Invitation for Pre-qualification of Millennium Development Goals (MDGs)/Conditional Grant Scheme (CGS) Projects 2011 project Cycle at Enugu State

Federal Government of Nigeria

Enugu State Government

 

Specific Procurement Notice

 

Invitation for Pre-qualification

Millennium Development Goals (MDGs)/Conditional Grant Scheme (CGS) Projects 2011 project Cycle

 

The Enugu State Government in collaboration with the Federal Government of Nigeria, intends to execute some projects towards the achievement of the Millennium Development Goals, This invitation for pre-qualification follows the general procurement requirements as contained in the Public Procurement Act. It intends to apply part of the project budget to payments under the contract for.

 

Scope of Works and Services:

1.       Renovation of 61 Primary Health Care facilities and 7 Referral Centres.

2.       Renovation of Schools, Health, Water facilities and infrastructure in three Local governments of Aninri, Igbo-etiti and Isiuzo L.G.As.

3.       Capacity building Training for Public Financial Management, M and E strengthening.

 

The Enugu State MDGs/CGS Oversight Committee would prequalify contractors, Consultants and/or firms for the works and services outlined above. It is expected that invitations for bid will be made in March, 2012.

 

Pre-qualification Requirements:

1.       Evidence of Incorporation or Registration of Business name with the Corporate Affairs Commission.

2.      Evidence of registration as contractor with the Enugu State Ministry of Works and Infrastructure.

3.      Three years tax clearance certificate.

4.      Evidence of Financial capacity (banker’s reference).

5.      Company profile with evidence of having carried out similar projects in the past.

6.       Verifiable and functional business office/operational equipment.

7.      Evidence of payment of processing fee of N20,000.00

 

Submission of pre-qualification Documents:

Applications for prequalification should be submitted in sealed envelopes, with the project area clearly indicated at the top left corner of the envelope. All applications must be delivered to the address below on or before 14th March 2012 and be clearly marked “Application to Prequalify for MDGs/CGS Projects.” The document must be signed and addressed to the:

 

Office of the Special Adviser to the Governor (MDGs)  6/8 Nza Street, Independence layout, Enugu.

Email: mdgenugu@yahoo.com

 

Pre-Qualification to Tender for the Procurement of Field Materials (Chemicals) used in Water Treatment at Federal Capital Territory Administration

 

Federal Capital Territory Administration

Federal Capital Territory Water Board

No 7/9, Orlu Street, Area 3, P.M.B 164, Garki – Abuja


Pre-Qualification to Tender for the Procurement of Field Materials (Chemicals) used in Water Treatment

 

1.0     Introduction:

The Federal Capital Territory Administration (FCTA) through FCT Water Board has provisions in the FCT 2012 budget proposal for the underlined procurements and is hereby inviting competent, reputable and interested companies to submit pre-qualification documents for the following as specified in the Scope of Work.

 

2.0     Scope of Work:

The Scope of Work has been divided into the following:

 

2.1     Procurement of Field materials (Chemicals)

Lot AI:        Procurement of Field Materials (Laboratory Chemicals)

Lot AII:       Procurement of Field Materials (Lime and HTH)

Lot AIII:     Procurement of Field Materials (Alum)

Lot AIV:     Procurement of Field Materials (Gaseous Chlorine)

 

3.0     Pre-Qualification Requirements:

Interested Companies are invited to submit the following pre-qualification documents:

i).      Evidence of incorporation of the Company with Corporate Affairs Commission (CAC) Articles and Memorandum of Association of the company and up to date Annual return with the CAC;

ii).     Current Tax Clearance Certificate for the last three (3) years, expiring December, 2011 including VAT Certificate and evidence of remittance;

iii).    Evidence of registration with Pension Commission and remittance made to date for the staff in line with the provision of Part IV, Section 16, subsection 6d of the Public Procurement Act 2007;

iv).    Evidence of contribution to Industrial Training Fund (ITF) and remittance made to date if yearly turnover is up to N50 Million and above;

v).     Audited Accounts of the Company for the last three (3) years duly prepared by a Chartered Accountant;

vi).    Current bank reference and statement of account for the last 12 months

vii).   Evidence of having a minimum of N150M (Two Hundred Million Naira) Annual Turnover over the last three years;

viii). Letter introducing an authorized representative of bidder with his/her sample signature and position in the company;

ix).   Letter authorizing FCT Water Board and her representative to cross-check the submitted company’s Bank account;

x).     Evidence of similar Jobs successfully executed within the last three (3)     years, including status of the server(s), total monetary value and clients who  may be contacted for further information on those contracts;

xi).    Verifiable list of relevant equipment, and facilities, stating their registration numbers, chassis numbers, location (where they can be inspected) and remark on whether these are owned, leased or hired complete with proof of ownership and, or leasing agreement as applicable;

xii).   Details of the laboratory Chemical Quality and Country of Origin;

xiii). Approval certificate issued by National Food, Drugs, Administration and Control (NAFOAC) and Standard Organization of Nigeria (SON) including any other relevant Government Regulatory Agencies;

xiv). Details of the location of warehouse and laboratory for inspection; State whether on lease, hired or owned by the Company with evidence of purchase if applicable for the Chemicals and Reagent;

xv).   Memorandum of Understanding (MOU) with the Manufacturer and         Manufacturer Authorization for the chemicals;

xvi).  List of relevant key Personnel which shall include Registered Professionals (e.g. Chemical Society, IPS, COREN, QSRBN, etc) of various disciplines, stating their roles, designation, qualification and years of experience. Copies of educational and professional certificates are to be attached. The photocopies of professional certificates are to be initialed; endorsed by the owners and professional seal must be embossed on the professional certificates.

xvii). A sworn Affidavit in line with the provision of Part IV, Section 16, subsection 6(e and f) of the Public Procurement Act 2007;

 

4.0 Submission and Opening of Pre-qualification Documents:

The pre-qualification documents must be enclosed in a sealed envelope clearly marked at the right hand corner Confidential and boldly written: “Pre Qualification to Tender for the Procurement of Field Materials (Lot Name) Lot AI or AII or AIII or AIV for FCT Water Board, Abuja” as appropriate. This should be submitted in Four (4) copies of (one original and three other copies), all in sealed envelope clearly marked “ORIGINAL” and “TOPY” and addressed to the Secretary, FCTA Tenders Board Secretariat, Area 11, Kapital Street, FCT Abuja.

 

The documents should be submitted to the Secretary, FCT Administration Tenders Board Office Room o43, Former Public Building Department, Area 11, Garki, Abuja on or before Wednesday, 28th March 2012 by 10:00 am. while opening; shall take place at FCT Administration Tenders Board Annex, Room G9 Akintola Aguda Hall, Archive Building; Peace Drive Street Area 11, Garki, Abuja same day by 12:00 noon.

 

Notes:

i)       A company is not allowed to bid for more than one (1) lot. Company (ies) that violates this rule shall automatically be disqualified.

ii)      Due Diligence could be carried out on the companies to verify claims included in their submissions;

iii)     Interested members of the Public especially Civil Right organizations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers stipulated by the Public Procurement Act, 2007.

iv)     This is not an invitation to tendering. Only Companies prequalified shall be informed for further tendering process.

v)      This advertisement shall not be construed as a commitment on the part of the FCTA, nor shall it entitled responding company to seek any indemnity from FCTA by virtue of such company having responded to this advertisement.

 

For more enquiries please contact: 09-2341559 or 0806531144

 

Signed

Management

 

Invitation to tender for ICT Projects at Bank of Agriculture

Bank of Agriculture

Invitation to tender

Bank of Agriculture, Nigeria’s apex agricultural and rural development finance institution with Head Office in Kaduna, six Zonal Offices in Abuja, Bauchi, Enugu, Ibadan, Kano and Port Harcourt and 201 locations nation­wide hereby invites tenders from suitable and qualified bidders for the following ICT projects:

 

Lot 1:         Setup of a Modern Data Center

Equipping BOA data center with state of the art facilities in order to transform it into a modern Data Center with raised floor, fire proof wall, security door, fire suppression system, precision cooling system and environmental monitoring tool.

 

Lot 2:         Upgrade of Head Office and Zonal Offices Local Area Networks

Upgrade of existing LANs through the deployment of a Category 5e structured network cabling based on Cisco Technology for the creation of a server-client environment that would seamlessly Integrate the processes of BOA and enhance banking activities.

 

Lot 3: Upgrade of Wide Area Network and Internet Connectivity

Upgrade of WAN and internet connectivity for the provision of a homogenous network with reliable and qualitative bandwidth for smooth and uninterrupted data transmission and sharing of resources that would guarantee a proper foundation for a number of business critical applications

 

Lot 4: Upgrade of Head Office and Zonal Offices Backup Power

Deployment of inverter systems that would provide instantaneous protection from Input power interruptions and outages and guarantee protection of computers and all ICT equipment from power disruptions.

 

Lot 5: Supply, Deployment and Maintenance of Servers and Storage Systems

Set up of a fully functional server and storage system with IBM system x servers, SAN solution and Tivoli Storage Manager as backup software with offsite backup capabilities.

 

Lot 6: Upgrade of Head Office and Zonal Offices Security Systems

Upgrade BOA Security System made up of Fire Protection System, CCTV Video Surveillance System and Access Control Systems.

 

Mode of Applying:

Bidders are to forward one (1) original copy and six (6) copies of their technical proposal and one (1) original copy and six (6) copies of their financial proposal in two separate sealed envelopes, and enclose the two envelopes in one sealed outer envelope to the Executive Director, Corporate Services. This should be submitted on or before 11th April 2012 to the address indicated by 12.00 noon prompt.

 

Tender Fee

Bidders are to pay a non-refundable fee of fifty thousand naira only (N50,000.00) for each lot.

 

Payment Fees:

Fees shall be payable by bank draft to the Bank of Agriculture Limited. Applicants are advised to present evidence of payment to the Executive Director, Corporate Services to enable them collect tender documents.

 

Conditions for Eligibility:

1.       Company Certificate of Incorporation issued Corporate Affairs Commission (CAC)

2.       Proof of Alliances/partnership with Original Equipment Manufacturer (OEM)

3.       Evidence of registration with PenCom and remittance of Pensions

4.       Company audited accounts for the past three years

5.       Evidence of payment of company income tax for the past three years

6.       VAT registration certificate and evidence of past VAT remittance

7.       Bank reference letter of the company’s financial capability

8.       Company Certificate of registration with Computer Professionals (Registration Council of Nigeria)

9.       List of similar projects handled in the past stating contract sum and         providing evidence of award and completion.

 

Tenders shall be opened in the presence of bidders by 1 pm prompt on the day of the expiration on or before 11th April 2012 at the Bank of Agriculture, Kaduna. No submissions will be accepted after the closing date.

 

For clarification purposes only, BOA’S contact is:

 

Tel:    0704 020 2222, 0805 072 7269

 

Email:         info@bankofagricultureng.com

Website:      www.bankofagricultureng.com

 

The Bank of Agriculture does not bind itself to accept the lowest or any of the bids and reserves the right to accept the whole or part of the bid proposals. Evaluation shall be based strictly on terms and conditions stipulated on tender documents.

 

Signed:

Executive Director, Corporate Services

Bank of Agriculture

No. 1, Yakubu Gowon Way

Kaduna

Invitation to Tender for the Execution of Year 2009 Tertiary Education Trust Fund (TETFUND) Projects at the Nigerian Army

Headquarters Nigerian Army,

Ministry of Defence Area 7, Garki Abuja

 

Invitation to Tender for the Execution of Year 2009 Tertiary Education Trust Fund (TETFUND) Projects for the Nigerian Army

 

A.      Preamble:

In partial fulfillment of requirements of the Public Procurement Act 2007 in the procurements of goods and services by Federal Government Ministries, Departments and Agencies, the Nigerian Army wishes to undertake the execution of the under-listed projects under the Year 2009 Tertiary Education Trust Fund (TETFUND) ending June 2012. To this end, competent contractors/vendors are invited to submit both technical and financial bids in line with defined scope and technical specifications for the projects:

 

B.      Projects:

1.       Construction of 1 Block of 3 Classrooms and Sinking of 1 Borehole at the Armed Forces Staff School, Kaduna. Construction of 1 Block of 3 Classrooms and Sinking of 1 Borehole with Water Storage Facilities at NDA (Armed Forces Staff School), Kaduna. This shall be by Open Tendering.

 

2.       Procurement of Classroom and Laboratory Furniture for Armed Forces Staff School K Kaduna. Supply of Classroom and Laboratory Furniture for the NDA (Armed Forces Staff School), Kaduna. This shall be by Open Tendering.

 

3.       Procurement of Science Laboratory Equipment for Armed Forces Staff School, Kaduna. Supply of Science Laboratory Equipment for the NDA

(Armed Forces Staff School), Kaduna. This shall be by Selective Tendering.

 

4.       Procurement of B-Vehicles. Supply of  1x 32-Seater Coaster Buses for each of the following 3 Nigerian Army Training Institutions: NMS Zaria, ADSS Ohafia and AFSS NDA Kaduna. This shall be by Open Tendering but Original Equipment Manufacturers (OEM) will be given priority.

 

5.       Procurement of Generators. Supply of 3 No 50 KVA Generators for 3

Nigerian Army Training Institutions. This shall be by Open Tendering but Original Equipment Manufacturers (DEM) will be given priority.

 

6.       Procurement of E-Library and Accessories. Procurement of E-Library and Accessories for the following Nigerian Army Institutions: N AOWA Vocational Training Centre. Abuja and NMS, Zaria. This shall be by Open Tendering.

 

7.       Procurement of Body Anatomy Biological Models. Procurement of sets of Body Anatomy Biological Models for the following 12 Nigerian Army Training Institutions: NMS Zaria, CSS Suleija, CSS Ojo Lagos, CSS Abakaliki, CSS Kaduna, CSS Lungi Barracks Abuja, CSS Ibadan, CSS Ipaja, CSS Jos, CSS Makurdi, CSS Ndiri Onitsha and ADSS Ohafia. This shall be strictly by Selective Tendering.

 

8.       Construction of a Library at NAOWA Vocational Centre, Gowon Barracks, Abuja. Construction of a Library Block at the NAOWA Vocational Centre/Abuja. This shall be by selective Tendering.

 

9.       Procurement of Furniture for New Library at NAOWA Vocational Centre, Gowon Barracks, Abuja. Procurement of Furniture at the NAOWA Vocational Centre, Abuja. This shall be by selective Tendering

 

10.     Procurement of Science Laboratory Equipment and Furniture for New  Laboratory at CSS Suleija. Supply of Science Laboratory Equipment and Furniture for New Laboratory at CSS Suleija. This shall be by Open Tendering.

 

11.     Procurement of Books for New Library at NAOWA Vocational Training Centre Abuja. Supply of Books for New Library at NAOWA Vocational Training Centre, Abuja. This shall be by selective Tendering.

 

12.     Procurement of Science Laboratory Equipment and Supply of Classroom Furniture at CSS Ojo – Lagos. Supply of Science Laboratory Equipment and Supply of Classroom Furniture for CSS Ojo – Lagos. This shall be by open Tendering.

 

13.     Procurement of Science Laboratory Equipment and Supply of Classroom Furniture at ADSS Ohafia. Supply of Science Laboratory Equipment and Supply of Classroom Furniture for ADSS OhafiO. This shall be by open Tendering.

 

14.     Procurement of Books for NMS Zaria and CSS Ojo – Lagos. Supply of Books each for the following 2 Nigerian Army Training Institutions: NMS Zaria and CSS Ojo – Lagos. This shall be by selective Tendering.

 

C.      Qualification Requirements:

Tenders should indicate clearly the areas of  interest and locations on the Technical and Financial Bid submissions and also include:

a.       Company 3 years audited account report.

b.       Certificate of Incorporation with CAC.

c.       Tax Clearance for the last three years.

d.       VAT Certificate/Evidence of Remittances.

e.       Verifiable evidence of execution of similar projects in the past to include the     contract sums, copies of letters of award letters and completion certificate;  and other works experience.

f.       Evidence of financial capacity from a reputable Bank.

g.       Evidence of registration of company with PENCOM

 

D.      Verification of Claims in Qualification Documents:

The Nigerian Army reserves the right to verify the authenticity of claims made in the tender documents submitted and to take any action in the interest of the Nigerian Army and the TETFUND as to whether to accept or reject the bids.

 

E.      Collection and Return of Tender Documents:

Tender documents are to be collected from the Assistant Director Army Tenders Board. Army Headquarters on payment of a non-refundable tender fee of N15,000.00 for all Categories of projects. Submission of bids should be in 2 separate envelops, sealed and clearly marked as “Technical Bids for the..” Or “Financial for the …” indicating the project bid for and the location. This is to be deposited in the Tenders Box located in the Assistant Director, Army Tenders Board’s office at the Department of Logistics, Army Headquarters, Ministry of Defence, Area 7, Garki ABUJA.

 

Collection of tender requirements commences on Friday 2nd March 2012 and return of the completed tender documents closes by 10.00am on Friday 23rd March 2012. All projects are to be completed by 30 June 2012.

 

F.      Public Opening of Bids:

Due to the time constraint to complete the projects by June 2012, the Nigerian Army Tenders’ Board will carry out simultaneously both the technical and financial bids evaluation of all bids submitted after the opening of the financial bids. Unqualified bids will be disqualified where applicable even after the public opening of the bids. Consequently all prospective contractors are invited to witness the public opening of the Financial Bids on Tuesday 27 March 2012 at Army Headquarters Restaurant, Area 7 Garki, Abuja.

 

Nothing in this advertisement shall imply commitment on the part of the Nigerian Army to enter any agreement in respect of the above listed projects, reply any company not found suitable or entitle any bidder to make any claim(s) whatsoever in respect of any expense(s) incurred in preparation for qualification. Late submission will not be considered. The decision of the Nigerian Army Tenders’ Board is final.

 

Signed:

Chief of Logistics (Army)

Army Headquarters.

Invitation to Tender for 2009/2010 TET Fund Normal Intervention Projects at Federal College of Animal Health and Production Technology

Federal College of Animal Health and Production Technology

National Veterinary Research Institute

P.M.B 01, VOM Plateau State, Nigeria

(Office of the Registrar)

 

Invitation to Tender: 2009/2010 TET Fund Normal Intervention Projects

 

Tenders are hereby invited from reputable contractors for the Construction of Proposed Classrooms and offices Block for Entrepreneurship Training Centre, Ghana, in the Federal College of Animal Health and Production Technology, NVRI, Vom for the year 2009/2010 TETFUND Normal Intervention project.

 

1.       Bidding Documents:

Interested bidders are to collect bidding documents from the College on payment of non refundable tender fee of Ten thousand Naira (N10,000.00) only.

 

2.       Tender Requirements:

Interested contractors/companies are required to submit their tender documents along with the following which should be separately bond in the listed order. All tenders shall be subjected to strict technical evaluation.

a.       Companies profile including names, phone numbers and e-mail addresses.

b.       Evidence of registration with the Corporate Affairs Commission,

c.       Evidence of registration with the college.

d.       Companies Audited Account for three (3) years.

e.       Evidence of tax clearance certificates for the last three (3) years

f.       Evidence of financial capability or bank support

g.       Technical experience of key personnel

h.       Similar projects executed with evidence (work completion certificate)

i.        Equipment and technology capacity.

j.        VAT registration and evidence of past VAT remittances

k.       Evidence of registration with Federal Ministry of Works.

3.       Submission of Tender Documents:

I.       The tenders should be enclosed in seated envelopes with the project title early indicated on the top right corner, addressed and submitted in one (1) hard copy as itemized in the preamble to:

 

The Provost

Federal College of Animal Health and Production

Technology, NVRI

P.M.B 01 Vom

Jos

Plateau State

Nigeria

 

The completed tender documents should be submitted on or before 14th March 2012.

 

i.        Opening of tender documents will be held in the presence of bidders or their representatives who choose to attend in the College’s Board Room 14th March 2012 by 12.00 noon prompt.

 

Note:

Original copies of documents listed above should be produced for sighting during the opening session.

 

Registrar

For Management