Invitation for Pre-Qualification to Tender at Federal College of Veterinary & Medical Laboratory Technology, Vom

Federal College of Veterinary and Medical Laboratory Technology, Vom (NVRI)

 

Federal Ministry of Agriculture and Rural Development

(External and Internal Advertisement)

 

Invitation for Pre-Qualification  to Tender

The Federal College of Veterinary & Medical Laboratory Technology, Vom hereby invite interested, registered reputable Contractors/Companies with professional experience in the under listed projects to submit Pre-qualification document.

 

i.        Lot 01: MLT 2011 – Supply and installation of Equipment for FCVMLT Laboratories

ii.         Lot 02: MLT 2011-  Supply and Installation of Equipment for Mufti Purpose Laboratory

iii.     Lot 03: MLT 2011 – Supply of Chemicals/Reagents for FCVMLT Laboratories

 

2.       Interested Contractors/Companies are required to submit the following documents in sequential order as listed.

 

3.                Documents for each lot must be submitted separately in different envelopes:

a.          Evidence of registration with the Corporate Affairs Commission (CAC).

b.       Tax Clearance Certificates for 2009,2010 and 2011 from the Federal inland Revenue (FIR). Originals to be produced for sighting.

c.       Company’s Audited Account for 2009,2010 and 2011

d.       Value Added Tax (VAT) Registration Certificate and evidence of VAT remittances in the last three years (2009,2010 and 2011).

e.       Verifiable evidences of past job experience of similar projects in the last five (5) years indicating the supply value and evidence of satisfactory supply e.g letters of award, Job completion certificates etc.

f.       Comprehensive company profile including technical qualification and experience of key personnel or professional staff and others.

g.       Letter of Reference from a reputable Bank indicating evidence of accessibility to credit facilities or evidence of financial capability and banking support.(Please attach 2011 Company’s Bank statement).

h.       Evidence of stock for supply of reagents/chemicals and laboratory equipment.

i.        Evidence of strict compliance with the provisions of Section 16 (6)(d) of the

Public Procurement Act (PPA) 2007 as they relate to PENCOM for registration and remittances of staff Pension contributions.

j.        Evidence of compliance with the provisions of section 6 (1) of Industrial

k.       Training Fund (ITF) Act on 1% contribution of every employer having 5 or more  employees in his establishment (Registration and remittances).

l.        Name and phone number of contact person.

 

4.       Interested bidders are to collect pre-qualification documents from the Secretary, Public Procurement Committee on payment of a nonrefundable Tender Fee of Ten Thousand Naira (N10,000.00) per LOT.

 

5.       Completed Pre-qualification documents for submission should be marked “Pre-Qualification 2012” indicating the LOT of interest at the top right han corner and addressed to:

 

The Provost,

Federal College of Veterinary &

Medical Laboratory Technology,

P. M. B. 02, Vom,

Plateau State.

 

6.       The Pre-Qualification Documents must be dropped into the big box in the Provost’s Office on or before 10:00 am Monday, 23rd July, 2012.

 

Note:

A.      That the bids will be opened on 23rd July, 2012 in the presence of bidders/representatives in the College Auditorium on the same day (23rd July,2012) at 11:00 am prompt

B.      That this advert serves as an invitation to any interested NGO and members of the General Public who may wish to witness the opening exercise.

C.      That late submission will be rejected.

D.      That the advertisement for Pre-qualification to tender shall not be a commitment on the part of the FCVMLT, Vom nor shall it entitle any person to make any claim whatsoever and or seek any indemnity from the College by virtue of such person having responded to this advertisement

E.      That after the Pre-qualification exercise, tenders for Contracts and Jobs will be accepted only from Pre-qualified Contractors, and the College shall not

enter correspondence with unsuccessful applicants,

 

Signed

REGISTRAR

Fed. College of Vet, & Med. Lab, Tech. Vom

Invitation to Tender for the Supply of Security Items at Central Bank of Nigeria

Central Bank of Nigeria

Invitation to Tender for the Supply of Security Items

 

The Central Bank of Nigeria is desirous of procuring Security Equipment to be installed at various CBN Loca­tions.

 

Scope of Work

1       Supply of Smith Hi- Scan 6040i Baggage Scanner

2       Supply of Keywateher Key Management System

3       Supply of Conpass Body Scanner (BRAU 1950LD)

 

Specification

SPECIFICATION

S/No Description of Equipment  Technical Specifications
1. Smiths Heiman Hi-Scan 6040i

X-ray Baggage Scanner

  • Model H-6040i LM HIT 7016
  • Input Roller Conveyor 30cm Hs 6040i
  • Output roller conveyor 60cm   Hs 6040i
  • Tunnel opening of 620mm wide by 418mm high Max object size: 615(W) x 410(H) (mm) 24.2” (W) x 16.1” (H)
  • Dimensions: 2004(L) x 850 (W) x 1284 (H) (mm) 78.9” (L) x33.5” (W) x 50.6” (H) Weight: approx.. 400kg

             Approx   881.9lbs

  • H-Trax Type HBMPHEG9.512
  • X-Ray Generator HI-Ray 7
  • Tube 0.32 BPM 35-160
  • Keyboard-S8, 10 SMI
  • Monitor: Samsung/Model No. 795DF ® W
  • UPS Eaton 5115

 

2 Conpass (BRAU1950LD) Body Scanner System including computer, Active Desk, Warning Lights, Installation, commissioning  and Training Dimensions of scanning zone: 208cm x 74cm

Image Matrix: 2688 pixels x 1000 pixels

Spatial Resolution

  • Low Contrast objects: 1-2mm
  • High-contrast items: >0.18mm

Scanning Time: 8 seconds

Image viewing time: Real Time

Dimensions: 225cm x 199cm x 247cm

Weight: 650kg

Power: 22oV/11oV, 50 Hz/60 Hz

 

Conpass Body- Scanner

Including freight, duties, delivery, installation and commissioning in Abuja and other locations, training of up to 12 personnel (at site during time of delivery and installation).

 

Operator’s PC Workstation (In accordance with specification)

(HP d x2400 + model which will fit (+3 serial RS232 9 pin ports extensition card) Chipset: Intel G33, Processor; Intel Core 2 Duo E4600, HDD: 160Gb, DVD/RW, Mouse, Keybaord, RAM: 1Gb DDR2, Video: Nvidia GF8600GT, Controller PCI 3 serial RS232 9 pin ports extension card, Operational system: Windows XP PRO +)

 

Minor

Specialized 22” 90 degree rotation professional colour monitior

 

Printers

Laser printer makes it possible to print out quickly and easily digital X-ray images

 

UPS 650V

 

Specialized X-Ray Software

 

Accessories

Set of spare parts, tools and set of mounting parts

Operations Documentation package

 

X-Ray Generator in a X-Ray Shielded Casing

Filtration System

Dosimeter

 

Operator’s Working Table

A special operator’s workplace to be accommodated close to the inspection equipment, fitted with everything required for the computer, the monitor as well as the X-ray generator control panel. it is protected with a leaded glass screen attenuating the radiation level down to an upper limit of 0.4uSv/hour.

 

 

3. Morse Keywatcher Key Management System 96 Keys Cabinet

(271/2” W x 29 ½” HX 93/4” d)

(70cm w x 75cm h x 25cm d)

Control Box (20’ x x 41/2’ h

Cabinet construct: 18 Guage steel cabinet

                               13 Guage steel door

Secured cabinet with electric lock that only opens if user has access to the keys requested (Medeco) mechanical key over-ride for emergencies. Alarmed cabinet for unauthorized use. Built-in 2 line by 16 character display with backlite for night use and 12 button Alpha-Numeric Keypad. Two RS-232 serial ports for printing or Biometric Fingerprint Reader and Communicating with computer. Built-in- internal Card Reader interface and relay input interface  

 

DESCRIPTION 0ECHNICAL SPEC

General Requirement

Interested and competent service providers wishing to provide the above service to CBN must submit the fol­lowing documents for verification:

a.)     Evidence of registration with Corporate Affairs Commission

b.)     Evidence of payment of tax for the last three (3) years as and when due

c.)     Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), facsimile number(s).

d.)     Verifiable evidence of similar jobs successfully executed in the past,

e.)     Reference letter from bank stating financial ability to carry out such project(s).

f.)      Current company’s audited statement of accounts.

g.)     Evidence of employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator.

h.)     Evidence of remitting employer and employee pension contributions to the appropriate pension fund custodian,

i.)       Evidence of transferring all Pension Funds and Assets prior to the commencement of the pension Reform Act to licensed pension operators,

j.)       Evidence of remittance of Training contributions to the Industrial Training Fund (ITF).

 

Submission

A.      The tender should be submitted in wax sealed envelope boldly marked at the top left Corner .’Supply of Security Equipment to the Central Bank of Nigeria’ The submission should be addressed to:

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria

Fax No: 09-462-38239

E-mail: tenders@cenbank.org

 

Closing Date

All submissions must be received at the above address not later than six weeks from the date of this publica­tion.

 

Opening Date

Tenders will be opened not later than 20th August, 2012.

The Central Bank of Nigeria will enter into further communication only with the successful company.

 

Important Notice

1       Nothing in the advert shall be construed to be a commitment on the part of the Central Bank of Nigeria

2.      The successful company(ies) will be notified formally, published and posted on the CBN website (www.cbn.gov.ng ) and notice boards in CBN locations.

 

Signed

MANAGEMENT

Pre-qualification for Upgrading of Barau Dikko Specialist Hospital, Kaduna at Kaduna State Government Ministry of Health

Federal Republic of Nigeria

Kaduna State Government Ministry of Health, Kaduna.

 

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

 

The Kaduna State Government of Nigeria has over the years shown its determination towards the provision of sound and qualitative Health Care Services to the populace of the state. Government observed the need to have tertiary health care services in Kaduna metropolis and teaching facilities for medical students of Kaduna State University.

 

In pursuance of this noble objective, the Kaduna State Government is desirous of upgrading Barau Dikko Specialist Hospital. In that respect, competent and qualified suppliers and contractors with relevant experience and good track records are hereby invited to submit documents necessary for consideration for the execution of the following works.

 

Description of works

 

S/N Description LOT No.

 

1 Construction of Academic Block for Faculty of Medicine, KASU at BDSH, Kaduna

 

1a
2 Construction of Dialysis &Intensive Care Unit at BDSH, Kaduna

 

1b
3 Construction of Public Toilets at BDSH, Kaduna.

 

1c
4 Construction of 2No. Solar Powered Boreholes without overhead tanks at BDSH

 

1d
5 Procurement and Installation of Laboratory Equipment and Furniture for Academic Block at BDSH, Kaduna.

 

2a
6 Procurement of furniture for Library, Lecture Rooms, Seminar Rooms and Offices for Academic Block

 

2b
7 Procurement of Emergency Ambulances and UPS for X-Ray Machines and Lifts at BDSH, Kaduna.

 

2c
8 Procurement and installation of equipment and furniture for intensive care, dialysis, theatre and laboratory at BDSH, Kaduna.

 

2d

 

 

General Requirements

Interested reputable contractors are invited to submit the following pre-qualification documents.

1.       Receipt of non-refundable processing fee in the sum of N10,000.00 (Ten Thousand Naira only) -(photocopy)

2.       Certificate of Registration/Incorporation with Corporate Affairs Commission (C.A.C.) -(photocopy)

3.       Evidence of current Tax clearance for the last three years, -(photocopy)

4.       Company Audited Accounts showing annual turnover for the last three   years, duly stamped with relevant professional body stamp. – (photocopy)

5.       Certificate of Registration with Kaduna State Tenders Board.- (photocopy)

6.       Evidence of registration of Business Premises -(photocopy)

7.       Evidence of VAT registration with TIN and past remittances for the last  three years, -(photocopy)

8.       Comprehensive company profile including list of key personnel to be involved in the execution of the project stating their technical qualifications and experience on similar jobs. – (photocopy)

9.       Bank reference letter with evidence of financial capability or specific statement of financial support from licensed bank, -(photocopy)

10.     Verifiable list of similar jobs completed in the last three years including letters of award, project cost, and completion certificate.-(photocopy)

 

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 and 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 Tender.

 

Submission

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”, with the lot number to be submitted on or before 24th July 2012. The documents will be opened in the presence of the representatives of the companies at 10:00 a.m. the same day at the conference hall, Ministry of Health, Independence Way, Kaduna, after closure of submission at 10:00a.m.

 

Signed:

The Permanent Secretary

Ministry of Health, Independence Way, Kaduna

 

Invitation for Pre-qualification of Real Estate Development Partners for the Redevelopment of an Existing State Owned Property in a Strategic Part of Ogun State Through Public Private Partnership (PPP) Arrangement at Bureau of Economic Planning and Development

Ogun State Government

Bureau of Economic Planning and Development

 

Invitation for Pre-qualification of Real Estate Development Partners for the Redevelopment of an Existing State Owned Property in a Strategic Part of Ogun State Through Public Private Partnership (PPP) Arrangement

 

1.0 Background

The Government of Ogun State is seeking partners to develop a prime real estate location on the Ogun-Lagos Borders. The vision is to convert an existing facility into a mixed use development that will encompass Hospitality, Residential and Commercial Real Estate, A Retail Complex, Leisure and Entertainment Facilities. The total land area of the site is 131,890sqm2

 

OGSG now intends to invite Expression of Interest (EOI) from reputable and experienced real estate development companies and investors either as individual firm or consortium with the requisite capabilities to submit qualifications for the purposes of being short­listed to participate in a competitive tender for the redevelopment of the site into a world class facility.

 

The envisioned PPP procurement structure is a Design, Build, Finance, Operate and Transfer (DBFOT) model.

 

On behalf of the OGSG, the Bureau of Economic Planning and Development hereby invites EOI submissions from interested parties for the execution of the project for a defined concession period under DBFOT model

 

2.0     Project Scope

The requirements for the execution of the project will include but not limited to the following:

(A)    Review and update of the existing project technical feasibility reports.

(B)     Undertake the requisite engineering designs for the development. It should be noted that all designs would be carried out based on acceptable cost effective technical design principles and performance criteria/standards.

(C)     Prepare a schedule of project cost and Bill of Quantities.

(D)    Responsible for the financing, design, and development of the facility.

(E)    Ensure compliance with all statutory requirements and relevant procedures of OGSG.

(F)    Responsible for the operation and maintenance of the facility in conformity with best practices against mutually established benchmarks of performance during the envisaged concession period.

 

3.0     Requirements From Interested Parties

In order to be pre-qualified, the prospective firms or consortia must possess the relevant experience in real estate development and management. They are required to submit comprehensive information as follows:

  • Full name and nationality (country of registration) of the company and contact person, postal address, telephone and e-­mail addresses.
  • Ownership structure including name(s) of shareholders and percentage shareholdings.
  • Company registration including Certificate of Incorporation certified true copies of Memorandum and Articles of Association and CAC Form C07 or the equivalent.
  • Most recent 3 -Years Audited Financial Statements and latest Management Accounts.
  • Evidence of available financing/access to credit line
  • Project team, including specialist consultants and a list of key personnel and organizational chart, their qualifications and relevant experience.
  • Evidence of previous experience in carrying out similar works in the development and operation of facility, including the following details: (i) Name of Project, Brief Description and Client, (ii) Scope of Work, (iii) Contract Value, (iv) Contractual Period, (v) Nature of Contract (PPP, lump sum etc.), (vi) Name and address of related client’s referee.

 

It is pertinent to note that preference shall be given to submissions that demonstrate exceptional value for money, development and operational innovation.

 

4.0     Submission of Expression of Interest (EOI)

Interested firms may obtain further information at the address below during office hours between 09.00 am to 4.00 pm or by electronic mail.

 

The EOI submission should include:

One (1) original copy and five (5) other copies of EOI to be delivered in a sealed envelope and delivered on or before 24th July 2012 to the address below by 5:00pm. Nigerian time on the said date.

 

Attention:

1.       The Economic Adviser to The Governor

Bureau of Economic Planning and Development

Ogun State Government

Oke-Mosan

Abeokuta.

Tel: +234-0805-669 9368

 

i)       (rotimi.adewunmi@ogunstate.gov.ng )

ii)      (gbenga.omolayole@ogunstate.gov.ng )

 

It should be noted that this invitation does not constitute a commitment on the part of OGSG and/ or the Bureau of Economic Planning and Development to award the project to any firm or consortium expressing interest. Furthermore the submission of documents shall not entitle any of the interested parties to any claims against OGSG and/ or Bureau of Economic Planning and Development by virtue of such firm or consortium having responded to the EOI invitation. All costs incurred by respondents as a result of this EOI invitation and any subsequent requests for information shall be for respondent’s account only.

 

 

Tender Notice-Purchase of Ife South Local Government Obsolete Vehicle at Ife South Local Government

Ife South Local Government

Oke Awona, Ifetedo, Osun State

 

Tender Notice-Purchase of Ife South Local Government Obsolete Vehicle

 

1.       Tenders are hereby invited from interested members of the public for the purchase of various obsolete vehicles which are located as follows:

(a)     Ife South Local Government Secretariat, Oke Awona, Ifetedo

(b)     Olubosin’s palace Ifetedo

(c)      Ooni’s palace. Ile-Ife

 

2.       All Interested Tenders are expected to inspect the vehicles and pay a Non-Refundable Tender Fee of Ten Thousand Naira (N10, 000.00) and Five Thousand Naira (N5, 000.00) only depending on the type of the vehicles Bidded for.

 

3.       The Tenders which should be in wax sealed envelope should be addressed to:

The Executive Secretary

Ife South Local Government.

P.O. Box 10,

Ifetedo,

Osun State

 

And reach the office of the director of Administration and general services on or before 17th July 2012.

 

4.       The Tender which should be marked Tender for the purchase of local government vehicle should be accompanied by the following documents:

(i)      Tax clearance of the past three (3) consecutive years;

(ii)     Evidence of payment of tenement rate and course;

(iii)    Tender fee often Thousand Naira (N10,000.00) and five thousand naira   (N5,000) only depending on the type of the vehicle bidded for.

 

5.       Interested renderers should note that the local government would sell to the highest Renderer only.

 

Mr. D.O Jebutu,

Head of Local Government Administration,

Ife South Local Government

Ifetedo

 

Our Ref. ISLG.

Ife South Local Government

Ifetedo