Invitation for Pre-Qualification and Tender Notice at Federal Institute of Industrial Research, Oshodi, Lagos

Federal Institute of Industrial Research, Oshodi, Lagos

(Federal Ministry of Science and Technology)

P.M.B. 21023, Ikeja, Lagos

 

Invitation for Pre-Qualification and Tender Notice

 

A.      Introduction:

The Federal Institute of Industrial Research, Oshqdi wishes to invite interested, competent and reliable companies to submit Tender Document for Pre-qualification for the procurement of various Goods, Works and consultancy services under the 2012 Capital Budget.

 

B.      Project Description:

S/N. Project Item Description

1.       Supply of laboratory consumables i.e. Chemical, Microbiological Media  glassware, animal feed & Packaging Materials etc.

2.       Supply and Installation of Concentrator & Freeze Dryer.

3.       Supply and Installation of Biscuit Processing Plant.

4.       Supply and Installation of G/C Mass Spectrophotometer.

5.       Supply and Installation of High Performance Liquid Chromatography.

6.       Supply and Installation of Amino Acid Analyzer.

7.       Supply and Installation of Tomato Processing Line.

8.       Supply and Installation of Vibro Sieve & Derooting Machine.

9.       Supply and Installation of Molecular Laboratory Equipment.

10.     Supply of Office Equipment for Lagos & Abuja Office.

11.     Supply and Installation of UV Spectrophotometer & Centrifuge.

12.     Supply and Installation of RMU & Transformer

13.     Supply and Installation of Generators.

14.     Supply of Maintenance & Engineering Tools.

15.     Supply and Installation of Pilot-size Electric kiln, X-ray flourescent analyses (XRF) & Microscopes.

16.     Supply and Installation of HMT duty CNC Lathe Machine and Accessories.

17.     Supply and Installation of Debarkers & Zerodrator.

18.     Supply and Installation of Digester, Screener & Refiner.

19.     Supply and Installation of Property Measuring Tools, Water Distiller & Deionizer.

20.     Supply and Installation of fourdriner Paper Maker & Chipper.

21.     Supply of Furniture for Scientist.

22.     Supply of Desktop & Laptop Computers for Scientific Research.

23.     Supply and Installation of Vaccum Rotary Dryer & Evaporator.

24.     Supply of Books, Journals & Periodicals.

25.     Supply and Installation of Miscellaneous Equipment for Technology Transfer.

26.     Proposed Rehabilitation of Food Processing Pilot Plant.

27.     Proposed Rehabilitation of Research Officers Quarters.

28.     Proposed Rehabilitation of Laboratories & Administrative Building.

29.     Repairs and Installation of faulty equipment in the Laboratories.

30.     Proposed Rehabilitation PDD Complex.

31.     Refurbishing and Syncronization of Generators.

32.     Proposed Rehabilitation of Kano Zonal Office.

33.     Construction of Bore-holes and Water Treatment Plants.

34.     Rehabilitation of Tunnel Dryer.

35.     Fabrication of Prototyped training Equipment for Instant Pounded Yam Flour & Baking Confectioneries.

36.     Fabrication of Prototyped Training Equipment on Soap & Cosmetics.

37.     Fabrication of Prototyped Equipment for Kunu, Zobo drink & Fruit Juice.

38.     Proposed Rehabilitation of Pulp and Paper Laboratory to a Model Pulp and Paper Pilot Plant.

39.     Consultancy Service on Technology Transfer to SME through training Demonstrations.

40.     Consultancy Service on Pulp and Paper Technology and Packaging for Commercialization.

41.     Consultancy Service on development of Technology Transfer Training Modules.

42.     Consultancy Service on Stakeholder Workshop in six geo­political Zones in Nigeria.

43.     Consultancy Service on Prototyped Development of FIIRO Technology (Survey, Evaluation, Monitoring and Funding).

44.     Consultancy Service on training for Research Officers in Preparation of Modern day Research Report and Publicity.

 

Qualification Criteria & Tender Requirement:

In other to be consider, interested Companies, which must be Nigerian Company,  must submit Tenders/ bid Documents accompanied with the followings:

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

ii.       Provide detailed Company Profile.

iii.      Detailed Evidence of Compliance with Pension Act.

iv.      Company Audited Account for last three (3) years.

v.       Detailed copy of Current Tax Clearance Certificate Verification from Federal Inland Revenue Service (FIIRS).

vi.      Evidence of VAT Registration and past VAT remittances.

vii.     Letter of Financial Capability and Banking Support.

viii.    Evidence of 3 similar jobs previously executed or currently being executed  (including Letters of Award, Completion Certificates and Payment).

ix.      Submission of Technical Details and Brochures of items being tendered for and evidence of Manufacturer’s Authorization of clealer/distributorship Appointment.

x.       Any other Document(s) to support the qualification and tender Documents as may be contained in the standard bidding Documents.

xi.      For lots 39-44, team leader / Consultants must show proven evidence for having done similar jobs before.

 

Submission of Pre-Qualification Documents:

The pre-qualification document should be submitted in a sealed envelope and clearly marked. “Pre-Qualification for Tender 2012” addressed to:

 

The Director-General/CEO

Federal Institute of Industrial Research, Oshodi,

P.M.B 21023, Ikeja,

Lagos State.

The document should be returned to the “Tender Box” in the office of the Director-General on or before 30th May 2012 by 10.00 a.m. Late submission will not be accepted under any circumstances.

 

The document will be examined on the same day (Wednesday) at 11.00am in the Institute’s Auditorium. Company representatives are encouraged to witness the exercise.

 

Signed:

Management.

Invitation to Tender at Federal Ministry of Justice

Federal Ministry of Justice

Shehu Shagari Road, Abuja

 

Invitation to Tender

 

Induction:

The Federal Ministry of Justice intends to undertake the execution of the under listed Projects under the 2012 Budget of the Ministry. To this end, competent Contractors/Vendors are invited to tender for the projects.

 

Description of works

The projects for execution are as follows:

 

Lot Number Project Title
Lot 1 Procurement of Computers
Lot 2 Acquisition of Law Books, Law Reports and Periodicals
Lot 3 Establishment and Equipping of Customized Archives
Lot 4 Rehabilitation and Repairs of Office Building
Lot 5 Establishment of Justice Data Bank
Lot 6 Installation of metal grille and BTC Wires on Perimeter Fence
Lot 7 Provision of Security Services within Min. of Justice’s Headquarters
Lot 8 Provision of Fumigation and Cleaning Services at Min. of Justice’s Headquarters

 

Tender Requirements:

All interested contractors are required to forward the following Documents along with the Financial Bids:

a)       Evidence of Company Registration with Certificate of Incorporation by   Corporate Affairs Commission (CAC);

b)      Company profile and Organizational Structure; including names and       curriculum vitae of Key Technical Staff;

c)       Current Tax Clearance Certificate for the last three years;

d)      Evidence of VAT Registration Certificate and past Remittances;

e)       Evidence of Pension Fund Remittances;

f)       Audi ted Accounts for the last three years;

g)       Evidence of financial strength and Banking Support;

h)      Previous experience and verifiable list of similar projects previously undertaken including evidence of the projects such as letters of award, completion certificates etc;

i)       Evidence of compliance with the amended Industrial Training Fund Act, 2011;

j)      Evidence of registration with relevant professional bodies;

k)      List of Equipment for the proposed project where necessary; and

l)       Name, e-mail address and telephone numbers of contact person for the project;

 

Important Information:

Bidding will be conducted through National Competitive Bidding (NCB) Procurement as specified in the Public Procurement Act, 2007. The general public is invited to note that Procurement below the National Competitive Bidding Threshold would be carried out during the course of the year.

 

Collection of Tender Documents:

Details of scope of works and specifications for the projects are to be collected in the Office of the Secretary of Ministerial Tenders Board upon payment of non-refundable tender fees of N20,000 for each lot. This must be in certified Bank Draft payable to Federal Ministry of Justice.

 

Submission of Tender Documents

All submissions should be neatly packaged, placed in sealed envelope with the name of the project and lot number clearly marked on the top left side of the envelope.

The Financial tender must be submitted in a separate envelope marked “Financial tender” with clear indication of project name and lot number and addressed to:

 

The Secretary

Ministerial Tenders Board,

3rd Floor Room 3C 30/32

Federal Ministry of Justice

Plot 7th , Shehu Shagari Road,

Central District, Abuja.

 

Closing of Submission

All submission of tender documents ends on Wednesday, 20th June, 2012 by 12.00 noon and tenders shall be opened by 1.00pm same day at the Ministry’s Auditorium. Bidders or their representatives are strongly advised to be present.

 

Signed

Solicitor General of the Federal and

Permanent Secretary

Federal Ministry of Justice

 

Pre-Qualification for Tender at Federal Neuro – Psychiatric Hospital Barnawa, Kaduna

Federal Neuro – Psychiatric Hospital

Barnawa, Kaduna

 

Pre-Qualification for Tender

 

Introduction

The Federal Neuro-Psychiatric Hospital, Barnawa, Kaduna in fulfillment of its mandate to provide mental health care services and in accordance with the 2007 Public Procurement Act, invites interested, eligible and reputable contractors to pre-qualify for the execution of the following projects which are to be funded through the 2012 Federal Government Capital Appropriation.

 

Lot 1:          Renovation works

Lot 2: Purchase of vehicles

 

Qualification Requirement

Interested bidders are expected to meet the following qualification requirements:

a.       Evidence of Incorporation in Nigeria (CAC forms CO2 and CO7);

b.       Evidence of immediate past and three years Tax Clearance Certificate (i.e. 2009, 2010, 2011);

c.       Evidence of registration and remittance of Value Added Tax (VAT);

d.       Evidence of compliance with the relevant provisions of the Pension         Reform Act 2004;

e.       Company Profile

  • Evidence of key professional staff with relevant experience and registration with relevant professional bodies;
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress;
  • Verifiable evidence of availability through ownership and/or leasehold of appropriate equipment/machinery to be deployed for the execution of the projects.
  • Evidence of financial capability and availability of bank support If awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range is not an adequate evidence of financial capability and therefore not acceptable;
  • Three years audited accounts of the company (2009, 2010, 2011).

 

Submission of Bid Documents:

Pre-qualification document must be delivered in a sealed envelope marked “Pre-qualification” to the address below on or before on 20th June, 2012 by 12.00 noon. Pre-qualification documents will not be collected after this period. The name and mailing address of the bidder including valid contract telephone number(s) must be clearly marked on the envelopes. Electronic bidding will not be permitted.

 

The Medical Director,

Federal Neuro-Psychiatric Hospital,

Barnawa, Kaduna.

 

Opening of Bids

Bids will be publicly opened in the presence of representative of bidders who choose to be present at the Hospital Board room at the address above at 2.00 pm on 20th June 2012 by 12.00 noon.

 

Note: Only successful contractors who are pre-qualified will be contacted for tender and the hospital is not oblige to enter correspondence with any contractor by virtue of his/her application to pre-qualification.

 

Enquiries

For Enquiries, please call

8037004611

8037030260

 

NB:
This advertisement shall not be considered as a commitment on the part of Federal Neuro-Psychiatric Hospital, Barnawa, Kaduna, nor shall it entitle responding contractors to seek any indemnity from Federal Neuro-Psychiatric Hospital, Barnawa, Kaduna by virtue of the contractors having responded to the advertisement.

 

Signed

Medical Director

 

 

Invitation to Tender for Capital Projects Under 2012 Budget at Nigerian Armed Forces Resettlement

Nigerian Armed Forces Resettlement

 

Centre Oshodi Lagos

 

Invitation to Tender for Capital Projects Under 2012 Budget


The Federal Government has provided funds in the 2012 Appropriation for Nigerian Armed Forces Resettlement Centre (NAFRC). NAFRC intends to use the funds for Procurement of various Works, Goods and Services as listed below. NAFRC hereby invites interested companies to tender for the following Ongoing Capital Projects under 2012 Budget:

 

Lot 1 Provision of Health Facilities & Drugs.

Lot 2           Construction of Security Post.

Lot 3 Construction of Fire Stations & Points.

Lot 4 Provision of Sporting & Recreational facilities

Lot 5           Reconstruction of Drainages/Roads.

Lot 6           Provision of Safety Clothing and Items for Kitting of Trainees & Instructors.

Lot 7           Construction of Armoury (Phase II)

Lot 8 Reticulation of Borehole Water.

Lot 9           Refurbishing of Industrial Machines and Equipment.

 

Tendering Requirements

Interested and competent contractors wishing to carry out any of the above jobs are to submit the following documents which will be subjected to verification by NAFRC:

1.       Evidence of registration/incorporation with the Corporate Affairs Commission (CAC).

2.       VAT Registration Certificate.

3.       Current Tax Clearance Certificate.

4.       Names of Bankers with references.

5.       Comprehensive company profile with Cvs of key officers including          photocopies of relevant professional/technical qualifications.

6.       Verifiable evidence(s) of successful completion of similar works within the past three (3) years and attached copies of letters of awards and certificates of successful Completion;

7.       Refundable Bid Security of 2% of Bid Sum in Bank Guarantee, valid for 180 days, must accompany bids valued N50,000,000.00 and above.

8.       Evidence of compliance with the provisions of the Pension Reform Act, 2004.

9.       Affidavit disclosing whether or not any officer of NAFRC or BPP is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct.

10.     Evidence of compliance with the provisions of the Amended Industrial Training Fund Act2011.

 

Collection of Tender Documents:

To collect bid document a prospective bidder is requested to submit a written application to Director of Logistics (DOL), HQ NAFRC indicating Lot No.

 

Deadline for Submission of Documents

Both technical and financial bids should be submitted simultaneously but in two (2) separate sealed envelopes and marked “Technical Bid For Lot …” and “Financial Bid For Lot..” at the left corner, marked “Confidential” and

addressed to:

 

Secretary

NAFRC Tenders Board

Nigerian Armed Forces Resettlement Centre, Oshodi

PMB 21119 Oshodi, Lagos

 

And dropped in the Tenders Box at Director of Logistics Office, NAFRC Oshodi, on or before 12 Noon on 5th June 2012.

 

Opening Tender Documents

Opening of Tender documents will hold immediately after the deadline in the presence of the bidders’ representatives and interested members of the public at Danjuma Hall, NAFRC, Oshodi, Lagos on or before 5th June 2012 by 12.30pm.

 

Important Notice

Please note that:

i.        This publication supersedes our earlier publication in the Federal Tenders Journal of 30 April 2012.

ii.       Bidding will be conducted through National Competitive Bidding (NCB) Procedure as specified in the Public Procurement Act 2007.

iii.      Nothing in this advert shall be construed to be commitment by NAFRC to award any or all of the above-listed projects.

iv.      Only companies/firms that meet the above-stated requirements would be contacted.

v.       Failure to comply with the above-stated instructions will earn automatic disqualification.

vi.      Late bids will be rejected.

 

(Signed)

Commandant

Nigerian Armed Forces Resettlement Centre, Oshodi

Lagos

 

Invitation for Pre-Qualification of Contractors for 2012 Recurrent/Capital Projects of the Nigeria Police Force at Nigeria Police

Nigeria Police

 

Force Headquarters Purchasing and Tenders Board

Shehu Shagari Way, Louis Edet House, Force Headquarters, Abuja

 

Invitation for Pre-Qualification of Contractors for 2012 Recurrent/Capital Projects of the Nigeria Police Force

 

A. Preamble:

Furtherance to earlier advert and in compliance with Due Process requirement for the certification of procurement of goods and services in Federal Government Ministries and Parastatals, the Nigeria Police Force invites competent contractors in categories ‘B’ and above to pre-qualify for consideration in tendering for Consultancy/Procurement of Goods and Services in category ‘B’ below (Lots 12-21).

 

B. The Scope   Of Works Shall Consist Of The Followings:

 

Lot 12        Research & Development

12a    Consultancy Services on Police

Research and Development Programmes.

 

 

Lot 13 Community Policing

13a    Consultancy Services on Community Policing Conflict Resolution

Guidelines.

13b    Consultancy Services on Safety and Crime Prevention Strategy.

 

LOT 14 Budget

14a    Procurement   of   Office   Equipment   for   Police Formations/Commands nationwide.

 

LOT 15 Band

15a    Procurement   and   upgrade   of  Police   Band   Instrument   and Accessories.

 

LOT 16   Insurance

 

16a    Procurement of Group Persona) Accident Insurance for officers and men of the Nigeria Police Force.

 

LOT 17 Medical

17a    Procurement of Hospital Equipment and Consumables. 17b        Health Systems Management Services

 

LOT 18   FIB

18a.   Procurement of Discreet Surveillance Devices.

18b.   Procurement of Interrogation Devices.

18c    Procurement of Counter Intelligence Devices.

18d    Procurement of Photo Surveillance.

 

LOT19  Printing

19a.   Procurement of Computer Sets (Terminal & Digital).

19b.   Procurement of Digital Colour Separation Machine; Speed Master 74 Colour Heidelberg and Auto-Mina Binder

19c.   Procurement of MOZ Kord and 201 Colour Printing Machines

19d.   Procurement of 800KVA Sound Proof Generator. Procurement of Modern  Folding,   Modern  Cutting,  Modern Stitching, Laminating and modern Sewing Machines.

 

LOT 20 Peacekeeping

Operational Equipment for Peacekeeping:

20a.   Procurement of Observation Equipment

20b.   Procurement of Body Armour

20c.   Procurement of Personal Sustainment Items.

 

LOT 21 Force Public Relation

21 a.  Supply of HP Desktop computer, colour Photo Printers and Split unit Air-Conditioners;

21b.   Supply of Photo & Video Cameras

21c.   Supply of books and other library materials, majorly on public

relations, law and relevant humanities;

21d.   DSTV Decoders and Installation;

2 1 e.           Seminars, symposia and workshops on Police/ Public Relations;

21f.   Electronic media services.

21g    Supply of Video Processing/Editing.

 

 

C. Pre-Qualification Requirements

Submission of Company Profile containing the following:

1 .      Company Organogram

2.       List of key personnel (Technical and Administrative) including photocopies of staff qualification and current pay slip.

3.       List of Plant and Equipments owned or to be hired with proof of ownership if owned.

4.       Previous works successfully completed with letters of award and completion certificates attached.

5.       On-going works and their details including locations.

6.       Financial statements and bankers.

7.       Tax clearance certificate [for the past three(3) years] to be strictly verified by FIRS Hqtrs.

8.       Evidence   of  company   Registration   with   Cooperate   Affairs Commission (C.A.C.).

9.       Evidence of PENCOM Registration.

10.     VAT Certification.

11.     Auctioning Licence (LOT 8e only)

 

 

D. Submission of Pre-Qualification Documents:

The Pre-qualification documents should be neatly packaged in a sealed envelope and marked at the top left-hand corner “Confidential Pre-qualification Document” stating the LOT and addressed to “The Secretary, Nigeria Police Procurement Committee, ’C’ Department (Procurement), FHQ, Nigeria Police Force, Louis Edet House, Abuja.

 

The sealed envelope should be deposited in the tender box provided for this purpose not later than 12:00pm on 25th June, 2012 while the bids shall be opened at 3:00pm of same day at the same venue. Bidders or their representatives are strongly advised to be present.

 

E.  Please Note

This is NOT an invitation to tender. Notwithstanding the submission of Pre-qualification information, the Nigeria Police is neither committed nor obliged to include any company’s name in any bid list or award any contract to any Company on the bid list.

 

 

There shall be no mobilization fees as any payment shall strictly be based on evaluation of work already done on site.

 

Force Headquarters Purchasing and Tender Board reserves the right to reject any or all pre-qualification packages. This notice of Invitation to Pre-qualify shall not be construed as commitment on the part of the FHP and TB nor shall it entitle any company to make claims whatsoever or seek any indemnity from the Nigeria Police.

 

Signed;

Secretary

Force Headquarters Tenders Board,

The Nigeria Police, Force Headquarters