Invitation to Tender at Consumer Protection Council

Consumer Protection Council

Invitation to Tender

 

  1. The Consumer Protection Council hereby invites sealed tenders towards execution of the following projects in her 2012 Capital Budget:

 

Lot 1A:       Production of Consumer Education Materials

Lot 1B        Procurement of Public Enlightenment Equipment

Lot 1C        Production and Airing of Radio Jingles

Lot 2           Procurement of Office Furniture

Lot 3           Procurement of Office Equipment

Lot 4           Procurement of Enforcement and Testing Equipment

Lot 5           Procurement of Motor Vehicles

Lot 6           Purchase of Generating Set

Lot 7           Building of Zonal Office at Awka

 

 

2.       Detailed requirements and scope of work are provided in the tender documents. A complete set of tender documents in English Language may be obtained by interested bidders upon presentation of evidence of payment of a non-refundable fee of N20,000.00 (Twenty Thousand Naira only) at the address below.

3.       Interested bidders are required to provide the following documents:

  • Certificate of incorporation;
  • Company Audited Accounts for three years;
  • Tax clearance certificate for three years;
  • Evidence of financial capability and banking support;
  • Experience/technical   qualification   and   experience   of key personnel;
  • Similar projects executed and evidence of knowledge of the industry;
  • VAT registration and evidence of past VAT remittances.
  •  Evidence of compliance with the provision of section 16b (d) of Public Procurement Act 2007 as it relates to the Pension Reform Act 2004.

 

4.  The tendering will be conducted through the National Competitive Tendering (NCT) procedure as specified in the Procurement Act, 2007 and the Procurement Procedure Manual published by the Bureau for Public Procurement (BPP) in January, 2008.

 

5. Interested and eligible bidders may obtain further information from the         Procurement Unit of the Council at the address stated below.

 

6. two sets of each completed Tender document (original and copy) and a soft copy (flash drive) must be delivered in sealed envelopes marked “TENDER DOCUMENTS” FOR EACH LOT to the address below not later than 11.00am on 2nd August, 2012.   ALL Tenders will be opened at 12.00pm on Friday, 3rd August, 2012.

 

 

7.   The address referred to above is:

 

The Director General,

Consumer Protection Council,

Plot 1105, Dar-Es-Salaam Street,

Wuse II,

Abuja.

 

N.B.: This advertisement shall not be construed to be a commitment on the part of the Council nor shall it entail any bidder to make any claim(s) whatsoever and seek indemnity from the Council by virtue of that bidder having responded to this advertisement.

 

 

Signed:

Director General

Invitation for Pre-Qualification and Financial Bids at Nigeria Arabic Language Village, Ngala

Nigeria Arabic Language Village, Ngala

(Inter-University Centre For Arabic Studies)

 2012 Appropriated Capital Projects

Invitation for Pre-Qualification and Financial Bids

 

 

Preamble

The Nigeria Arabic Language Village, Ngala (NALV) is a Federal Government Agency, a foremost inter university centre for Arabic studies with Headquarters at Ngala , Borno State, Nigeria wishes to invite interested reputable and competent Contractors to Pre-qualify and Bid for the following projects

 

  1. A.   Scope of Works/Supplies:
No Lots No Project Title Non-Refundable Tender Processing Fees
1 NALV/CP/2012/SW/01 Teaching & Research equipment phase 1 (Construction of examination hall) 15, 000.00
2. NALV/CP/2012/SW/02 Production of master Plan (surveying, physical brief and master plan) 10,000.00
3. NALV/CP/2012/SW/03 Campus water reticulation 10,000.00
4 NALV/CP/2012/SW/04/A Construction of 2N0 blocks of male  students hostel 20,000.00
5 NALV/CP/2012/G/04/B Furniture to students hostels 10,000.00
6 NALV/CP/2012/G/04/C Solar facilities   students hostels 10,000.00
7 NALV/CP/2012/SW/05/A Rehabilitation 1 (Provision of borehole)

 

15, 000.00
8 NALV/CP/2012/SW/05/B Rehabilitation 11 (Roofing and painting of classrooms)

 

10,000.00
9 NALV/CP/2012/SW/05/C Rehabilitation 111 (Construction of main gate)

 

10,000.00
10 NALV/CP/2012/SW/06 Construction of staff school (academic staff offices)

 

15, 000.00
11 NALV/CP/2012/G/07 Furniture and equipment for Academic staff

 

10,000.00
12 NALV/CP/2012/G/08/A Purchase of Vehicles and Generators 1 (3No. Toyota 15, 000.00
13 NALV/CP/2012/G/08/B Purchase of Vehicles and Generators 11 (2No. 27Kva generators) 10,000.00

 

A. Pre-Qualification Requirements:

 

To be considered for pre-qualification, interested, competent and reliable contractors are required to provide Verifiable evidence including but not limited to the following documents:

1.       Photocopy of Certificate of Incorporation/Business Registration in Nigeria With Corporate Affairs Commission, Articles and memorandum of Association inclusive

2.       Photocopy of Current Company Tax Clearance Certificate for the last 3 (Three) Years (2009 2010 and 2011);

3.       Photocopy of Value Added Tax (VAT) Registration Certificate.

4.       Company’s Audited Accounts for the last three (3)years. (2009, 2010 and 2011), duly signed and stamped;

5.       Evidence of Financial capabilities to execute the works/supplies. This should include certified Bank statement from refutable Bank. (Bank reference letter only is not acceptable);

6.       Comprehensive Company Profile including details of the Management and Professional staff and copy of Company Brochure with convincing evidence of Competence to undertake the relevant project;

7.       Evidence of adequate relevant equipment and infrastructure to handle the job;

8.       Verifiable evidence of previous experience i.e. having successfully carried out Similar supplies in the last three (3) years with their costs, locations, name and telephone number of the client and copies of award letter and Completion Certificates;

9.       Evidence of Compliance with the Federal Government Pension Reform Act;

10.    Provide evidence of registration with Federal Ministry of Works,( where applicable),

11.    Any other relevant document that will place the Company on a comparative advantage.

 

 

B. Collection of Tender Documents (Between Monday 25th June, 2012 and Monday, 23rd July, 2012)

Interested companies are to collect tender documents from the office of Coordinator (municipal services department) between 10.00am and 2.00pm upon presentation of evidence of payment (bank teller) of appropriate non-refundable processing fees in UNION BANK Plc, Account No. 0024812055 Maiduguri main branch, in favour of NIGERIA ARABIC LANGUAGE VILLAGE.

 

 

D.     Note:

i).      The Pre-qualification documents must be arranged in the order listed above; submissions could be disregarded for failure to comply with this instruction,

ii).    Any Company that submits fake documents shall be disqualified outright and may be reported to the appropriate authority;

iii).    All interested companies must produce original of documents on the date of opening for sighting only

 

 

E. Closing Date:

a).      The completed pre-qualification and full Tender bids must be in two different sealed envelopes and clearly marked at the top hand corner indicating pre-qualification for Title of the project” similarly the tender envelope shall be clearly marked indicating TENDER FOR ‘Title of the project’ and all of which shall be in ONE BIG ENVELOPE clearly marked indicating PRE-QUALIFICATION AND FINANCIAL BIDS FOR Title of the project’. Also name and address of the firm/company should be clearly indicated at the back of the envelope.

b)      The Pre-qualification and financial bids must be returned to the Office of the Director-Chief Executive, Nigeria Arabic Language Village, Ngala on or before 10 am 26th July, 2012. The pre-qualification bids will be opened first immediately by 10.00 am at the Council Chamber on 26th July, 2012, willing tenderers and general public are invited to witness the opening. Only Pre-Qualified Contractors will have their tenders opened on the date of opening. The Village will thereafter undertake verification of all claims made by Contractors

 

 

 

F. Important Information:

i)       The Nigeria Arabic Language Village will not enter into any correspondence with any unsuccessful Company.

ii).     This Advert shall not construe to be commitment on the part of the Nigeria Arabic Language Village nor shall it entail the Company to make any claim(s) whatsoever and/or to seek any indemnity from The Nigeria Arabic Language Village by virtue of such Company having responded to this Advertisement.

iii)     That the Village is not bound to accept tenders sent by post, courier service, e-mail and or any other means of delivery other than by hand.,

iii)     Interested contractors may make submission for not more than two (2) projects and must show competency in each of the lots separately.

 

Signed

Director/CEO

Nigeria Arabic Language Village, Ngala

Invitation to Tender for 2012 Main Capital Projects at Medical Centre, Yola

Medical Centre, Yola

Lamido Zubairu Road, P.M.B. 2017 Bye-Pass

Yola-Town, Adamawa State

 

Invitation to Tender for 2012 Main Capital Projects

 

 

Introduction:

The Federal Medical Centre, Yola hereby invites reputable and qualified Companies with relevant experience to make proposals to tender for the following contracts/projects:

 

 

Scope of Work:

Lot 1:          Procurement of 1 No. Pick Up, 4×4 WD, Double Cabin, 2700kg AC,

DC 4 Cylinder or 6 Cylinder Petrol Engine.

Lot 2:          Procurement of Truck (5 tonnes),

Lot 3:          Supply of Radiology/Laboratory Equipment,

Lot 4:          Supply and Installation of 500KVA Generator,

Lot 5:          Supply of Office Equipment/Furniture.

 

 

Interested Contractors are hereby advised to collect the tender documents for the particular contract being bidded for from the Office of the Head of Administration upon payment of non-refundable tender fee of Twenty thousand Naira (N20,000.00) only and obtaining Official Receipt from the Finance Department.

 

Qualification:

All potential Contractors must submit together with their tenders, the following

documents:

1.       Evidence of Incorporation by the Corporate Affairs Commission (CAC),

2.       Evidence of tax clearance certificate obtained within the last recent three years,

3.       Evidence of VAT Registration,

4.       The Company’s Audited Accounts for the past three (3) years (i.e. 2009 2010,2011),

5.       Evidence of payment of non-refundable Tender fee of Twenty thousand Naira (N20, 000,00),

6.       Full details of Company Profile including names, qualifications,

Experiences of Company staff,

7.       Experience/Technical qualification of key personnel (i.e. CV etc,),

8.       Evidence of the Equipment & Technical capacity of the Company,

9.       Verifiable list of similar works successfully completed within the last three (3) years (i.e, 2009, 2010, 2011) with names of clients, evidence of award, evidence of practical completion and completion period,

10.     Evidence of financial capability to handle the work with Company’s Statement of Accounts within the last six (6) months.

 

 

Note:

Only bids from Contractors who meet the above technical requirements shall be opened on the bid opening date for consideration.

 

All Tenderers, members of the Civil Society

organizations are invited to attend the financial bid opening on

6th August, 2012.

 

 

Submission of Tender Documents:

Completed Tender Documents should be sealed and marked “Contract for …………………Lot…..” at the left hand corner of the envelope and forwarded to:

 

The Medical Director,

Federal Medical Centre,

P. M. B. 2017,

Yola,

Adamawa State,

 

 

Signed:

Aliyu Mohammed Nayejo

Head of Administration

Construction of Projects at Jos University Teaching Hospital

 

Jos University Teaching Hospital

P.M.B 2076, Jos – Plateau State, Nigeria

 

1.0             Introduction

 

The Jos University Teaching Hospital hereby invites interested Contractors, Suppliers and Manufacturers with relevant experience and good track record for pre-qualification for the following jobs:

 

 

LOT A: CONSTRUCTION

  1. Completion of Tuberculosis Laboratory
  2. Completion of Doctors’ Quarters

 

LOTB:   Supplies

1        Medical/Hospital Equipment

2        Furniture

3.       Vehicles

4.       Laundry Equipment

 

 

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 Affairs 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 staff or 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,

  1. Only pre-qualified companies shall be invited for the Financial bidding of the projects.
  2. Pre-qualified Companies will be required to pay non-refundable fees to obtain that financial Tender documents in respect of the projects(s).
  3. Original Documents on any aspect of a Company’s submission may be requested for sighting;
  4. 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 a bid.
  5. 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 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 envelope, 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

No. 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 on or before 9th July, 2012

 

5.0   Opening of Pre-Qualification Documents

The submitted documents shall be opened the 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

Invitation to Tender for the Execution of Year 2012 Capital Projects for the Nigerian Army at Ministry of Defence

Headquarters Nigerian Army

Ministry of Defence

Area 7, Garki Abuja

 

Invitation to Tender for the Execution of Year 2012 Capital Projects for the Nigerian Army

 

A.    Preamble

In partial fulfillment of requirements of Public Procurement Act 2007 in the procurements of goods and services by Federal Government Ministries, Departments and Agencies, the Nigerian Army wishes to undertake the execution of the under-listed projects under Year 2012 Capital Appropriation ending December 2012. To this end, competent contractors/vendors are invited to submit both technical and financial bids in line with defined scope and technical specifications for the projects:

 

 

B.   Projects

1.       Procurement of Tyres. Batteries & Service Parts for B Vehicles.

Supply of tyres, batteries & spare parts for B-vehicles for the Nigerian Army as follows:

  1. Procurement of Spare Parts for Mitsubishi Canter Truck, Toyota  Hilux  4×4  Pick-Up,  Ford  Ranger 4×4  Pick-Up, Mitsubishi Pick-Up 4×4 & NISSAN Hardbody Pick-Up,
  2. Supply of Tyres for Toyota Hilux, Ford Ranger, Staff Cars and

Trucks.

  1. Supply of Batteries (Dry Cell only) for AHQ.
  2. Procurement of 1 No 4×4 Hilux.
  3. Procurement of Fire Fighting Equipment (Fire Extinguishers) for AHQ AOR

 

2.  Improvement of Water Supplies in NA Barracks.

Drilling of Water Boreholes and Basic Support Water Reticulation in the under-listed Nigerian Army Barracks:

 

a.1     Division Area – Sinking of 1 Borehole each & Water Reticulation at    Nagwamatse   Barracks  Kontagora  &  Ribadu  Barracks Kaduna.

 

b.2      Division Area- Sinking of 2 Boreholes & Water Reticulation at NASEME Auchi and 1 Borehole each at Okitipupa and Akure Barracks.

c.3     Division Area – Sinking of 3 Boreholes & Water Reticulation at Gibson Jallo Barracks Yola.

d.       81  Division Area – Sinking of 2 Boreholes each & Water Reticulation at Nigerian Army School of Signals Barracks, Marine Road and Arakan Barracks, Apapa.

e.       82 Division Area – Sinking of 2 Boreholes & Water Reticulation at Adaka Boro Barracks Elele.

f.       Army Headquarters Area – Sinking of 2 Boreholes & Water Reticulation at WU Bassey Barracks Abuja.

 

 

C.   Qualification Requirements:

Tenders should meet the following requirements:

1.       Indicate clearly the locations and areas of interest on the Technical and Financial Bid submissions, to include:

 

2.  Technical Bids.

The documents to be submitted in the technical bids are as follows:

  1. Photocopy of company profile (To include key staff, qualifications and experience).
  2. Certificate of Incorporation with Corporate Affairs Commission.
  3. Tax Clearance Certificate for the last 3 years (2009, 2010 and 2011).
  4. Company 3 years audited account report.
  5. VAT Certificate & evidence of past remittances.
  6. Evidence of registration and remittance with Pension Commission (PENCOM).
  7. Evidence of registration and remittance to the Industrial Training

Fund (ITF).

h.       Verifiable evidence of execution of similar projects in the past to include the contract sums, copies of letters of award letters and completion certificate; and other works experience.

i.        Evidence of financial capacity from a reputable Bank.

j.        Evidence of registration with the Nigerian Army.

 

3.  Financial Bids.  

The documents to be submitted in the Financial Bids are as follows:

  1. Covering letter with the company letter headed paper indicating the project bid for, Lot No, the contract sum and the location,
  2. Duly completed and authenticated breakdown of the financial bids (contract sum),
  3. Bid security indicating financial capacity from a reputable Bank.

 

D. Verification of Claims in Qualification Documents

The Nigerian Army reserves the right to verify the authenticity of claims made in the tender documents submitted and to take any action in the interest of the Nigerian Army as to whether to accept or reject the bids.

 

E- Collection and Return of Tender Documents

  1. Tender documents are to be collected from the Assistant Director Army Tenders Board, Army Headquarters on payment of a non-refundable tender fee of N20, 000.00 for all Categories of projects.
  2. Collection of tender documents commences on Monday 25th June 2012 and the return of the completed tender documents closes by 10:00am on Friday 3rd   August 2012.   All projects are to be completed by 31 December 2012.
  3. Submission of bids should be in 2 separate envelopes, sealed and clearly marked as “Technical Bids for the ……” or “Financial Bids for the……” indicating the project bid for and the location.
  4. The marked and sealed envelopes will be deposited in the Tenders Box located in the Assistant Director, Army Tenders Board’s office Department of Army Logistics, Army Headquarters, Ministry of Defence, Area 7, Garki ABUJA.

 

F.      Public Opening of Bids

The opening of the technical bids will be on Monday 6th August 2012 at Army Headquarters Restaurant, Area 7 Garki, Abuja.. Unqualified bids will be disqualified where applicable. Qualified bids will be invited to take part in the opening of the financial bids on Thursday 9th August 2012 at the same venue.

 

Nothing in this advertisement shall imply commitment on the part of the Nigerian Army to enter into any agreement in respect of the above listed projects, reply any company not found suitable or entitle any bidder to make any claim(s) whatsoever in respect of any expense(s) incurred in preparation for qualification. Late submission will not be considered.

The decision of the Nigerian Army Tenders’ Board is final.

 

Signed

Chief of Logistics (Army)