Invitation for Submission of Bid: 2009/2010/2011 (MERGED) TETFUND sponsored projects at Michael Okpara University of Agriculture

Michael Okpara University of Agriculture,

Umudike

P.M.B 7267, Umuahia Abia State, Nigeria

 

Invitation for Submission of Bid

 

1.0     Bids are hereby invited from interested and reputable contractors with relevant experience  and   good  track  record   in   the   following   2009/2010/2011 (MERGED) TETFUND sponsored projects.

 

2.0     Projects; Tender Nos and Payable Non-Refundable Fees-

(a)     Erection and completion of Academic Block 1 for the College of Agricultural Economics, Rural Sociology and Extension. MOUAU/UMUDIKE/TETF/09-10-11/01;N50,000.00

 

(b)     Erection and completion of Academic Block 2 for the College of Veterinary Medicine MOUAU/UMUDIKE/TETF/09-10-11/02; N50, 000.00

(c)      Erection and completion of Academic Block Extension 2 for the College of Natural and Applied Sciences MOUAU/UMUDIKE/TETF/09-10-11/03; N50,000.00

(d)     Procurement and Installation of sound proof 800KVA Perkin Gen Set: MOUAU/UMUDIKE/TETF/09-10-11/04,N20,000.00

(e)      Procurement of ICT Equipment MOUAU/Umudike/TETF/09-10-11/05 N15, 000.00

 

3.0     Bidding Criteria

Interested contractors are required to submit the following:

a.       Company profile and organizational structure including names and resume of key personnel.

b.       Verifiable list of previous/ similar major works carried out in the recent past with their locations and clients (copies of completion certificates/final payment certificates should be attached).

c.       Evidence of incorporation and current tax clearance certificate for the last three (3) years.

d.       Reference letter from the company’s banker(s).

e.       Evidence of bid security from a   bank or insurance bond from a reputable

insurance company worth N250,000.00 with a bid validity period of 90 days,

f.       List of equipment to be used for the project and their location (state whether the equipment are leased, hired or owned),

g.       Submission of a bonafide commercial bid.

h.       Any company with records of failed projects may be disqualified.

 

 

4.0     Collection of Bidding/Tender Documents

 

4.0     Collection of Bidding/Tender Documents

The bidding documents are to be collected from the office of the Ag.

Director of Physical Planning, upon evidence of payment of non-refundable fee to the Bursary Department, Michael Okpara University of Agriculture, Umudike (BANK DRAFT).

 

 

5.0   Submission of Documents

Duly completed bids should be neatly packaged for the review of the  University. It should be hand-delivered to:

The Registrar,

Michael Okpara University of Agriculture, Umudike,

Abia State. Room 214, ALEX EKWUEME BUILDING

 

To reach him on or before 25th June, 2012 by 12.00 noon of this closing date.

 

 

6.0 For Further Enquires Contact:

The Vice-Chancellor or the Ag. Director of Physical Planning, Michael Okpara University of Agriculture, (MOUA),Umudike.

 

 

7.0.    Opening of Bid Documents

Interested competent contractors are invited to the opening of the Bid documents on 25th June 2012, by 12.00 noon in the Vice-Chancellor’s Conference Room, Michael Okpara University of Agriculture (MOUA), Umudike.

 

8.0       Please Note That:

  • The Michael Okpara University of Agriculture is neither committed nor obliged to shortlist any contractor or to award the contact to any contractor or agent.
  • The University reserves the right to reject any and /or all bidding packages.
  • This advertisement for invitation shall neither be construed as commitment on the part of the University nor shall it entitle any contractor to make any claims whatsoever and/or seek any indemnity from the Michael Okpara University of Agriculture, Umudike.

 

Dr. A.C. Nwokocha

Registrar

 

Expression of Interest for the Provision of Insurance Cover for the Agency’s Assets at Federal Roads Maintenance Agency (FERMA)

Federal Roads Maintenance Agency (FERMA)

163, Aminu Kano Crescent, Wuse II, Abuja

 

 

Expression of Interest for the Provision of Insurance Cover for the Agency’s Assets

 

 

1.      Introduction

 

The Federal Roads Maintenance Agency (FERMA) in pursuance of its statutory mandate and in compliance with Due Process requirements seeks to undertake the insurance policies.

 

To this end, the Agency invites duly registered and reputable insurance underwriting and brokerage firms to express interest to provide cover and to manage the various insurance policies as underwriters or brokers respectively.

 

 

2.      Description of Assignment

LOT I   –     Group Life Assurance

LOTH  –      Motor Insurance

LOT III –     General Insurance

 

3.      Pre-Qualification Requirements

FERMA hereby invites eligible insurance underwriters and brokers to indicate their interest in providing the services. Interested Insurance/Brokerage companies must prove by the underlisted items that they are qualified to perform the aforesaid services:

 

1.       Certified True Copy (CTC) of Certificate of Incorporation   with   Corporate   Affairs Commission (CAC);

2.       Evidence of remittance of Pension Contribution of Employees to PENCOM;

3.       Current Tax Clearance certificate for the last three (3) years;

4.       Certified True Copy (CTC) of Company’s Form C02;

5.       Evidence of registration with NAICOM;

6.       Profile of insurance/brokerage Company;

7.       Evidence of re-insurance treaty arrangement both local and international (underwriters only);

8.       Evidence of registration with Nigerian council of Registered Insurance Brokers (for Brokerage firms);

9.       Evidence of payment of claims in the last three (3) years (underwriters only);

10.    Audited Annual Financial report of the company for the last three (3) years:

 

4.      Duration of the Insurance Services

The insurance cover is for a period of one (1) year.

 

Submission of Documents

All submission of Expression of Interests should be in duplicates (2) copies and sealed in an envelope marked Expression of Interest as either an Underwriter or Broker for FERMA Insurance cover (Indicating the Lot (s)) and addressed to:

 

The Managing Director

Federal Roads Maintenance Agency

163 Aminu Kano Crescent

Wuse II, Abuja.

 

 

5.      Closing Date

Pre-qualification Documents must be delivered by hand on or before 12:00 noon on Tuesday June 26th 2012 at the address shown below:

 

The General Manager (Procurement)

Room FF 09

Federal Roads Maintenance Agency

#163 Aminu kano Crescent

Wuse II, Abuja.

 

 

Bid opening commences immediately after deadline in the Agency’s conference room.

 

 

Important Information

a)       Underwriters are to bid for only one lot, while Brokers may bid for more than one lots

b)      The Federal Roads Maintenance Agency shall not enter into any correspondence with any unsuccessful company.

c)       Insurance Companies with outstanding claim settlement with the Agency need not indicate interest;

d)      Insurance/Brokerage companies that have not done similar assignments) within the past five (5) years need not indicate interest.

 

This advertisement will not be a commitment on the part of FERMA nor shall it entertain those that submit documents to make any claim(s) whatsoever and/or seek any indemnity from FERMA by virtue of such submission having responded to this publication

 

Signed

Management

 

 

Invitation to Contractors for Pre-Qualification for the Execution of 2012 Capital and Recurrent Budget at Federal School of Medical Laboratory Technology (SCIENCE), Jos

Federal School of Medical Laboratory Technology (SCIENCE)

P.M.B 2253 JOS, NIGERIA

 

General Procurement Notice

 

Invitation to Contractors for Pre-Qualification for the Execution of 2012 Capital and Recurrent Budget

 

Introduction

The Federal School of Medical Laboratory Technology (Science), Jos invites interested and reputable Contractors with relevant experience and good tract records for pre-qualification for the:

 

1.       Procurement of Perkins 100KVA Generating Plant for Permanent Site.

2.       Procurement of Research Equipment for blood Safety, Research Methodology and Histopathology Laboratories.

3.       Workshop and Training on Laboratory Safety Quality Assurance & Baseline Studies.

4.       Construction of Sitting Benches and Libratory Tools for Classroom/Library Blocks.

5.       Renovation, Rehabilitation and Landscaping of Hostel

 

 

NOTE: The under listed Companies who were recommended for these Projects under the 2011 Capital Budget should forward their documents for validation (to include 2.0 vi and vii).

 

1.       M/SAtra Ventures

–        Procurement of Office Tools/Equipment

2.       M/SKia Medics Limited

–        Procurement of Medical Laboratory Equipment, Chemicals/Reagents for General/Teaching Laboratories

 

 

2.0    Pre-Qualification Requirement

In order to be considered for the Pre-Qualification bidders must submit the following:

i.        Certificate of Registration with Corporate affairs Commission

ii.                Evidence of Tax Clearance Certificates for the last three years (2009, 2010 & 2011) corresponding to declared turnover

iii.      Evidence of VAT Registration with TIN No and past remittances for the last 3 years

iv.      Original copies of documents listed in item (i-iii) above must be presented for sighting during the Opening session which is scheduled for Thursday 28th June, 2012.

v.       Company Audited Accounts for the last three years (2009,2010 & 2011) showing annual turnover

vi.      Evidence of Certification /Exemption from PENCOM in accordance with the Pension Reform Act, 2004 including evidence of remittances of Employees’ Pension Contributions/ Deductions

vii.     Evidence of payment of Training Contribution in compliance with the statutory provision of the Industrial Training Fund Amendment Act, 2011

viii.    Evidence of experience with similar jobs in the past three years. This should include the scope/volume of work and the amount which should be verifiable

ix.      Evidence of financial capability to handle the job and bank support,

x.       Location of showroom, warehouse and maintenance workshop (not postal address(es)

xi.      Company profile including names and technical qualification(s) of key personnel

xii.     Evidence of availability of spare parts

xiii.    Evidence of maintenance capability and after sale service foe at least 5 years from date of commissioning of equipment

xiv.    A sworn Affidavit that none of the Directors has been convicted in any court of law of any criminal offence and

xv.     A sworn affidavit confirming that all information presented and attached are true and correct of the company and that no officer of the School is a former or present Director, Shareholder or has any pecuniary interest in the bidder.

xvi.    Registration with the school is not mandatory.

 

3 0 Submission of Pre-Qualification Documents

The complete pre-qualification document should be enclosed in an envelope, sealed and marked appropriately and addressed to:

 

 

The Provost/CEO,

Federal School of Medical Laboratory Technology (Science), Jos, Plateau State

4.0     The complete pre-qualification documents should be deposited in the Tender Box situated at a designated place in the Provost Office and Administrative Department on or before 12.30pm prompt on 28th June, 2012

5.0     Opening of the submitted documents will take place on the same day in the presence of the bidders or their representatives who choose to attend at the School’s Mini Hall at 12.30pm prompt on 28th June, 2012

6.0     This is not an invitation to tender, full tendering procedure will be applied only to bidders that have been prequalified and found capable of project delivery.

7.0     Tenderers should note that only pre-qualified Companies would be invited to submit financial bids. The school reserves the right to reject any or all pre-qualified documents.

8.0     Subsequently, within the year, contracts within the approval threshold of the Provost will be placed on the School Notice board for interested contractors/suppliers.

 

Signed:

PROVOST/CEO

 

Invitation for Pre-Qualification to Tender for the procurement of various goods under the 2012 Recurrent and Capital Budget at Aminu Kano Teaching Hospital, Kano

Kano Teaching Hospital, Kano

P.M.B. 3452, Kano

 

Invitation for Pre-Qualification to Tender

 

Introduction

The Aminu Kano Teaching Hospital, Kano intends to undertake the procurement of various goods under the 2012 Recurrent and Capital Budget.

 

In compliance with the Public Procurement Act 2007, the Hospital invites interested and reputable contractors with relevant experience and good track record to submit documents necessary for consideration for the execution of these projects.

 

 

Description of Work:

LOT 1:        Supply and Installation of 1500 KVA Generator set

LOT 2:        Supply and Installation of Fluoroscopy Machine

LOT 3:        Supply and Installation of Digital X-ray Machine

LOT 4:        Supply of Office Furniture and Equipment

LOT 5:        Supply and installation of Electro-Surgical unit & Heat probe

 

Requirements:

Prospective bidders are required to submit the following documents:

i.        Certificate of Incorporation/Registration with Corporate Affairs     Commission (CAC);

ii.       Evidence of Certification/Exemption from PENCOM in accordance with the Pension Reform Act,   2004  including  evidence  of remittance  of Employees   Pension Contribution/Deductions;

iii.      Company Audited Accounts for the last three years (2009,2010 & 2011) showing annual turnover;

iv.      Evidence of Tax Clearance Certificate for the last three years (2009, 2010, & 2011 )corresponding to declared turnover;

v.       Evidence of VAT Registration with TIN No. And evidence of past remittance for the last 3 years;

vi.      Verifiable list of similar jobs successfully executed in the last three years including copies of letters of award of contracts, projects cost, job completion certificates and payments (please provide contact address of the clients);

vii.     Evidence of financial capability to execute the projects (Bank Guarantees from reputable banks will form part of the evaluation criteria);

viii.    Company profile and Technical qualification of key personnel with evidence of qualifications and experiences on similar jobs; and

ix.      A current sworn Affidavit that none of the Directors has been convicted in any court of Law of any criminal offence.

 

Collection of Tender Documents;

Interested companies/firms should collect bid documents containing detailed specification for the jobs from the Planning, Research & Statistics Division of the Hospital on payment of N20.000.00 non-refundable tender fee for each LOT at the Cash Office of the Hospital.

 

 

Submission of Tenders and Closing Date:

One copy of Technical and Financial proposal must each be sealed in separate envelopes am clearly marked “Technical or Financial Proposal” with appropriate LOT Number and put together in a bigger SINGLE Envelope for each LOT. The envelope should bear marked with project title boldly written at the right hand corner of the envelope the name of the bidder clearly written on the reverse side and, addressed to:

The Chief Medical Director,

Aminu Kano Teaching Hospital,

P.M.B.3452,
Kano.

 

The sealed envelope should be deposited in the Tender Box in the Office of the Chief Medical Director, Aminu Kano Teaching Hospital not later than 12.00 noon  on 5th July, 2012. Late submission of bids shall not be accepted, please.

 

N/B:  Bidders are required to obtain acknowledgement slip before depositing their bids in the Tender Box.

 

 

Opening:

Opening of the received tenders will commence at 1.00 pm same day at the Catering Hall, Aminu Kano Teaching Hospital, Kano. All bidders and/or their Representatives, Relevant Professional bodies and NGOs are invited to witness the Public Opening exercise accordingly.

 

 

Please Note That:

i.        All CAC, VAT, PENCOM and TAX Clearance Certificate may be referred to the Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS), National Pension Commission and other relevant bodies for verification.

ii.       The Hospital Management reserves the right to reject any or all the submissions that do not meet up with the requirements as specified.

iii.      The Evaluation of the received documents shall be strictly based on the requirements as specified above; and

iv.      Only Companies that have been successfully screened and found competent will have their financial tenders considered. The Hospital will also not enter into any correspondence with any company over its decisions.

 

 

(Sgd)

A. M. Suiaiman

Director of Administration

For: Chief Medical Director

 

Invitation for Pre-Qualification/Tender for the Following Projects at Federal Capital Development Authority Abuja, Nigeria

Federal Capital Development Authority Abuja, Nigeria

Office of the Executive Secretary

 

Invitation for Pre-Qualification/Tender for the Following Projects

 

The Federal Capital Development Authority (FCDA) through the Department of Engineering Services intends to procure the under-listed project within the year 2012 budget.

 

The Authority is inviting interested, competent and reputable Engineering construction companies to submit pre-qualification document for the following projects:

 

2.         Description of Works

Provision of Engineering Infrastructure to Kaura District, Abuja

 

3.         The scope of work involves

(i)         Site Clearance and Earthworks

(ii)        Surface Water Drainage

(iii)       Road Works (Asphalt Pavement)

(iv)       Bridge Works

(v)        Culverts

(vi)       Waste Water Drainage

(vii)      Water Supply Pipes Networks

(viii)     Street Light

(ix)       Power Supply and conduits

(x)        Telecommunication ducts

 

4.         Pre-qualification Requirement

Interested companies are invited to submit the following pre-qualification documents

(a)       Evidence of incorporation of the Company with Corporate Affairs Commission (CAC), including Articles and Memorandum of Association of the company and  up to date Annual return with the CAC (mention forms C02 & C07 to be included).

(b)       Evidence of Firm Registration with Council for the Regulation of Engineering in Nigeria (COREN) and up to date payment of practicing fees (2011)

 

(c)        The company must show evidence of fulfilling its Tax obligation as follows:

(i)         Tax clearance Certificate for the last three (3) years supplied with the  company’s Tax identification Number (TIN)

(ii)        Pension and Social Security Contributions

(iii)       Evidence of registration with Pencom

(iv)       Evidence of remittance to pension fund Administrator

(d)       A sworn Affidavit certifying as follows:

(i)         The Company is not in receivership insolvency or bankruptcy

(ii)        The  company does not have any Directors who has been convicted by any court in Nigeria and  any other  country for criminal offence in relation to fraud or  Financial impropriety.

(iii)       That no present or former Director of the company is a shareholder or has any pecuniary interest on any of the relevant  committees of the FCDA or BPP

 

(iv)       That all the  documents submitted for the  pre-qualification bid are not only genuine  but correct.

 

(e)       A chart indicating  the number of Nigerians that shall be employed by the company at various levels for the execution of this project (to be confirmed with each valuation).

(f)        Bank statement for the  past six (6) months

(g)       Audited Accounts of the Bidder for the last three (3) years duly endorsed by a firm of chartered Accountants

(h)       letter authorizing  FCDA and her representative to cross-check the submitted company’s Bank account.

(i)         Evidence of work experience as the main contractor executing or having executed a minimum of five(5) projects of similar complexity compared to the proposed work, one of which must have been within the last 5 years. Copies of Award  Letters, last interim Certificate of Valuation for on-going projects, Completion Certificate and Final Maintenance Certificates where applicable art be enclosed

(j)         Verifiable list of major construction equipment and facilities including registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired.

 

The minimum numbers of equipment/facilities are as listed below:-

(i)         Ten (10) Nos Bulldozers

(ii)        Five (5) Nos Scrappers

(iii)       Ten (10) Nos Graders

(iv)       Ten (10) Nos Excavators

(v)        Fifteen (15) Nos Pay Loaders

(vi)       One (1) No. Asphalt plant

(vii)      One (1) No. Concrete Batching Plant

(viii)     Three (3) Nos Asphalt Pavers

(ix)       Ten (10) Nos Water Tankers

(x)        Three (3) Nos Diesel Tankers

(xi)       Ten (10) Nos Mobile Concrete Mixers

(xii)      Fifteen (15) Nos various compactors

(xiii)     Five (5) Nos concrete pumping  Machines

(xiv)     Ten (10) Nos various type of Cranes

(xv)      Thirty (30) Nos 20-30 ton tippers

(xvi)     Ten (10) Nos dumpers

(xvii)    One (1) Insitu concrete laying equipment (commander)

(xviii)   Five (5) Nos Cable Drum Jacks

(xix)     Three (3) Nos Crane Mounted Bucket Lifts

(xx)      Two (2) Nos Cable Crimping Machines

(xxi)     Electrical testing equipment such as 80KV Hypotronics, Megger, Earth-Resistant tester etc.

(xxii)    One (1) No. Functional Quarry.

(k)        A functional and well equipped materials testing laboratory or evidence of ability to carry out material testing

(l)         List of key technical personnel stating their roles, designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant COREN Registered Engineers of various disciplines shall be deployed to the project. Copies of educational and professional certificates are to be attached.

 

(m)      History of Company’s policy on Community Social Responsibility.

 

(n)       Companies with a minimum of N20 billion (Twenty Billion Naira) annual turn-over in the last three years need to apply.

 

Notes:

Items 4a – 4e are the Eligibility Requirements and their  Originals  must   be  produced   by the Company  for  sighting  during  the  opening session.

All claims must be substantiated with verifiable facts.

The photocopies of professional certificates are to be initialed, endorsed by the owners and professional seal must be embossed on the professional certificates.

Evaluation of the pre-qualification documents will be based on the outlined pre-qualification requirements and only those that are successful will be invited to submit Technical and Financial Proposals.

 

5.0       Submission of Documents

The pre-qualification documents should be submitted in A hard copy and an Electronic copy (PDF format in CD) of the Technical Proposals and shall be placed in a sealed envelope clearly marked “Original” and “Electronic Copy’ with the following inscription “Pre-qualification to tender for the provision of Engineering  Infrastructure to Kaura District. The  pre-qualification documents should be submitted directly to FCDA Procurement  Department, Room 005 (Ground Floor) New FCDA Headquarters, opposite NTA Abuja, Area 11, Garki Abuja on or before Tuesday 12th June, 2012. All documents will be publicly opened on the same day at the FCDA Conference Room after the close of bids in the  presence of all prospective bidders or their Representatives

 

Further Notes

(i)         This is not an invitation to tender. Only pre-qualified firms will be invited to tender for the project. Others may know their  performance by a formal request to the Accounting Officer of FCDA.

(ii)        Interested Companies are responsible for the registration, timely and safe submission of their pre-qualification documents means of deliver notwithstanding.

(iii)       The Authority shall carry out due diligence on the companies to verify claims included in their  submissions

 

(iv)       Interested members of the  Public especially Civil Rights organizations could attend at their own cost and will be required to introduce themselves to the to the chairman of the opening session.

 

Director, Procurement

For: Executive Secretary.