Invitation to Bid at Federal Government Girls, College, Abuluma Port Harcourt-Rivers State

Federal Government Girls, College, Abuluma Port Harcourt-Rivers State

 

Invitation to Bid

 

Federal Government Girls’ College, Abuloma invites interested and competent company contractor to submit technical and financial bids for the following works and supplies to the college.

 

Projects Specified:

Lot 1: Purchase and installation of 150KVA Generator

Lot 2: Construction and Furnishing of one Number Block of 6 Classrooms

 

Requirements:-

All bids must be accompanied with the following documents

1.       Evidence of Registration with Corporate Affairs Commission Articles and          Memorandum of Association.

2.       Evidence of Tax Clearance Certificate in the Last 3 years ending 31st December 2012.

3.       Evidence of VAT Registration and remittances.

4.       Evidence of payment of pensions and social security contributions. (Viii)

5.       Company bank statement for the last 12 months and bank reference from a

Nigeria Bank.

6.       Verifiable evidence of similar jobs successfully completed in the last 3 years.

7.       Full details of the company profile indicating the last personnel/technical officers to be attached to the profile stating roles, designation, qualifications and experience. Attached photocopies of professional certificates, and curriculum vitae (CV) where applicable. The company name, legal status, verifiable contact address e-mail telephone numbers and website if any are essential.

8.       Evidence of compliance with the provision of Section 6(1)-(3) of the        Industrial Training Fund (ITF) Amendment Act No. 19 of 2011.

 

Tender document should be collected from the office of the Vice Principal (Admin) on payment of non-refundable tender fee of N20,000.00 (Twenty Thousand Naira only) to the college Bursary. The method of payment will be certified bank draft in favour of Federal Government Girls’ College, Abuloma.

 

Submission:

The tender document shall be submitted in two (2) copies all pages duly endorsed by the bidder and thereafter be sealed and labeled (Technical and financial bids as appropriate) separately and the two envelopes put in another envelop shall be sealed and labeled ad Technical and financial Bids for 2013 Lot…………. and delivered by hand to

 

The Secretary

School Tenders Board

On or before 12 noon, 2nd October, 2013

 

The opening will be the same day at 12 noon. At the Multi-Purpose Hall FGGC/Abuloma

 

Signed: Principal

 

Advertisement for Public Private Partnerships at National Orthopaedic Hospital Igbobi – Lagos

National Orthopaedic Hospital Igbobi – Lagos

 

Advertisement for Public Private Partnerships

The Management Board of the National Orthopaedic Hospital, Igbobi, Lagos, in its desire to ensure a sustained development and progress of the Hospital to a world class healthcare facility, is considering partnerships with private Organizations and charitable Organizations to enable it attain this goal. To this end, the Hospital is seeking partnerships for the following projects:

 

1. Provision of CT Scan and MR! Machines

2. Construction of Amenity Wards

3. Construction of Students* Hostels

4. Construction of Residential Quarters for Resident Doctors

5. Construction of a Physiotherapy/Rehabilitation Block

6. Generation and improvement of Electricity

7. Provision of required Equipment for the Modular Theatre

8. Upgrading of the Mortuary

9. Central Sewage Processing Plant

 

Interested Organizations should kindly forward their proposals on these projects not later than 12th September, 2013 to:

 

The Medical Director

National Orthopaedic Hospital Igbobi

Lagos

 

Signed:

Management

 

RENOVATION OF MDR-TB WARD AT FMC YOLA at Family Health International (FHI 360)

FHI360

The Science of Improving Lives

 

RENOVATION OF MDR-TB WARD AT FMC YOLA

Section A: Background

Family Health International (FHI 360) with funding from the United States Agency for International Development (USAID) is supporting the government of Nigeria (GON) to enhance sustained cross sectional integration of HIV/AIDS and TB services by building Nigerian capacity to deliver sustain-able high quality, comprehensive, prevention, treatment, care and related services in all the 36 states and the FCT.

 

FHI 360 desires to use part of the grant to improve infrastructure, equipment and supplies in FMC Yola supported by the SIDHAS project to provide a Multi-Drug TB Resistant (MDR-TB) Ward of international standards.

 

FHI 360 hereby solicits bids from Nigerian construction firms with competencies in infrastructure upgrades to undertake required renovation of this facility by performing functions outlined in the terms of reference below.

Section B: Terms of Reference

  1. Study and interpret BOQs and design prepared and presented by FHI 360 or its agent.
  2. Carry out renovation works as per the approved BOQs and contract
  3. Adhere to all agreed standards for required upgrades, including quality, workmanship, costs, size and manufacturer brands for the renovation activity.
  4. Provide technical oversight to sub contractors or workers and ensure that renovation works meet set standards
  5. Ensure steady progress of work and ensure that all works are completed within set timelines to a quality acceptable to FHI360 and FMC Yola Management.
  6. Ensure that the renovation processes adhere to approved environment impact mitigation measures as relates to the USAID agreement with FHI360.

Section C: Qualifications

Please read these sections carefully and be sure that all requested information is included with your submission. Evaluators will neither make assumptions nor draw inferences regarding missing or incomplete data. The result of missing or incomplete data could result in the elimination of your proposal from further consideration. Companies will be prequalified based on below submission

 

  1. Evidence of registration with Corporate Affairs Commission and other relevant bodies with copies of form CO7
  2. Detailed Company Profile with registered address, functional email, telephone numbers and point of contact for the organization.
  3. Current company’s audited statement of accounts
  4. Provide recommendation letter of similar work done from past Organization for successful completion of work.
  5. Evidence of Proven track record and a minimum of 7 years’ experience in the building indus­try
  6. Evidence of having implemented projects of equal or higher magnitude within the last 5 years. Documents should show experience in similar projects, particularly capacity to manage an MDR-TB renovation project
  7. Evidence of commitment to health, safety, and environment (HSE) policy and plan
  8. Construction/engineering firm must have valid and documented tax clearance for 2012, 2011,2010 and insurance policy
  9. Lead technical manager of the company should demonstrate knowledge and/or certification for infection control in similar settings to be able to procure a certification on the completed works/facility.
  10. The firm should have proof of currently employing qualified engineers in relevant fields such as civil, electrical and mechanical to perform the various aspects of the contract
  11. Must be willing and able to provide a bank guarantee to cover funds advanced by FHI 360 for the contract.
  12. Must be willing to accept retention of 5% of the contract value, on final completion of work until six months after the work is completed, if no defects arise in the renovation work conducted.

 

Section D: Key Deliverables and Expected Output

By the end of the assignment, the following outputs will be expected:

  • Pictorial documentation of the before and after of facility renovated
  • Facilities (ward complex) renovated to meet the basic minimum infrastructural standards agreed with FHI 360, FMC Yola, and state/local government.
  • Final report of the entire contract

Section E: Payment Terms

Payment for services rendered will be first through an advance commensurate with bank guar­antee provided; but not exceeding 25% of the contract sum and thereafter reimbursement in installments based on milestones completed and certified by the project manager acting on behalf of FHI 360.

Section F: Application Procedure

All prospective applicants must first obtain BOQ and design information from the address below

 

The Associate Director, Procurement,

Contracts and Grants, / FHI 360 Plot 1073 J. S.

Tarka Street, Garki, Area 3|

P.M.B. 44, Abuja.

 

Section H: Deadline for Submission

  • All bids including supporting documents, proof of required qualifications in Section C above and pictorial evidence of having visited the site, must be submitted in sealed envelopes on or before 5:00 pm Nigeria time, on August 14, 2013 to the Associate Director, Contracts and Grants, FHI 360 Plot 1073 J. S. Tarka Street, Garki, Area 3| P.M.B. 44. Abuja   Bids submit­ted after the deadline aforementioned will be disregarded.
  • No Facsimile (fax), e-mail documents or postmarked documents will be accepted.
  • FHI360 will not re-imburse the cost of site visit.

Supply and Installation of Generators in the Network Management Centre at National Universities Commission (NUC)

National Universities Commission

Nigerian Research and Education Network (NgREN)

 

Supply and Installation of Generators in the Network Management Centre

 

The National Universities Commission (NUC) is desirous of acquiring generators for the network Management Centre (NMC) of the Nigerian Research and Education Network (NgREN)

 

The NUC therefore wishes to invite interested competent firms to collect the tender documents from the address and subsequently bid for the supply and installation of the generators. Interested bidders should come along with a non-refundable tender fee (in the form of bank draft) of twenty thousand naira (N20, 000.00) only, issued in favour of National Universities Commission.

 

Interested bidders are also advised to inspect the installation site at the address below as from 6th August, 2013 between 8:30 am and 4 pm (except on weekends and public holidays). The deadline for submission of bids is 12th September, 2013 at 12.00 noon. Any submission after this date/time will be rejected.

 

Interested firms must be registered with the Corporate Affairs Commission (CAC) and should have up-to-date Tax Clearance. Please note that the National Universities Commission is neither committed nor obliged to reply any company or individual not found suitable to provide the services(s)

 

The Executive Secretary

National Universities Commission

26, Aguiyi Ironsi Street

Maitama District Abuja-Nigeria

 

Attention: Project Manager, Nigerian Research and Education Network

Notice to Tender for 2013 Capital Projects at National Orientation Agency, Abuja

National Orientation Agency, Abuja

Block B, Old Federal Secretariat, Garki. Abuja.

 

Notice to Tender for 2013 Capital Projects

 

In accordance with the requirements of the Public Procurement Act, 2007, National Orientation Agency Headquarters intends to carry out Procurement of goods and services. Interested bidders/contractors are hereby invited to participate in the tendering process:

 

  1. Procurement of Goods                                                     

Lot 1:          Supply of Office Furniture and Fittings. (Locally produced Furniture is preferred.)

Lot 2:          Supply of Computers: Desktops and Laptops.

Lot 3:          Supply of Computer Printers.

 

  1. B.   Procurement of Consultancy Services

Lot 4:          Expression of Interest from experienced and capable Consultants for the construction of Headquarters Office, Abuja. The Consultants/ Consortium shall be responsible for Architectural, Structural and Engineering designs and Preparation of Bill of Quantities.

 

Tender Requirements:

1.       Certified true copy of Certificate of Incorporation.

2.       Certified true copy of Tax Clearance Certificate for the last three (3) years

3.       Evidence of VAT remittance.

4.       Pension compliance Certificate issued by PENCOM.

5.       Evidence of registration and compliance with the amended Industrial Training Fund (ITF) Act.

6.       Sworn Affidavits from High Court stating:

(i)      That none of the Directors of the Company is an ex-convict in any country or have been involved in any fraudulent or corrupt practices or that the

Company is bankrupt or going into receivership,

(ii)     Whether or not any Officer of the relevant Committees of the Agency is a former or present Director or has pecuniary interest in the Company.

7.       Audited Statement of Account of the Company for the past three (3) years.

8.       Company profile with CV and photocopy of certificates of key personnel.

9.       Evidence of experience in similar jobs within the last three (3) years for goods and five (5) years for Consortium/Consultancy services with letters of Award and evidence of completion.

10.     Original letter of attestation of good financial standing from a reputable bank to be addressed to the Director General.

11.     Evidence of firm’s registration with Professional bodies.

12.     Document must be duly signed.

13.     Evidence of furniture produced and factory (Inspection may be carried out)

 

Method of Submission:

 

  1. All documents should be submitted in a sealed envelope and addressed to The Director General. Attention: Deputy Director, Procurement, National Orientation Agency Headquarters, Old Federal Secretariat, Area 1, Garki, Abuja.

ii.     The envelope should be clearly marked with the project Lot and title at the right hand corner of the envelope (e.g. Lot 1, “Supply of Office Furniture.”) with the company name clearly written at the back of the envelope.

iii.    The sealed envelope should be dropped into the tamper-proof Tender Box located in Room 332 and thereafter obtain acknowledgement receipt for the submission.

iv.    Only successful Companies will be invited to pick the financial Tender Document after paying non-refundable Tender fee of N20,000.00 (Twenty thousand naira) only.

 

Closing:

Collection and submission of documents shall close at 12 noon on Tuesday, 29th August, 2013. Late submission shall not be accepted please.

 

Opening of Bids:

All documents shall be opened for examination at 1.00p.m. on Tuesday, 29th August, 2013 at the Conference Hall, National Orientation Agency, Block B, Old Federal Secretariat, Garki, Abuja.

 

For Consultants/Consortium services, only shortlisted Consultants/ Consortium will be invited to submit their proposal.

 

All Bidders, Civil Societies organizations and professional bodies are invited to witness the exercise.

 

Additional Information:

  1. The Agency may verify any or all the claims made by applicants and shall disqualify any company whose claims are found to be false;
  2. Bidders/Contractors who have worked for the Agency and have history of poor performance, abandonment termination and/or prolonged contract period need not apply.
  3. The advertisement should not be construed as a commitment on the part of the Agency to award contract to any contractor.
  4. This advertisement shall not entitle short-listed Contractors, consultants/ Consortium to make any claims whatsoever, and/or seek indemnity from the Agency by virtue of such Consultant/Consortium having been shortlisted.
  5. The Agency reserves the right to reject any and/or all prequalified contractors/consultants at its sole discretion and at no cost whatsoever to the Agency.
  6. All costs incurred in responding to this advertisement shall be borne solely by the Contractor/Consultants.
  7. Non compliance to the instructions above will lead to disqualification.

 

Signed

Mike Omeri, fnipr Director General