Invitation for Pre-Qualification and Tender Notice at National Agency for Food and Drug Administration and Control (NAFDAC)

National Agency for Food and Drug Administration and Control (NAFDAC)

Invitation for Pre-Qualification and Tender Notice

Bids are hereby invited from interested and reputable contractors with relevant experience and good track record in supply and installation of Generating set.

 

S/N Description Quantity Delivery Period Bid Security
1 810KVA 1 90  days 2.5%

Pre Qualification/Bidding Criteria:

All interested contractors are required to submit the following documents along with their financial bids:

 

General Capability:

  • Evidence of Company Registration (with certificate of Incorporation) by Corporate Affairs Commission
  • Company Tax Clearance Certificate for the last three (3) years
  • Evidence of VAT Registration Certificate and past Remittances
  • Evidence of Registration with PENCOM and Remittance of the required   contribution to appropriate Pension Fund Administrators, (attached  photocopies of schedule of remittance, and deposit slip)
  • Sworn affidavit that none of the Directors of the company is an ex-convict
  • Sworn affidavit affirming that none of the information provided above is false faked or forged.

 

Financial Capability

  • External Audit Report and Accounts of the bidder for the last three (3) years
  • Evidence of financial strength to execute the project (certified Bank Statement for the past three (3) months), Bank reference and a letter of credit facility from a reputable commercial bank with a commitment to provide loan facility for the execution of the contract if eventually the contract is won.
  • Manufacturer’s declaration for a line of credit for goods to be supplied by the tenderer.

Technical Capability:

  • Verifiable list of previous experience in supply and Installation of Generating sets of similar capacities in recent past with their locations, names of clients. (Photocopies of award letters, completion certificates/ commissioning letters should be attached). Companies without evidence of having successfully completed similar jobs within the last two (2) years need not apply.
  • Availability of spare parts and after sale services outlets in Nigeria.
  • Company profile and organizational structure, including names, qualifications resume of key personnel/ Technical personnel that will be available for the installation, with addresses and phone numbers, photocopies of certificates and professional registration certificates.
  • The Tenderer shall furnish documentary evidence to demonstrate that the goods he/she offers meet the usage requirements

 

Collection of Tender Documents:

Bid documents are to be collected from the date of this publication between 10.00am and 4.00pm Mondays to Fridays upon payment of a non refundable fee of N20, 000.00 naira in bank draft in favour of “Nations Agency for Food and Drug Administration and Control” at the procurement unit located on the third floor of the main building NAFDAC Headquarters Abuja.

 

Submission of Tender Documents:

Completed bid should be submitted in three copies (one original and two other copies) and all pages dully endorsed by the bidders. The pre-qualification document should be sealed and labeled (Pre – qualification and Financial bids as appropriate) separately and the two envelops be put in another envelop that should also be sealed and labeled supply and installation of 810KVAGenerating set.

 

The Secretary

Tenders, NAFDAC HEADQUARTERS

Plot 2032 Olusegun Obasanjo Way

WuseZone7, Abuja.

Closing of Submission:

All submission of tenders documents ends on or before Wednesday 14th March 2012 by 12.00 noon and shall be opened immediately at DG’s conference room NAFDAC Headquarters Plot 2032 Olusegun Obasanjo way zone 7 wuse Abuja, civil society organization, bidders or their representative are strongly advised to be present.

 

Note:

No submission will be entertained after 12.00 noon Wednesday 14th March 2012

  • Companies without the documents listed under General Capabilities above need not apply as they will be disqualified ab initio.
  • Technical bids submitted by interested companies will be assessed and only tenders of those found technically competent, that their financial bids will be opened for evaluation.
  • This notice shall not be construed to be a commitment on the part of NAFDAC to award any form of contract to any respondent nor shall it entitle any organization submitting any document to claim indemnity from the Agency.

 

NAFDAC: Safeguarding and Promoting the Health of the Nation

Signed Management

Invitation to Participate in the Tendering Exercise for Disposal of Various Impounded Automobile Scraps under FCT Directorate of Road Traffic Services at Federal Capital Territory Administration, Abuja

Federal Capital Territory Administration, Abuja

FCT Procurement Department

Invitation to Participate in the Tendering Exercise for Disposal of Various Impounded Automobile Scraps under FCT Directorate of Road Traffic Services, FCTA, Abuja,

 

Federal Capital Territory Administration (FCTA), has obtained Court Order for the disposal of Automobile Scraps impounded between 7th January, 2002, and 7th January 2011 and therefore is      inviting competent and interested Companies to submit application to take part in the Public Disposal of these Scraps located at FCT Auto pond, Gosa, FCT Abuja in line with the provisions of the Public Procurement Act 2007

 

2.       This Publication also serves as a notice to respondents of the earlier publication that there was no responsive bidder which resulted in the cancellation of the bidding process. However those who responded to the previous publication need not pay tender fee again but should enclose a copy of the earlier receipt, in respect of Lot II & Lot II, in their bid documents if they are interested to participate in this bid process

 

(A)    Categories of Items to be Disposed

Lot I- Scrapped Vehicles Consisting of the Following

a.       11 Nr SUV (Jeep, Toyota, Honda etc)

b.       1Nr Tipper

c.       11 Nr Buses

d.       36 Nr Pick ups

e.       1089 Nr Saloon Cars

 

LOT II-ACCIDENTED VEHICLES CONSISTING OF THE FOLLOWING ITEMS

 

a.       5 Nr Pickups

b.       39 Nr Buses

c.       11 Nr SUV (Jeep, Toyota, Honda etc)

d.       267 Nr Saloon Cars

 

(B) Tender Requirements (Technical)

Interested Companies are to forward copies of the following documents and the originals to be made available for sighting during the Tender opening.

i.        Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.       Interested Companies should have up to date Returns with the CAC and be

informed that due diligence could be conducted.

iii.      Tax Clearance for the last three years, expiring December 2012.

iv.      Sworn Affidavit in fine with the provisions of Part IV, section 16, subsection 6(e-f ) of the Public Procurement Act, 2007.

v.       Evidence of Pencom Registration and Remittance (Pension Contribution with Schedule of last remittance)

vi.      Evidence of Industrial Training Fund in accordance with the 2011 Amended ITF Act.

vii.     Evidence of payment of N 10, 000.00 (fifty thousand naira only ) non-refundable Tender Fee, per lot of interest. Applicants are allowed to tender for all Lots separately.

viii.    A Bid Security whose value shall not be less than 2% of the tender price, in the form of Bank Guarantee from a reputable Nigerian bank, shall accompany tender documents submitted in respect of ail lots whose tender price exceed Fifty Naira (N50 million)

 

 

(C)       Collection of Ten Pep Documents:

Interested companies are to collect tender documents from the Office of the Director, FCT Procurement Department (Secretary FCT Tenders Board), Room 043, Former Public Building, FCTA Secretariat, Area 11, Garki – Abuja, upon the presentation of an evidence of payment of N10, 000.00 (Ten thousand naira only) non-refundable Tender Fee, per lot of interest, into FCT Treasury Revenue Account at Fidelity Bank (Central Area) Account Mo: 051503010000426.

 

(D)       Submission of Tender Documents

The Tender Requirements and Complete Bid documents shall each be sealed and labeled ‘Technical’ and ‘Financial bids, as appropriate, separately, and the two envelopes be put in another envelope that shall be submitted in three copies (one original and two other copies) with all pages duly endorsed by the Tenderer. The documents are to be dropped in the Tender Box in the office of the Secretary, FCT Tenders Board, Room 043, Former Public Building, FCTA Secretariat, Area 11, Garki – Abuja, not later than 12 noon of 19th March 2012. The representatives of the bidding companies are invited to witness the opening of the tenders on the same day at Room 69, Justice Akinola Aguda Hall, FCT Archive & History Bureau, near AGIS, Peace Drive at 2.00pm.

 

NOTE;

i.        The Administration is not bound to accept the highest or any other tender.

ii.       Interested companies are advised to visit Automobile Pond, the location of the various items and inspect their conditions.

iii.      Members of the general public, especially the Civil Society Organizations are invited to the opening exercise. They are however to abide by the Code of Conduct for procurement observers issued by the Bureau of Public Procurement (BPP).

iv.      Company representatives are to come along with a letter of introduction indicating name, rank and sample signature to the venue of the opening exercise.

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

 

Signed

Secretary, FCT Tenders Board

Invitation for Pre-Qualification and Tender at the Millennium Development Goals (MDGs), Port Harcourt

Rivers State Government

Governor’s Office

The Millennium Development Goals (MDGs)

Port Harcourt


Invitation for Pre-Qualification and Tender

 

1.0     The Rivers State Government, through the Office of the special Assistant to the Governor on the MDGs (OSAG-MDGs) has received a grant from the Federal Government of Nigeria, through the office of the Senior Special Assistant to the President on MDGs (OSSAP-MDGs) under the 2011 Millennium Development Goals conditional grants scheme (MDGs CGS)  and counterpart funding from the Rivers state Government    , for projects in the health and water sectors in Rivers State.

 

2.0     The office, OSAG-MDGs, on behalf of the Rivers State Government, invites interested Companies for Prequalification and Tender for the following projects:

 

Section A: Water Sector

i)     Lots W1-7: Rehabilitation of 7No. Small town water pumping stations in 7 locations in Rivers state

ii)    Lot W8: Construction of 1 No. Rural water pumping station.

iii)   Lots W9-W16: repelcament and extension of pipeline networks to contiguous markets, primary schools and health centers in 8 Nos. Communities in Rivers state

 

Section B: Health Sector

Expansion of New School of Basic Midwifery, Mile IV, Rumueme

Port-Harcourt

i)       Lot H1.       One-storey building-lecture hall

ii)      Lot. H2.      One storey building -Administrative block

iii)     Lot. H3.      Bungalow-Auditorium block

iv)     Lot. H4.      Bungalow-A Demonstration Hall

iv)     Lot. H5.      Two-storey building-hostel block7

v)      Lot H6.       Internal roads and landscaping including street lights and water facility

Details as contained in relevant bid documents.

 

Requirements:

Interested contractors/companies should submit the following documents for prequalification:

1)      Company profile

2)      Evidence of company incorporation with the corporate Affairs Commission of Nigeria.

3)      Evidence of registration with Rivers State Ministry of Works

4)      Evidence of Valid Tax Clearance Certificate for the past three years

5)      Evidence of VAT registration

6)      Audited Accounts of the Company for the last three years, duly signed by a firm of chartered Accountants/Bank

7)      Lists of relevant Technical equipment.

8)      List of verifiable documentary evidence of successfully executed or ongoing projects in the past three years.

9)      List of key staff including professionals (if any) and their CVs

10)    Original copies of documents listed (1 – 5) above to be presented for sighting on bid opening day.

11)    Evidence of payment of a non-refundable tender fee of N100, 000:000 for each chosen lot and section, payable by Bank Draft or cash in favour of Rivers State Millennium Development Goals Account 3 at Sky Bank Plc.,

Secretariat Branch Port – Harcourt.

12)    Evidence of capacity to mobilise to site within one week of the offer and to

perform 30% of the Job within two months, even without mobilization.

13)    Any other relevant information, which may enhance the chances of the contractor.

 

4.0      Tender

a)       Only companies that meet prequalification requirements shall have their tenders considered.

b)      Tenders should specify section/sector and project lot.

c).      (i) Bidders are allowed to bid for more than one (1) lot

(ii) Each bid/lot is to be treated independently

(iii) Bidders are however not allowed to submit multiple bids for the same lot.

d)      Tenders documents can be Collected on Payment of a non refundable fee of the sum of One Hundred thousand Naira (N100, 000:00) only.

 

5.0 Submission of Tenders

a)       Completed documentation, with tenders, should be enclosed in sealed envelope, marked at the top right hand corner “Tenders for Rivers State Health/Water Sector Project, and addressed to:

 

The Project Manager, Office of the Special assistant to the Rivers State Governor on Millennium Development Goals, Governor’s Office, 16th Floor, Point Block, State Secretariat Complex, Port-Harcourt, not later than 21st February, 2012.

 

6.0      Bid Opening

Bids shall be opened on Tuesday 21/02/2012 at 12 noon at Golden Tulip Hotel, New GRA, Port Harcourt in the presence of bidders, the media, and officials of the Office of The Senior Special Assistant to The President on the Millennium Development Goals (OSSAP MDGs), The Presidency, Abuja.

 

No part of this advert may be construed as an obligation on the part of the Rivers

State Government to undertake all or any part of this project.

Signed

Sir Joe Akpa

Secretary, Projects Implementation Committee (P.I.C)

 

Invitation to Tender at Ifedayo Local Government, Oke-Ila Orangun, Osun State

Ifedayo Local Government, Oke-Ila Orangun, Osun State

 

Invitation to Tender

 

1.       Notice is hereby given that Ifedayo Local Government wishes to carry out the following projects.

(i)      Asphaltic rehabilitation of old Secretariat S.D. A. Primary School Road, Oke-lla Orangun

(ii)     Asphaltic tarring of Ayiti-Osan Road Ora-lgbomina

(iii)    Construction of fence at the Local Government Secretariat, Oke-lla Oragun

 

2.       Consequently, reputable contractor(s) with specialization in Civil Engineering who may be interested in the execution of either/all of the projects are hereby invited to submit tender(s) for consideration by the Local Government.

 

3.       Such tender(s) must be accompanied by the following documents.

(i)      Evidence of registration of business name with Corporate Affairs Commission

(ii)     Evidence of registration as contractor with the Osun State Ministry of Works

(iii)    Evidence of registration as contractor with Ifedayo Local Government,

Oke-lla, Osun State.

(iv)    Photocopies of Three (3) years Tax clearance.

(v)     Verifiable proof of successful handling of similar projects in the recent past,

(vi)    Evidence of good financial capability supported by reference from a reputable bank.

 

4.       Interested contractors should contact the office of the Director of Works

Ifedayo Local Government for job specification and visitation to the project site(s) before submitting tender(s)

5.       Payment of non-refundable deposit of N25,000 Twenty five Thousand Naira payable   to the Local Government

6.       Each tender must be enclosed in a sealed and waxed envelope and marked for a particular project tendered for and addressed to:

 

The Chairman,

Ifedayo Local Government

P.M.B.208

Oke-lla Orangun

Osun State.

7.       Any tender not received by 12noon on or before Monday March, 5th 2012 will not be treated.

 

Please note that the Local Government will not entertained any correspondence

from any unsuccessful tender.

 

Dr. I.A. Opakunle

Head of Local Govt. Administration

for Chairman,

Ifedayo Local government,

Oke-lla Orangun

Procurement of ICT and Multi-Media Equipment and Deployment of Internet Bandwidth and Wireless Access at Federal College of Education (Technical) Omoku, Rivers State

Federal College of Education (Technical),

P.M.B. 11, Omoku. Rivers State.

Office of the Provost


Invitation for Bids (IFB)

Federal Government of Nigeria

Science and Technology Education Post Basic Project (Step-B Project) Credit No, 4304-UN1

 

Procurement of ICT and Multi-Media Equipment and Deployment of Internet Bandwidth and Wireless Access at Federal College of Education (Technical) Omoku. Rivers State

 

 

STEP-B FCE (T) OMOKU/NCB/GOS/01 /2012

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement Of ICT& Multi-Media Equipment And Deployment Of Internet Bandwidth & Wireless Access At Federal College Of Education (Technical) Omoku, Rivers State.

 

3.       The Science and Technology Education Post Basic Project, Federal College of Education (Technical) Omoku, Rivers State now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

 

Item No. Description of item.

 

Quantity

 

Bid Security

 

Delivery Period

 

Delivery  Location
1

 

Lot A

 

Procurement of ICT and Multi-media Equipment

 

Various as in Technical specification

 

At least 2.5% of bid price

 

60 days

 

FCE(T)  Omoku
 

2

Lot B

 

Procurement and deployment of Internet Bandwidth and Wireless Access

 

Various as in Technical specification

 

At least 2. 5% of bid price

 

60 days

 

FCE(T) Omoku

 

4.         Bidding will be conducted through the National Competitive Bidding

(NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from Science and Technology Education Post Baste Project Office at FCE(T) Omoku, Rivers State the address below and inspect the Bidding Documents from 10.00am to 4:00pm Mondays to Fridays,

 

6.        Qualifications requirements include:

Evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.

Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital,

 

A margin of preference for eligible national contractors shall not be applied; Additional details are provided in the Bidding Documents.

 

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee 10,000.00 (Ten Thousand Naira) only or USD 84,00 (Eighty Four US Dollars), The method of payment will be Bank Draft in favor of Science and Technology Education   Post Basic Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

 

8.       Bids must be delivered to the address below at or before 2:00pm on 6th March, 2012, Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders representatives, who choose to attend in person at the address below at 2:00pm on 6th March, 2012. All bids must be accompanied by a Bid Security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency.

 

9.        The address referred to above is;

The Project Manager,

Science and Technology Education Post Basic Project,

Federal College of Education (Technical)

Omoku, Rivers State,

Nigeria.