Invitation for Pre-Qualification of Contractors/Suppliers for the Execution of 2012 Capital Projects at Jos University Teaching Hospital

Jos University Teaching Hospital

P.M.B 2076, Jos – Plateau State

Nigeria

 

Invitation for Pre-Qualification of Contractors/Suppliers for the Execution of 2012 Capital Projects

 

1.0     Introduction

The Jos University Teaching Hospital hereby invites interested and reputable 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

 

Lot B:         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 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 LOT A2: Tuberculosis Laboratory is a specialized laboratory handling hazardous biological agents and classified under Bio-safety Level 3 (BSL-3). A 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.

i.        Only pre-qualified companies shall be invited for the Financial bidding of the projects.

ii.       Pre-qualified Companies shall be required to pay non-refundable fees to obtain the Financial Tender documents in respect of the projects(s).

iii.      Original Documents on any aspect of a Company’s submission may be requested for sighting;

iv.      Jos University Teaching Hospital reserves the right to verify any claim by the companies, Companies shall therefore include necessary authority and guarantee for such a bid.

 

v.       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 to 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,

Jot 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 10th 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 Projects Under 2012 Capital Appropriation at National Drug Law Enforcement Agency

National Drug Law Enforcement Agency

Invitation to Tender for Projects Under the 2012 Capital Appropriation

 

1.0     Introduction:

The National Drug Law Enforcement Agency (NDLEA) intends to execute some capital projects in the 2012 fiscal year.

 

As a result of this the Agency hereby invites submissions from competent and reputable companies with proven track records to indicate interest in the underlisted projects.

 

Lot Description

 

Lot 1 Supply of Forensic Laboratory Equipment

 

Lot 2 Renovation of Nation Headquarters office
Lot 3 Renovation of Idiroko Area command
Lot 4 Renovation of Lagos State and Murtala Mohammed international Airport, Lagos Commands
Lot 5 Renovation of Benue State Command
Lot 6 Renovation of Kebbi State Command
Lot 7 Fencing of Cross River State Command
Lot 8 Renovation of Balyelsa State Command

2.0     Requirements:

Interested companies wishing to carry out these projects are required to submit the following documents:

a.       Copies of certificate of incorporation, Memorandum and articles of Association, Form C.07 and C.02.

b.       Evidence of compliance with the provisions of the Pension Reform Act 2004.

c.       Evidence of compliance with the Industrial Training Fund (ITF) Act CAP 19. LFN 2004 with respect to payment of statutory training contribution to the Fund by employers engaged in industry or commerce with 5 or more employees in their establishment.

d.       Copies of VAT Registration and evidence of recent VAT remittances.

e.       Comprehensive company profile.

f.       List of verifiable documentary evidence of similar projects and jobs successfully executed within the last five years with evidence of completion.

g.       Reference letter from a reputable Nigerian bank capable and willing to provide performance bond to cover project execution, if required.

h.       Company’s Audited Accounts for the year 2009, 2010 and 2011.

 

i.        Pay a non-refundable amount of Twenty thousand naira (N20,000) only in       Bank draft addressed to the Chairman/Chief Executive (NDLEA) National        Headquarters, 4, Shaw Road, Ikoyi Lagos on presentation or a copy of the      Treasury Receipt or any evidence of such payment(s) and collect Tender       documents from Room 015 at the Agency’s National Headquarters.

 

Interested parties should note that:

i.        All submission must be adequately substantiated with documents and must      be verifiable.

ii.       The Agency shall deaf directly with only the authorized officers of interested companies and not with their agents.

iii.      This Tender exercise shall not be construed as a commitment on the part of      the Agency to award the contracts to any one or even award a contract at all.

iv.      A company may bid for any or all of the projects and jobs listed in paragraph  1.0 above.

 

Submission of Tender Document:

Contractors are expected to deposit duly completed Bid documents addressed to

the Chairman/Chief Executive, NDLEA in sealed envelopes with the project title

inscribed on the corner, in the Tenders Box at the reception of the Agency’s

National Headquarters at 4, Shaw Road, ikoyr Lagos.

Technical and Financial Bid documents should be addressed in separate envelopes.

 

The closing date for the submission of the Bids is 24th July, 2012 by 12.00 Noon. Late submission of Tender applications shall not be accepted.

 

3.0 Opening of Bids:

Bids received latest on or before 24th July, 2012 by 12.00 noon shall be opened at 100 same day at the Conference Room at the Agency’s National Headquarters, 4, Shaw Road Ikoyi, Lagos.

 

All interested parties are invited to attend.

 

Signed:

Secretary Tenders Board.

Expression of Interest for the Execution of Project and Supply at Madobi Local Government, Kano State

Madobi Local Government

Kano State

 

Expression of Interest

The Madobi Local Government hereby invites interested, reputable and competent contractors who have experience in construction projects/supply to submit relevant documents for the expression of interest in the execution of the following proposed construction of project/supply.

 

1.         Extension of Electricity to Unguwar Fako, Unguwar Kanawa and Abarshi in Madobi town.

2.         Extension of High Tension line and LI at Galadima and other three villages.

3.         Construction of Primary School Classroom at Burji Agalawa, Yola and Kaguwa

4.         Extension of Electricity at Maraya Kantudu.

5.         Construction of 1 km Feeder Road at Gora,

6.         Extension of Electricity from Gidan Alhaji Kassim to Agalawa Unguwar Madaki.

7.         Completion of L T Lines at Chikawarludu in Rikadawa ward,

8.         Construction of Women Centre at Kwankwaso.

9.         Construction of Feeder Road at Daburau

10.       Construction of 2 – Coats Surface Dressing Road from Kwanar Yabo to Galinja.

11.       Clearance of Feeder Road from Gtdan Mado to Bakin Kogi.

12.       Construction of Classroom Block and renovations at Yakun Barde.

13 .      Completion of Two Blocks of Classrooms at Film Idi Madobi.

14        Rehabilitation of Earth Dam at Kafin Agur.

15.       Purchase of ToyotoHlLUX for NPI office.

 

 

The Pre-Qualification Criteria

  • Evidence of incorporation with Corporate Affairs Commission.
  • Registration with state works Registration Board in relevant categories
  • Company’s Audited Account for 3 years.
  • Evidence for tax clearance for 3 years.
  • Evidence of financial capability and Banking support.
  • Evidence of Technical qualification of key personnel
  • Annual turnover.
  • Vat registration and evidence of past VAT remittances
  • Local registration utilization
  • Community Support

 

Submission of Pre-Qualification Documents

 

All eligible Contractors/Companies should forward their pre-qualification documents to the office of the Secretary Tenders Board, Madobi Local Government Kano State in a (sealed) envelope marked construction/supply of (Name of the project) to reach the Secretary Tenders Board on or before 10th July 2012.

 

Signed:

Secretary Tender Board

Invitation to Pre-Qualification and Tender for TETFUND Special Intervention Projects at Ahmadu Bello University, Zaria.

Ahmadu Bello University, Zaria

(Office of the Registrar and Secretary to Council)

 

Invitation to Pre-Qualification and Tender for TETFUND Special Intervention Projects in Ahmadu Bello University, Zaria.

 

1.         The Management of Ahmadu Bello University, Zaria hereby invites reputable and competent Contractors/Suppliers to apply for Pre Qualification and Tender in respect of the following year 2009 ETF special intervention projects.

 

Lot B4:            Construction and Furnishing of 1000 Capacity Multi-Purpose Theatre.

 

Lot B1:            Construction and Furnishing of Veterinary Teaching Hospital Complex, Tuberculosis Laboratory, Academic Staff Offices and Classrooms.

 

Lot C4:           Supply of Furniture and Equipment for Proposed Classrooms and Offices for Department of Quantity Surveying.

Lot C10:         Supply of Furniture and Computer Soft/Hardware for Proposed Computer Aided Design Studio for Faculty of Environmental Design

Lot C 5:          Supply of Furniture and Equipment for Proposed Classrooms, Laboratories and Offices for Department of Geomatic Engineering

Lot C3:           Procurement of Laboratory Equipment for Veterinary Teaching Hospital

 

Lot C8:           Procurement of Laboratory Equipment for Department of Chemistry

 

Lot C9:           Procurement of ICT Equipment for lya Abubakar Computer Centre and Department of Mathematics

 

2.        Technical Bid:

 

The pre-qualification documents should include:-

(a)       Evidence of Incorporation/Registration with Cooperate Affairs Commission (CAC).

(b)       Company Current Tax Clearance Certificate for the fast three (3) years (2009-2011).

(c)        Company Audited Account for the last three years (2009-2011) including annual turn-over

(d)       VAT registration and evidence of remittances the last three years (2009-2011) to be attached.

 

(e)       Evidence of Financial capability to execute project. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for execution of the contract if eventually won.

 

(f)        List of similar, verifiable and successfully  executed projects or ongoing by the Company with letters of award and completion certificates, in the last four years 2008-2011 only. Letter of award and interim certificate of payment should be attached  for projects that are ongoing

 

 

(g)       List of Managerial, Key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each Key staff.

 

(h)       List of Equipment owned or on lease hold by the company relevant for smooth execution of the project, Evidence of ownership and pictures with company Logo is an added advantage,

 

(i)         Evidence of remittance of pension contribution fund for staff of the company from reputable pension funds Administrators ( PFA) as provided in section 16, subsection 6(d) of the Public Procurement Act, 2007.

 

(j)         Evidence of compliance with the provisions of the industry training fund amendment act as stipulated in section 6 (1)- (3)

(k)        Evidence of community social responsibility (if any)

 

(I)         Original documents should be available for sighting on demand during or after the opening of prequalification documents

 

3.         Tender documents which are available at the University’s Estate Department will be issued to each Contractor/Supplier upon presentation of a payment receipt after making  the required payment of the non-refundable  fee to the Ahmadu Bello University, Main Campus Cash Office for this exercise as follows:

 

(i)         N200,000.00 (Two Hundred thousand Naira Only) as Tender fee for Lot “B4’

N100,000.00 (One hundred Thousand Naira Only) for Lot “B1” and  N30,000.00 (Thirty Thousand Naira Only) for Lots C4, C10, C5, C3, C8 and C9.

 

(ii)        prequalification Documents attracts no fee

 

4.         Submission of Prequalification/Tender Documents

The pre-qualification documents should be bound in wax-sealed envelop with Pre-qualification as Contractor’ written at the top left hand corner and Lot interested in clearly indicated.

 

Tender documents should also be bounded in Wax-sealed envelope with Lot and  title of project written at the top left corner. Photocopy of the payment receipt should be enclosed

 

All documents should be addressed to the Registrar Ahmadu Bello University Zaria and should be hand-delivered on or before 30th July,2012 by 12 noon to:

 

The Registrar,

7th Floor, Senate Building

Ahmadu Bello University

Zaria.

Please note that the prequalification and Tender documents are to be deposited in different boxes as provided in the office of the Registrar.

 

5.         Opening of Pre-qualification/Tender Documents

Pre-qualification documents will be opened on 30th July 2012 at 1.30pm at the ABU Samaru Zaria Assembly Hall near the convocation square.

 

Only prequalified contractors/suppliers would have their  tender announced at the tender opening  which will take place on 13th August 2012, at 1:30pm at the ABU Samaru Zaria Assembly Hall.

 

Civil Society Organizations Non-Governmental Organizations and all interested members of the public especially intending  contractors are  hereby invited.

 

6.         Please Note

(a)       All suppliers that were prequalified in year 2010 for ETF/SIP Lot C projects and are  still interested are advised to respond  to this  advertisement

(b)       Submissions of pre-qualification documents to ABU Zaria is neither  a commitment nor an obligation to award contract to any Contractor or his agent.

 

(c)        Advertisement for invitation for  expression of interest for  pre-qualification and Tender Bidding should  not

 

Pre-qualification for the Approved 2011 TETF Project at Federal University of Technology, Akure

The Federal University of Technology, Akure

P.M.B. 704, Akure, Ondo State, Nigeria

 

Invitation to Pre-Qualification and Tender

 

1.0       Preamble                    

The Federal University of Technology, Akure (FUTA) invites interested competent and reputable contractors to apply for this Pre-qualification exercise and submit the required information as well as comply with all other prerequisites of Pre-qualification for the approved 2011 TETF project stated below:

 

2.0   2011 TETF Special Intervention Project

1. Construction of School of Earth and Mineral Sciences Building (Phase 2)

 

Reference No: Lot 1-SEMSB

 

Scope

The project is a proposed building for the School of Earth and Mineral Sciences. It is a storey building designed and structurally framed to provide accommodation for offices and laboratories for both staff and students.

 

3.0      Pre-Qualification Criteria:

 

Compulsory and mandatory:

i.          Evidence of Registration with Corporate Affairs Commission (CAC)

ii)         Include CAC registration form CO2 and CO7 containing list of Directors and Shareholders

iii)        Evidence of Tax Clearance Certificate for the last three (3)years (2009-2011)

iv)        Company Audited Account in the Last Three (3) years (2009-2011)

v)         Refundable Bid Security of 2% of bid sum in Bank Certified Cheque must accompany bid documents.

vi)        A sworn affidavit that all documents submitted are genuine and verifiable

vii)       A sworn affidavit that none of its Directors has been convicted in any country for any criminal offence, including fraud or financial impropriety.

viii)      A sworn affidavit indicating whether any current officer of The Federal University of Technology, Akure is a former or present Director, shareholder or has any pecuniary interest in the company.

ix)        Evidence of compliance with Part IV, section 16 (6d) of the public procurement Act 2007 as it relates to pension and which says all bidders must have fulfilled all obligations to pay taxes, pensions and social security contributions.

x)         Show evidence of compliance with Section 6(ii) of the Industrial Training Fund (ITF) Amended Act, 2011.

 

Failure to provide 3.0 (i)-(x) above will automatically disqualify the bidder

 

4.0       Other Criteria

i.          List and Source of Equipment

ii.         Indication of Technical and Administrative staff strength, with academic/professional qualifications and Curriculum Vitae of Key personnel available for the project,

iii        Evidence of relevant verifiable experience on similar jobs in Nigeria over the last 5 years stating location, cost and duration of execution.

iv)        Evidence of payment of Value Added Tax

v)         Evidence of Social Responsibility in terms of endowment, sports or ETF contributions

vi)        Contractors currently engaged in FUTA projects are advised not to apply

vi)        Evidence of payment of non-refundable  bank certified checque of Tender  Fee of  N100,000.00 for the Lot, made  payable  to FUTA Contractors Registration Account  No. 1003944018 UBA FUTA Branch

vii)       Reference letter from bankers and copies of  current bank statement

viii)      Submission of two (2) copies of spiral bound  company profile

 

 

 

5.0       General Information

5.1       Interested Contractors should collect pre-qualification screening questionnaire from the Physical Planning Unit on presentation of receipt issued from the Cash Office, of the Bursary, Federal University of Technology Akure, Ondo State from Monday, 11th June to Monday, 25th June, 2012.

 

5.2       All enquiries regarding this advertisement should be directed to the DIRECTOR, PHYSICAL PLANNING UNIT, J. T. Oseni Building, Federal University of Technology, Akure, Ondo State between the hours of 11:00 am and 3.0 pm. Monday Friday. All interested Bidders are to attend the Bid opening session scheduled for Monday, 25th June, 2012 in the Senate Chambers at 2.00p.m.

 

6-0      Submission

All submissions for pre-qualification should be in a sealed envelope and identified with the project reference number at the top left hand corner and marked “PRE-QUALIFICATION FOR LOT 1 SEMSB” and delivered by hand or courier service to reach the address stated below on or before 25th June, 2012 by 12 noon.

 

The Registrar

The Federal University of Technology, Akure,

P. M.B. 704, Akure.

 

Opening

There shall be a public opening of the Pre-qualification submissions, 2.00pm on Monday 25th June, 2012 and the  representatives of all the  Bidders  and the general public  are encouraged to attedend

 

Note

(i)         Failure of a Bidder to follow the order of any of the instructions  above  or  provide any  of the listed documents  may automatically result in disqualification

(ii)        Notwithstanding  the  submission made, The Federal University of Technology, Akure is neither committed not  under  any obligation to include any Contractor on the final list of pre-qualified contractors or award any form of contract to any contractor.

 

Signed

Dr. (Mrs.) M.O. Ajayi

Registrar and Secretary to Council