Procurement of Goods at FCT Health Systems Development Project II

Federal Capital Territory

Health Systems Development Project II

Health and Human Services Secretariat (World Bank Assisted Project)

Ref: FCT/HSDP II – AF/PU/102-104                    Date: 2nd April, 2012

Specific Procurement Notice

Credit No. 4522 UNI

Invitation for Bids (IFB)


Procurement of Goods

1.         This invitation for bids follows the General Procurement Notice for this Project that appeared in Development Business Issue No, HSDP II/AF/GPN/09 of March 24th 2009,

 

2.         The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of FCT Health System Development Project II, and intend to apply part of the proceeds of this  credit payment under the contract for the procurement of works:

 

(i)         Painting of the PHCs and staff quarters of the 6 comprehensive Primary Health Care Centres (PHCs)

 

3.         The FCT Health Systems Development Project II, now invites sealed bids from eligible bidders for the procurement of works as already stated in paragraph 2 (i) above.

 

S/No Lot Description Bid Security
1. Lot 1 Painting of the PHCs and staff quarters of the 6 comprehensive Primary Health Care Centres (PHCs)  

N913,185

 

4.         Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: procurement under IBRD Loans and IDA credits, and is opened to bidders from eligible source countries as defined in the guidelines.

 

5.         Interested eligible bidders may obtain further information from the office of the Project Manager, FCT Health Systems Development II, first Floor,Hamdala Plaza, No. 23 Jimmyy Carter Street, Asokoro, Abuja and inspect the bidding documents at the same address. Telephone: 09-3146449.

 

6.         A complete set of the bidding documents in English Language may be purchase by interested bidders on the submission of a written application to the address above  and upon payment of a non refundable fee of N15,000.00 (Fifteen Thousand Naira only), for each lot; in Bank Draft of cash to the Federal Capital Territory Health Systems Development Project II, Account No. 01045562662 with Access Bank Federal Mortgage Bank Building  Branch, Central Area, Abuja. Any bid submitted without the specific amount stipulated being paid would be rejected. The bidding documents will be available from 2nd of April, 2012.

 

7.         Bid shall remain valid for 30 days while the submitted bid shall also remain valid within to the bid validity period of 90 days from the bid opening date and must be accompanied by a bid security as specified in the schedule of requirement, and  shall be delivered to the office of the project Manager, FCT health systems Development Project II, First Floor,  Hamdala Plaza, No.23, Jimmy Carter Street, Asokoro, Abuja on or before the  2nd May, 2012 by 12.00 noon at which time they will be opened in the presence of all the  bidders who choose to attend.

 

Signed

Jamilu Isa Yankwashi, MNIM, PNM, MIDEAS

Project Manager

FCT Health Systems Development  Project II

Health and Human Services Secretariat

Federal Capital Territory Administration

First Floor, Hamdala Plaza, No. 23 Jimmy Carter Street,

Asokoro, Abuja Tel: 09-3146449

General Procurement Notice for the Execution of 2012 Capital and Recurrent Projects at Federal Ministry of Science and Technology

Federal Ministry of Science and Technology

Federal Secretariat, Phase II Abuja

General Procurement Notice for the Execution of 2012 Capital and Recurrent Projects

Introduction

The Federal Ministry of Science and Technology intends to undertake the procurement of various Goods, Works and Consultancy Services under the 2012 Recurrent and Capital Budget.

 

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

 

Description of Work

Lot 1: digitalization of personnel files of members of staff in the ministry and its Agencies

Lot 2: FMST Data Centre Backup and Recovery solution

 

Lot 3:  Development of Data Bank of Science, Technology and Innovation (ST&I) outputs of Tertiary Institutions/MDAs

 

Lot 4: Consultancy Services for 2012 IT Projects and skill Gap Bridging

 

Lot 5: Purchase of Computer Consumables and accessories

 

Lot 6: Annual Maintenance of computer system in the ministry

 

Lot 7: Digital Library services (to link up at least 300 Desktop of

FMST staff and other library potential user

 

Lot 8: Acquisition and simulation of S&T artifacts

 

Lot 9: Training of Curators

 

Requirement

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.        Evidence of Tax Clearance Certificate for the last three years (2009,2010 A 2011 corresponding to declared turnover; iv. Company Audited Accounts for the last three years ( 2009, 2010 and 2011) showing annual turnover;

iv.        Evidence of  VAT Registration with  TIN  No.  and  past remittance for the last 3 years;

vi.        Verifiable list of similar jobs successfully executed in the last three years including letters of award of contracts, projects cost, job completion certificates and payments (please provide contract 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 experiences on similar jobs; and

ix        A 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 Procurement Division of the Ministry at Phase II, Block ‘D’ Room 609, 6th Floor, Federal Secretariat Complex, Abuja on payment of N20,000.00 non-refundable tender fee for each lot into Bank name: Fin Bank, Account No. 3000897972, Account Name: Federal Ministry of Science and Technology

 

 

Submission of Tenders and Closing Date

One copy of Technical and Financial proposal must each be sealed in separate envelopes and clearly marked “Technical or Financial proposal with appropriate Lot number and put together in a bigger SINGLE envelope for each LOT and marked with project title boldly written at the right hand corner of the envelope and addressed to:

 

The Secretary,

Ministerial Tenders Board

Federal Ministry of Science and Technology,

Phase H, Block ‘D’

Room 609, 6th Floor

Federal Secretariat Complex

Abuja.

 

The sealed envelope should be deposited in the Tender Box in the office of the Deputy Director (Procurement) in Room 609,6th Floor, Phase H, Block ‘D1 Federal Secretariat, Abuja not later than 12.00 noon, 14th May, 2012. Late submission of bids shall not be accepted, please.

 

Opening

Opening of the received tenders will commence at 1.00 pm same day at the Federal Secretariat Phase II Block D Conference Room on 1st floor. All bidders and/or their Representatives, Relevant Professional Bodies and NSOs 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 Pensibn Commission and other relevant bodies for verification

ii.         The Federal Ministry of Science and Technology 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.

 

Signed

Permanent Secretary

Federal Ministry of Science and Technology

Abuja.

Invitation to Tender for Construction of 68-Room, Four Floors Student Hostel Complex and Poters Lodge at Stella Maris University

Stella Maris University

Umuechem

Invitation to Tender for Construction of 68-Room, Four Floors Student Hostel Complex and Poters Lodge

Tender No: SMU HB03/2012

Declaration of Intention

 

1.       We have a requirement for the provision of the above mentioned work or Service and you are hereby invited to participate in the Commercial Tender for the Work.

 

2.       The Information contained in the ITT shall be the basis for the Tender and nothing shall be deemed to change or supplement this basis except for revisions to the above documents issued as ‘Addenda to Tender’ to the Tenderer by the person nominated as the Catholic Diocese of Port Harcourt’s sole point of contact in the covering letter to this ITT.

 

3.       Any questions on matters relating to the contents of the ITT or the submission of your Tender, shall be submitted in writing to the person nominated as sole point of contact for the Catholic Diocese of Port Harcourt in the covering letter to this ITT no or before 9th April 2012 before the tender due date to the person nominated in the covering letter to this ITT.

 

4.       Any response by the Catholic Diocese of Port Harcourt to a question shall be in the form of a question and answer and shall, unless the answer to a question gives the asker a significant commercial advantage be distributed to all tenderers. In no event shall the identity of the original enquirer be revealed.

 

5.       The Tenderer’s attention is drawn to the fact that any contract which may arise from this invitations to Tender will be on a lump sum, milestone and fixed periodic basis referencing the elements in (9) below:

 

6.       Prior to opening of the commercial bid the technical evaluation of your company will be done on the 14th of April 2012 using the evaluation criteria’ attached. Alongside your commercial bid therefore please submit a statement which addresses all elements of the attached technical criteria to assist the Diocese assess the technical capability of your company.

 

7.       Note that only companies assessed technically suitable to carry out the work above will progress to the stage where their commercial bids are opened and a decision of award made.

 

8.       Should you wish to participate in this tender exercise. Your particular attention is drawn to relevant international, National and Rivers State policies to conduct all activities in the foremost account of health and safety of personnel and to give proper regard to conservation of the environment.

 

9.       To this effect, you are required to accompany your submission with your submission with your company’s Policy on Health Safety and Environment and a Job hazard statement detailing the particular hazards of the work above and the practices obtainable in your company for managing all seven (7) segments, viz: Substructure Superstructure, Finishes, Fittings and Fixtures, Plumbing Installation, Electrical Installation and Drainages

 

10.     As further indication of your interest to participate in this tender, please collect, for a non –refundable fee documents detailing the General Requirements for the services being tendered from the office of Stella Maris’s University located at the Catholic Diocesan Chancery in Port Harcourt not later than close of business in 2nd April 2012. Ensure the fee is receipted.

 

11.     You are requested to return both technical and commercial submissions before 14th April 2012 to the office of Stella Maris University at the Catholic Diocesan Chancery No. 1 Kaduna Street Dline, Port Harcourt (Contact persons: Mrs. Angela Abule and/or Mrs Ebere Muolokwu or Miss Tonia Oguejiofor).

 

 

Invitation for Expression of Interested to Tender as an Auctioneer at Federal Airports Authority of Nigeria (FAAN)

Federal Airports Authority of Nigeria

Invitation for Expression of Interested to Tender as an Auctioneer

A.    Introduction:

The Federal Airports Authority of Nigeria (FAAN) in accordance with the Public Procurement Act 2007 invites competent and reputable companies to submit Expression of Interest (EOI) documents as pre- requisite to tender as Auctioneer for disposal of unserviceable Assets at various Airport locations in the lots below:

Lot 1:     FAAN Headquarters and Murtala Muhammed International Airport

Lot 2:    Port-Harcourt, Owerri, Enugu and Calabar

Lot 3:     Kana, Kastina, Maiduguri and Kaduna

Lot 4:     Abuja, Minna and Sokoto

Lot 5:     Ilorin, Akure, Ibadan and Benin

 

B.    Scope

The Auctioneer shall be responsible for the disposal of the items surveyed for Boarding at the specified Airports listed above.

 

C.      Expression of Interest Requirements

  • Evidence of company registration (Certificate of Incorporation of the Company)
  • Certified true copy of Memorandum and Article of Association (Form C02 & C07 inclusive).
  • Corporate Profile with Curriculum Vitae of key personnel.
  • Evidence of Tax payments (Tax Clearance Certificate) for the last three years (2009-2011)
  • Evidence of Financial Capability Bank support (Bank Reference Letter).
  • Copies of the Audited Account / Financial statement of the company for the last three (3) years, (2009-2011)
  • Copies of VAT registration and evidence of remittance.
  • Obligation to pay pension and evident of remittance.
  • Registration Certificate as Government Licensed Auctioneer
  • Membership of Auctioneer Association
  • The Sworn Affidavit disclosing as follows:
  • That all documents submitted are not only genuine but correct.
  • That the Director(s) has /have never been convicted by any court of law.
  • That the company is not bankrupt.
  • Whether or not any of the officers of FAAN is a former or present director of the Company.

 

Submission of Documents:

  • The documents are to be submitted in four (4) copies, (1 original and 3 copies) in A4 paper sizes and neatly bound. The document should be arranged in the order listed under expression of interest requirements and clearly separated by dividers.
  • The documents must be sealed in an envelope and the Project Name and Lot Number must be clearly written at the top left hand corner of the envelope.
  • All documents must be submitted to the office of “The General Manager (Procurement)”, FAAN Headquarters, Ikeja, Lagos.

 

E:      Closing and Opening of Submissions:

Submission of Expression of Interest tender shall close at exactly on or before 30th April, 2012 by 11.30 am. All submissions will be opened on the same day at 12 noon in The Commercial and Business Development Conference Room, FAAN Headquarters, Ikeja, Lagos.

 

F:      Important Information:

  • The FAAN reserves the right to verify the authenticity of any claims made on the expression of interest documents submitted by companies.
  • Failure to comply with the instruction(s) and  provide any required document(s) may automatically result in disqualification,
  • FAAN reserves the right to reject any or all the expression of interest documents
  • Original of all documents above must be produced for sighting.
  • Tender documents submitted late shall be rejected
  • No Company should submit under more than one Lot
  • All submission should be in English language
  • Submission should be very clear on the areas of specification and Lot(s) of interest
  • This advert shall not be construed to be a commitment on the part of FAAN, nor shall it entail the Applicant to make any claim(s) whatsoever and/ or seek any indemnity from FAAN, by virtue of such applicant having responded to this publication.

 

Signed

Management

Invitation to Tender for Procurement/Rehabilitation and Construction Works in Respect of 2012 Capital Budget at Usmanu Danfodiyo University Teaching Hospital Sokoto

Usmanu Danfodiyo University Teaching Hospital Sokoto

Private Mail Bag 2370, Sokoto

UDUTH /ADM/1274/VOL. II

Invitation to Tender for Procurement/Rehabilitation and Construction Works in Respect of 2012 Capital Budget:

 

The Management of Usmanu Danfodiyo University Teaching Hospital, Sokoto is desirous of Constructing a Perimeter Wall at Argungu Rural Health Facility, Rehabilitation of Roads in its Piping, Procurement of Medical Books/Journals and Website Development for Donated Medical Library Installation and Commissioning of Gen. Set/Step-Down Transformer and Equipping/Furnishing of completed Amenity Ward. In this regard, Tender documents have been prepared, Inviting competent and qualified Contractors/Suppliers to tender for the projects.

 

002:  Project Descriptions:

The projects, which are procurement and rehabilitation works are in different lots and are as follows:

 

Lot 1:         Construction of a Perimeter Wall at Argyngu Rural Health Facility:

  • Reinforced Concrete foundation
  • 225mm Block works and Copping
  • Concrete work and Finishing

 

Lot 2:        Rehabilitation of Medical Gas Piping:

  • Replacement of Entire Medical Gas Supply lines to critical areas
  • Replacement of On-line Valves

 

Lot 3:         Procurement of Medical Books/ Journals & website Development:

  • Website Development
  • Medical Books
  • International Journals
  • Local Journals

 

Lot 4:          Installation & Commissioning of 100KVA (Sound Proof) Perkin

Gen, Set, 200KVA Step-Down Transformer and Street Lighting to Donated Medical Library:

  • Installation & Commissioning of 100KVA (Sound Proof) Perkin Gen. Set
  • Installation & Commissioning of 100KVA (Step-Down) Transformer
  • Installation & Commissioning of Street Lighting

 

Lot 5:         Equipping & Furnishing of Completed Amenity Ward:

  • Supply & Installation of 30Nos. Arjo-Huntleigh Hospital Beds, Mattresses, Pillows, Bedside Cabinets and Over-bed Tables
  • Supply & Installation of 35Nos (1HP) Sharp, LG, Panasonic Split A/Cs
  • Supply & Installation of 35Nos 15” Sharp, Sony T.V. Sets
  • Supply & Installation of 35Nos.T.135  Bedside Fridges
  • Supply & Installation of Venetian Window Blinds
  • Supply & Installation of 35Nos. 3 Seater Iron Gang Chairs with Cushioning
  • Supply a Installation of 1 No. Satellite Dish

 

Lot 6:         Re-Asphalting of the Hospital Road Network:

  • Provision of Drainages
  • Provision of Walkways
  • Scarifying of existing surfaces
  • Re-surfacing of the road
  • Road marking

 

003:  Tenders Qualification:

The following are the qualifications of would be Contractors

a)       Registration with Corporate Affairs Commission

b)      Company profile reflecting Executive Capacity, plant & equipment owned and Personnel

c)       Must show evidence of previous experience in construction and or supplies.

d)      Must present the last (3) years Tax Clearance Certificates

e)       Company’s V.A.T. Registration Certificate.

f)       Payment of non-refundable Tender Bid fee of N50,000:00k for each lot tendered for

g)       Submission of 2% Bid Security for each lot

h)      Evidence of registration with National Pension Commission, in compliance

with the provisions of section 16(b) (d) of the Public Procurement Act (2007) (PPA2009) as amended.

 

Submission:

i)       Interested Contractors/Suppliers should contact the office of the Assistant Director, Procurement Planning in the Administrative Block of the Hospital for payment of Tender Bid Fee and Asst Director (W & S) for collection of necessary documents.

ii)      Tender Bid Submission addressed to the Chief Medical Director, UDUTH, Sokoto should be sealed and clearly marked “T.B” and delivered/slotted into the Tender Box, in the Administration Block Entrance Lobby.

iii)     The submission for tender Bid must be made on or before 30th April 2012.

 

Signed

Assistant Director (Procurement fanning)

For: Chief Medical Director