Invitation to Tender for the execution of the under listed contracts in various categories at Lagos Mainland Local Government

Lagos Mainland Local Government

Invitation to Tender

Tenders are hereby invited from reputable financially solvent and competent contractors for the execution of the under listed contracts in various categories.

1.         Construction of 2nd phase of council secretariat

2.         Construction of Roads (various locations within the local Government Area.

3.         Construction of Drainage (various locations within the local Government Area

4.         Construction of Bore-Hole (Ditto as above)

5.         Construction of Culverts (Ditto as above)

6.         Fencing of Health care Centre at Otto

7.         Medical Equipments for Otumara and Otto PHC

8.         Other major construction works.

 

Details of the above could be obtained from the office of the council Engineer, Lagos Mainland Local Government (8.00am to 2.00pm) Monday to Friday 2. Ondo Street Ebute-Metta (West).

 

Requirements:

Prospective tenders are expected to provide the following information for ease of administration and consideration.

a.         Evidence of professional competency

b.         Evidence of incorporation of business with the corporate affair commission

c.         Three years tax clearance certificate

d.         Evidence of registration with Lagos Mainland Local Government

e.         Proof of satisfactory jobs done for Government

f.          Performance bond issue by a bank                                                       ,

 

Payments of Tender Fee

Tenderers are expected to pay a non-refundable fee of N50,000 Naira to the council coffer. The tender documents should be wax sealed and written in optimal letters e.g “Tender for the Construction of Road” at the left hand corner and addressed to:-

 

The Council Manager

Lagos Mainland Local Government

2, Ondo Street

Ebute-Metta (West) and

 

A copy sent to the Council Engineer Submission should be done 8.00am and 4.00pm Monday to Friday on or before 12th March, 2012.

 

The Local Government is not bound to accept any tender or give reasons for the rejection of any tenderers

 

Dated: 20th of February, 2012

 

For: The Executive Chairman

Lagos Mainland Local Government

Invitation for Pre-Qualification for Provision of Consultancy Services and Tender for Supply of Books and Library Equipment at Federal College of Education, Kontagora

Federal College of Education

Kontagora

 

Invitation for Pre-Qualification for Provision of Consultancy Services and Tender for Supply of Books and Library Equipment

 

Introduction

The Federal College of Education, Kontagora hereby invites interested, registered and competent consultants and contractors to submit documents for pre-qualification to undertake the following services under 2008, 2009, 2010 and 2011 (merged) Tertiary Education Trust Fund Capital Projects.

 

Details of Projects:

A.       Consultancy Services

Lot 1:          Consultancy services in construction, Rehabilitation and Electrical works.

 

Scope of Work for Consultancy Services:

The scope of work includes the following:-

1.       Lead consultant, Architectural designs

2.       Designs of structures/ Electrical and mechanical systems.

3.       Quantity Surveying

4.       Preparation of tender documents

5.       Monitoring of projects/Issuance of Valuation Certificates.

 

B.        Procurement

Lot 2:-         Supply of 2, 242 volumes of books to the College Library

Lot 3:-         Procurement of 538 quantities of library equipment.

 

Pre-Qualification Requirements:

Interested Consultants and Contractors are requested to forward for consideration the following pre-qualification documents:

a.       Evidence of registration with relevant professional bodies.

b.       Evidence of registration with the Corporate Affairs Commission (C.A.C)

c.       Evidence of Tax Clearance certificate for three (3) years.

d.       Evidence of VAT. Registration certificate.

e.       Verifiable evidence of similar jobs successfully carried out by the firm

including location, cost, letters of awards and completion certificates.

f.       Evidence of financial capability which should include statement of account, audited report of the company, assets and liabilities.

g.       Evidence of compliance with Pension Act 2007.

h.       List of names of key personnel with professional qualification and years of experience.

i.        List of equipment available for the project(s)

Note:-Original copies of the above listed documents should be available for sighting on demand during the opening of pre-qualification applications.

 

Submission of Pre-Qualification Documents:

The pre-qualification documents should be enclosed in sealed envelope, and marked:

“Pre-Qualification Documents For Tender” with the Lot Number indicated and addressed to:

 

The Registrar,

Federal College of Education,

P.M.B.39,

Kontagora,

Niger State.

 

The pre-qualification documents should be deposited in the Tender Box at the Registrar’s Office on or before 3rd April 2012.

 

Please note that only pre-qualified bidders would be notified.

 

Sale of Unserviceable Items and Equipment at Nigerian Shippers’ Council

Nigerian Shippers’ Council

Sale of Unserviceable Items and Equipment

In line with the Provisions of Sections 55 and 56 of the Public Procurement Act 2007 and Section 2964 (i)-(iii) of the Federal Government Financial Regulations (2009), the General Public is hereby invited to bid for the sale of the following Unserviceable Items:

S/N Items Quantity Code Location
1 Super Executive Swivel Leather Chairs 4 A1-A4 Lagos
2 Swivel Executive Chairs 5 B1-B5 Lagos
3 Swivel Secretary Chairs 24 C1-C24 Lagos
4 Visitors Chairs (Wooden/Fabric) 37 D1-D37 Lagos
5 Formaica Tabales (Long and Small) 18 K1-K18 Lagos
6 Big Shelves 3 N1-N3 Lagos
7 Cupboards 3 01-03 Lagos
8 Library Catalogues 2 Q1-Q2 Lagos
9 Side Drawers 7 R1-R7 Lagos
10 Standing Fan 1 S Lagos
11 Indoor Unit Split A/C 20 U1-U20 Lagos
12 Outdoor Unit Split A/C 14 V1-V14 Lagos
13 Airconditioner Stands 15 W1-W15 Lagos
14 Rug-Big Size 5 X1-X5 Lagos
15 Rug-Medium Size 6 Y1-Y6 Lagos
16 Window Binds 49 BB1-BB49 Lagos
17 Window Binds Rollers-Long 16 CC1-CC16 Lagos
18 Window Binds Roller-Short 21 DD1-DD21 Lagos
19 Panasonic KXPP382 Fax Machine 1 II Lagos
20 Ricoh FT 4022 Photocopier 2 JJ1-JJ2 Lagos
21 Sharp AR-151 Photocopier Machine 2 KK1-KK2 Lagos
22 Lexmark Photocopier/Fax Machine 1 LL Lagos
23 Water Dispensers 4 MM1-MM4 Lagos
24 Old Newspaper and Magazines Lot JW Lagos
25 Otis Lift Motor and Accessories 2 JX1-JX2 Lagos
26 Partitioning Boards 50Pcs (Lot) JY1-JY50 Lagos
27 Philips Radio/Cassette Player 1 JZN Lagos
28 Thermocool Fridge 1 JZO Lagos
29 Desktop Computer Set (Compaq) 1 JZP Lagos
30 Central A/C (Sanyo) 4Sets JZ1-JZ4 Lagos
31. Aluminum Glass Cupboard 1 JZA Lagos
32 Big Fireproof Cabinet 1 JZB Lagos
33 Big Artwork and Frames 3 JZD1-JZD3 Lagos
34 Medium Artwork and Frames 3 JZE1-JZE3 Lagos
35 Aluminium/Velt Training Board 1 JZF Lagos
36 Baby Cot 1 JZL Lagos

 

 

S/N Items Quantity Code Location
37 File Cabinets 3 JZM1-JZM3 Lagos
38 TwinLight Difuser 19Pcs (Lot) AGZ47 Lagos
39 Toyota Coaster Bus (FG 87 C19) 1 AGZ48 Lagos
40 Toyota Hi-Ace Bus (FG 72 C19) 1 AGZ49 Lagos
41 Peugeot 504 Saloon Car (FG 63 C19) 1 AGZ50 Lagos
42 Peugeot 504 Saloon Car (FG 66 C19) 1 AGZ51 Lagos
43 Mitsubishi Pick-Up (Double Cabin) 1 AGZ52 Lagos
44 Rugs 18 Pieces QQ1-QQ18 Abuja
45 Standing Fan (Binatone A169116) 1 RR Abuja
46 Tables 9 SS1-SS9 Abuja
47 Tyres 4 TT1-TT4 Abuja
48 Chairs 15 UU1-UU15 Abuja
49 Visitors Chairs 11 W1-W11 Abuja
50 Shredder (Rexel V-40, Rexel V-40) 4 WW1-WW4 Abuja
51 Swivel Chairs 5 XX1-XX5 Abuja
52 UPS 5 Units YY1-YY5 Abuja
53 Printer (HP Laser Jet 1320) 1 ZZ Abuja
54 Desktop Computer (Windows Dell XP, Compaq V-50) 2 Units AC1-AC2 Abuja
55 Side Tables 8 AF1-AF8 Abuja
56 Water Meter (Old) 1 AGZ7 Abuja
57 Stabilizer 3000 KVA 1 AGZ8 Abuja
58 Picture Frames 12 AG3,4,5 and AG8-16 Abuja
59 KIA Concord FG 69 C 19 1 AH Abuja
60 Photocopying Machines (Sharp AR-150, Sharp AR-161 with Stand) 2 AJ1-AJ2 Abuja
61 Fax Machine (Panasonic KX-FT67, Casio FR-3400) 2 AK1-AK2 Abuja
62 National and Panasonic Split Air Conditioners (Model – CS-SC 18B –KNTZ) 2 AL1-AL2 Abuja
63 HP-PSC 1210 All in One (Scanner, Copier, Printer) 1 AGZ22 Abuja
64 Deskpro CSU mercury Keyboard Monitor 1 AGZ24 Abuja
65 Flush Doors 3 AGZ10-12 Abuja
66 Wooden Doors 3 AG713-15 Abuja

 

 

S/N Items Quantity Code Location
67 Adding Machines 5 AGZ17-21 Abuja
68 16 SLCD/H PABX (Panasonic) 1 AGZ23 Abuja
69 Eternet Switch 1 AGZ26 Abuja
70 Old Newspapers/Magazines Lot AGZ27 Abuja
71 Motor Bike (Yamaha Super 100) 1 AM Abuja
72 Peugeot 504 Station Wagon FG 76 C19 1 AN Kano
73 Compaq P-III System Unit (CPU) 1 AO Kano
74 HP 1740 Monitor (Flat Screen) 1 AP Kano
75 HP Desk Jet 5443 Coloured printer 1 AR Kano
76 Mercury (Flat Bed) Scanner 1 AS Kano
77 Direct way VSAT Modem 1 AT Kano
78 APC-UPS (1400VA) 1 AU Kano
79 Typewriter (IBM Electric 3000) 1 AU Kano
80 Fax Machine/Recordable Chip Micro Cassette System (Panasonic) 1 AX Kano
81 Vacuum Cleaner (Moulinex Wet and Dry System) 1 BA Kano
82 Standing Fan (NUBE-3 Blades) 1 BD Kano
83 Chas Box (Sun Safes, Type CB-40) 1 BE Kano
84 Scientific Calculators 3 BH1-BH3 Sokoto
85 Curtains 8 BJ1-BJ8 Sokoto
86 Cash Box 3 BL1-BL3 Jos
87 Table Electronic Calculator 2 BM1 –BM2 Jos
88 Electric Typewriter (IBM) 1 BN Jos
89 Fax Machine 1 BP Jos
90 First-Aid Box 1 BR Jos
91 Executive Chairs 2 BS1-BS2 Jos
92 Wall Clocks 3 BT1-BT3 Jos
93 Electric Kettle 2 BU1-BU2 Jos
94 Binatone Stabilizer 1 BV Jos
95 Secretary Swivel Chairs 2 BW1-BW2 Jos
96 Sign Posts 3 BX1-BX3 Jos
97 A 27 KVA Generator 1 BZA Jos
98 2 Horse Power Air Conditioner (Thermocool) 1 CB4 Makurdi
99 2 Horse Power National A/C (Window Type) 1 CB1 Makurdi
100 1 ½ Horse Power National A/C (Window Type) 2 CB2-CB3 Makurdi
101 Stabilizers 3 CD1-CD3 Makuridi

 

 

 

S/N Items Quantity Code Location
102 SF 1116 Photocopier 1 CE Makurdi
103 Clerical Tables 2 AGZ40-AGZ41 Makurdi
104 IBM Wheel writer 3000 1 AGZ42 Makurdi
105 1000 Watts Binatone Vacuum Cleaner 1 AGZ43 Makurdi
106 Window Curtains with Railings 10 CF1-CF10 Lokoja
107 Celling Fans 4 CG1-CG4 Lokoja
108 Visitors Chairs 3 CH1-CH3 Lokoja
109 Wall to Wall Rug 4 CI1-CI4 Lokoja
110 AR-150 Copier Machine with Stand 1 CK Lokoja
111 Fax Machine 1 CL Lokoja
112 Haier Therm cool Fridge 1 CP Lokoja
113 2 Seater of Visitors Chair 1 CR Lokoja
114 1,5 Horse Power National Window Type A/C 1 CT Lokoja
115 1.5 KVA Supermaster Stabilizer 1 CQ Lokoja
116 IBM Typewriter Machine 1 CV Minna
117 Ceiling Fans 2 CX1-CX2 Minna
118 SF 116 Sharp Photocopier with stand 1 DB Minna
119 Binatone Wet and Dry Vacuum Cleaner 1 DE Minna
120 2 Horse Power National Window Type A/C 1 OOD Minna
121 Wall to Wall Rug 3 OOE1-OOE3 Minna
122 Thermocool Refrigerator 2 DG1-DG2 Bauchi
123 Window Air Conditioners National 2HP 3 DH1-DH3 Bauchi
124 File Cabinets (Newclime) 4 Di1-di4 Bauchi
125 Small Gubabi Safe (GB103T) 1 DJ Bauchi
126 KDK Standing Fan 4 DK1-DK4 Bauchi
127 Fax Machine 1 DL Bauchi
128 Photocopier Sharp AR 150 1 DN Bauchi
129 Tape Recorder Sharp 1 DP Bauchi
130 Cash Box 1 DQ Bauchi
131 Executive Table with Extension 1 DT Bauchi
132 Window Blinds 12 DX1-DX12 Bauchi
133 Stabilizer 5000 Watt 1 DZ Bauchi

 

 

S/N Items Quantity Code Location
134 Officers Tables 3 EB1-EB3 Bauchi
135 Clerical Tables 4 EC1-EC4 Bauchi
136 Wall Clocks 4 EC1-EC4 Bauchi
137 Secretary Table with Extension 1 EH Bauchi
138 Visitors Chairs with Arm 7 EI1-EI74 Bauchi
139 Photocopier Sharp AR 150 1 EM Gombe
140 Cash Box 1 EN Gombe
141 Electric Typewriter 1 EO Gombe
142 KDK Standing Fan 1 EP1 Gombe
143 Window Air Conditioner National 1 EQ Gombe
144 Fireproof Small Size Safe 1 ES Gombe
145 Stabilizer 5000 watts 1 ET Gombe
146 Stabilizer 1 EW Gombe
147 Venetian Blinds 5 FA1-FA5 Gombe
148 Visitors Arm Chairs 2 FH1-FH2 Gombe
149 Clerical Chairs with Arms 2 FI1-FI2 Gombe
150 File Cabinets with 4 Drawers 2 FK1-FK2 Gombe
151 Sharp Photocopier AR161 with stand 1 FL Ibadan
152 REXEL V-40 Shredder 2 FM1-FM2 Ibadan
153 Old Fax Machine 1 FQ Ibadan
154 Old Telephone Boxes 6 FR1-FR6 Ibadan
155 Sharp AR 151 Photocopier 1 FT Akure
156 National Air-Conditioners 2 FU1-FU2 Akure
157 IBM Electrical Typewriter 1 FV Akure
158 Stabilizer (5000 Watts) 2 FW1-FW2 Akure
159 Stabilizer (2000 Watt) 1 FX Akure
160 Curtains 10 FY1-FY10 Akure
161 SMC Ceiling Fan 1 FZ Akure
162 LG GR 1315 Table Fridge 1 GA Akure
163 Fax Machine 1 GC Akure
164 Photocopier AR-150 1 GE Ado-Ekiti
165 IBM Typewriter Machine 1 GI Ilorin
166 Panasonic Fax Machine 1 GJ Ilorin
167 Newclime Refrigerator 1 GL Port Harcourt
168 Executive Tables with Extension 3 GM1-GM3 Port Harcourt
169 Clerical Chairs 4 GN1-GN4 Port Harcourt
170 Sharp Photocopy Machine with Stand 1 GO Port Harcourt

 

 

S/N Items Quantity Code Location
171 Air Conditioners (Wall Units) 4 GQ1-GQ4 Port Harcourt
172 Evernal Standing Fan 1 GU2 Port Harcourt
173 KDK Standing Fan 2 GV1-GV2 Port Harcourt
174 Toyota Hiace Bus (FG 75 C19) 1 GW Port Harcourt
175 Communication Radio 1 GY Port Harcourt
176 Angus Fire Extinguisher 2 GZ1-GZ2 Port Harcourt
177 Panasonic Fax Machine 2 HD1-HD2 Port Harcourt
178 Shredders 3 HE2-HE4 Port Harcourt
179 Swivel Chairs 7 HF1-HF7 Port Harcourt
180 Florescent Lamp Holders 4 HI1-HI4 Port Harcourt
181 Vacuum Cleaner 1 HK Port Harcourt
182 Panasonic Fax Machine 1 HM Calarbar
183 Sharp Radio 1 HP Calarbar
184 IBM Electric Typewriter 1 HR Calarbar
185 Sharp Photocopy Machine with Stand 1 HS Calarbar
186 Window Blinds (Faded) 5 HV1-HV5 Calarbar
187 Toyota Hi-Ace Bus (FG 109 C19) 1 AGZ46 Calarbar
188 Television (Bad) 14” Sharp 1 HZ Uyo
189 KDK Fan (Bad) 1 IA Uyo
190 Refrigerator (Bad) 1 IB Uyo
191 Rug Carpets 4 IL1-IL4 Uyo
192 Wall/Window A/C (Bad) 1 IM Uyo
193 National Window A/C 1 IN Uyo
194 KDK Standing Fan 1 IO Uyo
195 Window Blinds 12 IY1, IY2, IS, JD1-4, and IK1-5 Uyo
196 Standing Fan without Cover (KDK) 1 IX Uyo
197 Clerical Tables 2 JA1-JA2 Uyo
198 KDK Standing Fan 1 JB Uyo
199 IBM Electric Typewriter 3000 1 JC Uyo
200 National Window Unit A/C 1 JE Uyo
201 Olympla Typewriter 1 JK Warri
202 Photocopy Machine Sharp AR 151 1 JL Warri
203 IBM Typewriter 1 JM Warri
204 Shredders 3 JN1-JN3 Warri
205 Fax Machine 1 JO Warri
206 Cash Box 1 JQ Warri
207 2HP A/C Split Unit (LG) 1 JR Warri

 

Conditions for Bidding:

1.       Inspection of items and submission of Bids shall be from 9.00 a.m – 4.00p.m daily for on or before 19th March 2012 on as is where is basis without testing.

 

2.       The highest Bidder shall be the winner for each item and no-one else shall be entitled to that item except it the highest bidder fails to pay for the item(s) on or before 19th March 2012.

 

3.       Every Bid clearly indicate the Full Name, Contact Address (not box) and Telephone Number of the Bidder or else such will be disqualified

 

4.       Winner(s) shall take possession of the Item(s) and move same out of Council’s premises in not more than Twenty –four hours (24hrs) after full payment Failure to do this will be at owner’s risk.

 

5.       Bid Format: Interested bidders should prepare their Bids in the format given below:

 

Nigerian Shippers’ Council

Disposal of Unserviceable Items

 

Bid Submission Format

a        Full Name of Bidder (Person Corporate):………………………………………………………………………………..

b.       Bidder’s Contact Address (Not Box)…………………………………………………………………………………………. …

c.       Bidders Telephone No(s)……………………………………………………………………………………………………………..

d.       Item Bidded for ………………………………………………………………………………………………………………………….

e.       Amount Offered (in Words and Figures) ………………………………………………………………………………………..

f.       Bidder’s Signature and Date …………………………………………………………………………………………………………..

 

6.       Submission and Opening of Bids:

a.       Completed Bid shall be submitted at any of the Councils Offices nationwide on or before 4pm, Friday March 19th 2012 Bids should be in sealed envelopes marked “Unserviceable Items”

b.       Bids will be opened Tuesday, March 27th 2012 at Council’s Head Office, 4 Office, 4 Oturba Ayodele Soyode Lane formerly Park Lane Apapa, Lagos by 10:00am

c.       At the end of the exercise, only winners shall be contacted

 

7.       DISCLAIMER:

a.       This Advert is published for information purposes only and does not constitute an offer by the Council to transact with any party for the disposal, nor does it constitute a commitment or obligation on the part of the Council to dispose the Items.

b.       The Council will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to this invitation, inspection and/or the preparation or submission in response to an inquiry.

c.       The Council is not bound to award to any bidder and reserves the right to annul the disposal process at anytime without incurring any liability and assigning any reason thereof.

d.       Late bids shall not be accepted.

 

Designated Bids Submission Offices:

Head Office, 4 Otunba Ayodele

Soyode Lane formerly Park

Lane Apapa, Lagos

 

North West Zonal Coordinating

Office, 6th Floor African Alliance

Building, F1, Sannin Abacha Way,

Kano.

 

North East Zonal Coordinating

Office, Old Bauchi Radio

Corporation Building, Gombe

Road, Bauchi

 

Abuja Liaison Office Shippers

Plaza, Michael Okpara Way,

Wuse Sone 5, Abuja.

 

South West Zonal Coordinating

Office, His Grace Building 168,

Oyo Rd, (Opp. Oando Filling

Station) Mokola, Ibadan.

 

South East Zonal Coordinating

Office, 25, Aba/Owerri Road,

Aba.

 

North Central Zonal Coordinating

Office, 7, Joseph Gomwalk Road,

Jos

 

South South Zonal Coordinating

Office, 7B, Azikwe Road,

Port Harcourt.

Supply and Installation of Projects at the Nigerian Export-Import Bank

Nigerian Export-Import Bank

Notice of Invitation for Bid

 

The Nigerian Export-Import Bank invites sealed bid from bidders for the supply and installation for any or all the under listed projects in 2.0.

 

2.0     Scope of Work:

 

Lot A Servers, Storage Area Network(SAN) and Backups

 

Qty
1

2

3

4

HP ProLiant DL380 G7 High Performance Server

HP KVM Switch and Accessories

HP Tape Drives

HP Storage P2000 G3 ISCSI MSA Dual Controller LFF Array System + LAN Switch

3

2

2

2

Lot B Microsoft Software Licenses
1

2

3

4

5

 

6

7

Microsoft Exchange 2010 Server Enterprise Edition + CAL

SQL Server- Enterprise 2008R2

Windows Server 2008R2 Datacencre Edition + CAL.

Windows Enterprise 7 OEM (Fresh Installation) CAL

System Centre 2012 Management suite Data Center Edition + CAL.

Office Professional Plus 2010 CAL

Forefront Protection for Exchange Server 2010 CAL

 

Technical Requirement:

1.       Composition and Qualifications of key personnel (General qualifications and Certifications) who can provide professional technical support services when needed

2.       Partnership Status with OEM (Must be a Hewlett Packard (HP) Pre-ferred partner) – Lot A only

3.       Partnership Status with OEM (Must be a Microsoft Gold Partner)- Lot

B

4.       Evidence of being an and Private Sector Enterprise Service Advisor to at least 10 Public and Private Sector organizations in the size of Nexim Bank -Lot B

5.       Project Plan (Content, Timeline and Commitment to move to site Immediately)

6.       Evidence of 3 similar projects executed in the last 2-years i.e. Previous, verifiable evidence of experience on similar in size and complexity to the NEXIM (evidence of verifiable certificate of completion should be provided.)

 

Apart from the above technical requirements, the following are mandatory:

1.       Must Virtualiza the Servers and Storage Area Network (SAN) using Microsoft Hyper – V, System Center Suite, etc –Lot A only

2.       Provide training (technical and user) in the operation of the system

3.       Skill transfer in managing and operating the system

4.       Project management for the all above functions

5.       Warranty for agreed period of time and SLA/UC

6.       Understanding of the Terms of Reference (ToR)

 

3.0     General Requirements:

Interested and competent consultants wishing to carry out the above job shall submit, amongst others, the following documents for verification:

1.       Evidence of registration with the Corporate Affairs Commission

2.       Certified true copy of Memorandum and Article of Association

3.       Evidence of payment of tax for the last three (3) years as at when due

4.       Evidence of employees’ Retirement Savings Account (RSA) with pension Fund Administrator

5.       Evidence of remitting employer and employees pension contribution to   appropriate pension Fund custodian

6.       Evidence of transferring all pension Fund and Assets prior to the commencement of the pension reform Act to license pension operations

7.       Comprehensive company profile, including registered address, functional contact email address, GSM phone numbers).

8.       Reference letter from Bank stating financial ability to carry out such project(s)

9.       Company’s audited Annual Reports and Accounts for the last three (3) years

10.     The vendor must have internationally recognized certification in the solu­tion they intend to provide

11.     The company must be registered by the Computer Professionals Registra­tion Council of Nigeria (CPN)

 

4.0     Collection of Bid Document:

Interested and competent consultants wishing to carry out the above job should collect the Invitation for Bid (IFB) document from the Secretary, Procurement Committee (2nd floor), Nigerian Export-Import Bank, Head Office, Abuja on the payment of a non-refundable fee of N40,000.00 (Forty thousand Naira only). The payment should be in Bank Draft payable to Nigerian Export-Import Bank.

 

5.0     Submission:

The submission should be in two separate envelopes

  • The general technical requirements should be submitted in one wax sealed envelope boldly marked “Prequalification and Tender for Lot A or B” at the top left hand corner
  • The financial Bid should be submitted in another wax-sealed envelope boldly marked “Financial Bid for Lot A or B” at the top left hand corner

 

The submission (not by post) should be addressed to the Secretary, Procurement Planning Committee, Nigerian Export-Import Bank, 2nd Floor, NEXIM  House, Plot 97S, Cadastral Zone AO, Central Business District, Abuja, on or before Monday 19th March, 2012. The pre-qualification ten­ders will be opened in the presence of the bidder’s representatives on the 19th March, 2012 by 12.00 noon.

 

Venue- NEXIM Bank Conference Room, 5th floor, NEXIM House, Abuja

 

Time: 12:30PM

 

Important Notice:

  • Only successful pre -qualified company(s) will have their financial Bids evaluated. Full tendering procedure will be applied to consultants prequalified and found capable of executing the project.
  • Nothing in the advert shall be construed to be a commitment on the part of NEXIM Bank.
  • The successful consultants will be contacted.

 

Signed

Management

 

Pre-Qualification Documents for the Replacement of Lifts at the Senate Building in University of Lagos

University of Lagos Nigeria

 

Invitation for Pre-Qualification and Tender Notice

Preamble:

This is to invite bids from interested and reputable contractors for Pre-qualification and Tender exercise for the under listed project

 

S/N Project Title Contract Number Non-Refundable Pre-Qualification/ Tender Fees
1 The Refurbishment of Lifts at the Senate Building UNILAG/2012/1 N10,000.00

 

Pre-Qualification Requirements

Bidders are required to submit the following:

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

ii.       Company Audited Account for the last three years

iii.      Evidence of Tax Clearance Certificate for the last three (3) years

iv.      List and Source of Equipment to be used for the work

v.       Indication of Technical and Administrative Staff strength, with academic/ professional qualifications and years of experience of key personnel available for the project.

vi.      Bank reference from a reputable Bank

vii.     Evidence of relevant verifiable experience on similar works in Nigeria over the last three years stating, cost and duration of execution.

viii.    Evidence of VAT payment

ix.      Evidence of Social Responsibility in terms of Endowment Sports or ETF contribution.

x.       Evidence of payment of the Non-refundable Pre-qualification/Tender Fees at the UNILAG Cash Office with a Bank Certified Cheque.

xi.      Evidence of compliance with the provisions of the Public Procurement Act 2007 as related to Pensions.

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

 

Collection of Documents:

Pre-qualification and Tender documents shall be made available to interested companies on presentation of the receipt issued at the Cash Office in respect of the Pre-qualification and Tender, from office of:

 

The Director

Works and Physical Planning Department

Commercial Road (Behind AP Petrol Station)

University of Lagos

Akoka – Yaba

Lagos,

 

Submission of Documents:

The Pre-qualification and Tender documents shall be forwarded to the address below in two separate envelopes. The envelope containing the Pre-qualification documents should be clearly marked on top as “Pre-Qualification Documents for the Replacement of Lifts at the Senate Building (UNILAG/2012/1)” while the sealed envelope containing the Tender documents shall also be clearly marked on top as “Tender Documents for the Replacement of Lifts at The Senate Building

(UNILAG/2012/1)”. The submissions should be addressed and submitted to:

 

The Registrar

5th Floor, Senate House

c/o Council Affairs

University of Lagos

Akoka -Yaba

Lagos.

 

The Pre-qualification and Tender documents shall be submitted on or before 11th April 2012 by 12.00 noon. The Pre-qualification documents shall be opened in the presence of the prospective Contractors at 2:00pm on the 11th April 2012, at the University Council Chamber. Attendance at the opening event is important. The tenders of successfully pre-qualified Contractors shall be opened at a later date to be conveyed to successful contractors.

 

Participation in the Pre-qualification exercise is not a guarantee for consideration in the Tender stage. Bidders are to note that only pre-qualified company will be invited for the tender opening.

 

Oluwarotimi O. A. Shodimu, Esq. FNIM

Registrar and Secretary to Council