process Management Solution.

 

2. NAICOM wishes to engage a qualified solution provider to automate the processes of NAICOM and undertake design, development and delivery of the business process management. The overall goal is to improve staff productivity, increase operational efficiencies, reduce transaction costs, reduce subjectivity in analysis and reporting, increase revenues accruing to NAICOM, reduce wastage and provide qualitative and quantitative information to NAICOM management to support decision making. The business process management will improve productivity through redesign, innovation and the enabling power of modern technology. The assignment may last for a period of4months from the date of contracting.

 

Submission of Expressions of Interest (EOIs)

The National Insurance Commission now invites eligible consultant firms to indicate their interest in providing the services. Interested consultant firms must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.).

Consultants may associate to enhance their qualifications.

 

A consultant firm will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (January 2011). Interested consultants may obtain further information at the address below from 9.00am to 4.00pm local time Monday to Friday except public holidays.

 

Expressions of interest must be delivered to the address below latest by 12.00noon of July, 23 2012.

 

The Project Coordinator (ERGP)

National Insurance Commission

NO 1239, Ladoke Akintola Boulevard

Garki 2, Abuja

naicompet@yahoo.com

www.naicom.gov.ng

Procurement of Goods at Federal Medical Centre, Umuahia, Abia State

Federal Medical Centre

(Queen Elizabeth Hospital, Umuahia)

P.M.B. 7001, Umuahia, Abia State

 

In pursuance of the execution of its 2012 capital projects, the Federal Medical Centre, Umuahia, Abia State intends to procure the following goods and services in the Lots listed below. Interested and reputable companies are hereby invited to submit technical and financial bids for the projects listed below:-

 

Lot 1 Supply and installation of X-Ray Equipment

Lot 2 Supply of Hospital Furniture & Equipment

Lot 3   Supply of Anaesthetic Equipment, Endoscopy and Renal Dialysis machines

Lot 4    Supply of Hospital Vehicles Ambulances

 

 

Requirements

Interested bidders are required to submit the following along with their bids:-

 

  1. Copy of certificate of incorporation/Registration with the Corporate Affairs Commission.
  2. Company Profile
  3. VAT Registration Certificate and evidence of past VAT Remittances.
  4. Evidence of valid Tax Clearance Certificates for the last three (3) years.
  5. Audited Accounts of the Company for the last three (3) years.
  6. Evidence of similar jobs already successfully executed.
  7. Evidence of financial capability/credibility from the Banks.
  8. Evidence of Registration with Pension Fund Administrators.

 

 

Prospective Contractors will normally sign a register provided to confirm that they have submitted their envelopes.

 

 

This advertisement shall neither be construed as a commitment on the part of Federal Medical Centre, Umuahia, nor shall it entitle any firm to make any claims whatsoever, and/or seek any indemnity from Federal Medical Centre, Umauhia by virtue of having responded to the advertisement.

 

All expenses incurred in preparing bid documents in response to this advertisement shall be borne by the prospective contractors.

 

 

Bid Documents

Bid documents containing full specifications on all the Lots can be obtained from the Tenders Unit, Federal Medical Centre, Umuahia upon payment of a non- refundable fee of twenty thousand Naira (N20, 000.00) only for each Lot bided.

 

 

Submission of Bids

Technical and Financial Bids are to be separately sealed with wax in envelopes indicating the Lot number/title and addressed to the:-

The Medical Director

Federal Medical Centre

P.M.B.7001, Umuahia

Abia State

 

 

 

All bid envelopes as directed above should be dropped into a tender box at the Office of the Head of Administration, Federal Medical Centre, Umuahia on or Before Monday 29th July, 2012 by 12:00noon

 

Incorrectly addressed or labelled submissions and those received after the specified deadline shall be rejected.

 

 

Opening of Bid Documents

All interested contractors are invited to the opening of the bid documents on Monday 29th July, 2012 in the Board Room of Federal Medical Centre,

Umuahia.

 

Signed:

Dr. Abali Chuku

Medical Director

Invitation to Submit Financial Bids for the Execution of 2008/2009/2010 (3 years Merged) Tetfund Intervention for Library Development Project and 2012 Capital Projects at National Mathematical Centre (NMC), Abuja

Federal Ministry of Education

National Mathematical Centre, Abuja

 

Invitation to Submit Financial Bids for the Execution of 2008/2009/2010 (3 years Merged) Tetfund Intervention for Library Development Project and 2012 Capital Projects

 

 

The National Mathematical Centre, Abuja (NMC) is desirous to undertake a Financial Bid exercise for its 2008/2009/2010 (3 Years Merged) TETFUND Intervention for Library Development and 2012 Capital Projects accordingly, the National Mathematical Centre is inviting competent and interested Contractors to indicate interest by obtaining Financial Bid Document for the following jobs:

 

 

1.      Projects

Lot 1:          Procurement of ICT/Office Equipment (TETFUND)

Lot 2:          Cable Networking of NMC Library (TETFUND)

Lot 3:          Procurement of Different Titles of Journals (TETFUND)

Lot 4:          Proposed Publication and Supply of NMC Mathematics Text-Books for Primary 1-3 (MDG)

Lot 5:          Proposed Publication and Supply of NMC Mathematics Text-Books for Primary 4-6 (MDG)

Lot 6:          Proposed Publication and Supply of NMC Teaching Modules for Primary 1-3 (MDG)

Lot 7:          Proposed Publication and Supply of NMC Teaching Modules for Primary 4-6 (MDG)

Lot 8:          Proposed Publication and Supply of NMC Primary Schools Games Book, Cards and Games Board (MDG)

Lot 9:          Proposed Publication and Supply of NMC Edited Algebra & Analysis Text-Books (Capital Project)

Lot 10:        Proposed Publication and Supply of NMC Edited Linear Algebra Text Book and Rubik Cubes with Manuals (Capital Project)

Lot 11:        Proposed   Publication   and   Supply   of  NMC   Edited Mathematics Olympiads Text-Book

Lot 12:        Supply and Installation of Office Equipment and Computers Hard-Wares / Computer Accessories (Capital Project)

Lot 13:        Procurement of Tractor and Implements,

Lot 14:        Procurement of Sporting Equipment

 

 

2.       Financial Bids Requirements

Interested reputable Contractors with relevant cognate experiences and good track record of performance are hereby invited to obtain Financial Bid Documents. The Financial Bid Documents when submitted should be accompanied with the followings:

 

I.       Certificate   of registration with Cooperate Affairs Commission. (C. A. C.)

II.                Evidence of compliance with Pension Reform Act, 2004 including evidence     of remittance.

III.    Evidence of Technical Capacity and List of Equipment, where applicable

IV.     Evidence of TAX Clearance for the last three (3) Years (2009, 2010 & 2011) respectively.

V.      Company Audited Account for the last three (3) Years (2009, 2010 & 2011) respectively.

VI.     Evidence of VAT registration and remittances.

VII.   Evidence of Experience with similar jobs, in the last three Years including Letters of Award of Contracts, Contract Sum(s), Completion Certificates, and Registration with relevant Professional Body where applicable.

VIII. Evidence of Financial Capabilities (A Letter of support from a Bank will be an added Advantage)

IX.              Company Profile with C.V.  of key personnel and their professional Qualifications. (Photocopy) where applicable

X.      Verifiable Office Address and Phone Numbers.

 

 

3.         Note:

I        Full Bid Documents shall be provided to Bidders by the Procurement Office, Room 106, 1st floor Administrative Building National Mathematical Centre, Sheda- Kwali, Abuja, on presentation of evidence of payment of non-refundable processing fee of N20,000.00 per Lot payable to National Mathematical Centre, Abuja at the Access Bank, Account Number 0016560051.

II       No Bidder is allowed to quote for more than two (2) Lots.

 

 

4.         Submission Requirement

The Financial Bid Documents must be in a sealed envelope and clearly marked appropriately, indicating relevant Project and addressed to the Director/ Chief Executive, National Mathematical Centre, Sheda – Kwali, Abuja. The sealed Documents are to be submitted to the Office of the Procurement Unit Room 106,1st Floor, Administrative Building National Mathematical Centre, Lokoja -Kaduna Express Way, Sheda- Kwali, Abuja. Submission of Tender shall on Monday 23rd July, 2012 at 12 noon.

 

 

5.       Bid Opening

The opening of Financial Bids will take place at 1:00 P.M. on Monday 23rd July 2012 at the Auditorium /Academic Block NMC Sheda-Kwali, Abuja.

Interested Contractors/ Suppliers should attend or send their representatives.

All interested Professional Bodies and NGO are hereby invited to witness the opening.

 

 

Signed:

National Mathematical Centre, Abuja

Invitation for Bids at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33 Pope John Paul II Street, Off Gana Street, Maitama District,

Abuja. Nigeria.

 

Invitation for Bids

Introduction

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public Procurement Act, invites interested and eligible contractors to tender for the execution of the following projects which are part of the 2012 Appropriation.

 

 

Package 1:  Expansion   and   Upgrade   of   Meteorological   Archive   and Installation of Dehumidifier Facilities for Paper Preservation at Oshodi, Lagos State.

 

Package 2:  Data Rescue for Automatic Weather Observation Station (Awos)

Package 3:          Procurement and Installation of Wide Area Network for NIMET Weather Stations Nationwide

Package 4:   Procurement   and   Installation   of   Remote   Sensing   and Geographical Information System (GIS).

Package 5:   Rehabilitation,   Remodelling   and   Construction   of   Regional Meteorological Traing Centre Infrstructure, Lagos.

Package 6:  Procurement and Installation of Wifi Internet Connectivity For The National Weather Forecasting and Climate Research Centre,

Abuja.

Package 7:  Procurement and   Installation   of   Computing   Centre Infrastructure for National Weather Forecasting and Climate Research Centre, Abuja.

Packages 8: Fencing and Landscaping Of Synoptic Stations at Abakaliki and Yenagoa.

 

A.      Note:

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from 10:00am to 4:00pm, Mondays to Fridays, except on public holidays.

 

B.      Qualification Requirements

Interested bidders are expected to meet all requirements specified in the Bidding documents which include:

  1. Evidence of incorporation in Nigeria (CAC forms CO2 and C.07).
  2. Submission of immediate past three years’ tax clearance certificate, (i.e. 2009, 2010, 2011).
  3. Immediate past three years’ audited accounts of the company (2009, 2010. and 2011).
  4. Evidence of registration and remittance of Value Added Tax (VAT).
  5. Evidence of compliance with the relevant provisions of the Pensions Reform Act 2004.
  6. Company Pro file
  7. Evidence of key professional staff with relevant experience and registration with relevant professional bodies.
  8. Evidence of compliance with ITF Act.
  9. Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress. Proven integrity of performed projects is added advantage.
  10. In case of construction projects, verifiable evidence of availability through ownership and or leasehold of appropriate equipment/machinery to be deployed for the execution of the project.
  11. Evidence of financial capability and availability of bank support if award the contract. Please note that bankers’ letter merely stating that the applicant operates an account within – a turnover range is not an adequate evidence of financial capability. (Adhere to the format as contained in the Bidding Document)
  12. For Equipment contracts, verifiable evidence of accreditation membership or affiliation with equipment manufacturers is essential.

C.      Collection of Bidding

A complete set of relevant documents in English language may be obtained from the address below on payment of u non-refundable fee of N30. 000.00 (Thirty Thousand Naira) only payable in cash to NIMET bank account. The documents will be collected on presentation of the receipt of payment (original and photocopy).

 

D.        Submission of Bidding

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids to the address below on or before 12:00 noon on Monday, August 20, 2012. Bids will not be collected after this period. The name and mailing address of the bidder, including valid contact telephone number must be clearly marked on the envelopes and also in the contact address on letter of delivery.

 

E.       Opening of Bids

Bids will be publicly opened in the presence of representatives of companies, who choose to be present at the Agency’s conference room at 2:00pm on Monday, August 20, 2012. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

 

F.        Bid Security

All bids must be accompanied by a bid security of 2 percent of the bid value.

G.      Note: Bidders who do not scale through the technical evaluation stage shall have their financial bid (s) returned unopened.

 

H.      Enquiries

For Enquiries, please call

08037775161 (Head of Procurement) OR 08065434995 (Desk Officer-Documents)

 

 

I.       NB This advertisement shall not be construed as a commitment on the part of NIMET nor shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.

 

NIMET reserves the right to verify claims made by any bidder.

 

The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender.

 

Signed

Director-General/CEO.

Nigerian Meteorological Agency,

33, Pope John Paul II Street, Maitama, Abuja.