Pre-qualification to tender for Year 2011 Capital Projects at Federal College of Education, Kano

Federal College of Education, Kano

Invitation for Pre-Qualification

1.         Introduction

The Federal College of Education Kano invites interested competent and reputable contractors to apply for the Pre-qualification exercise as a condition to participate in the bidding for the College Year 2011 Capital Projects. Interested bidders are to submit all the required information as well as comply with all other requirements for the pre- qualification for the projects:

 

2.         Project and Reference Number

Procurement of Sciences and Vocational Equipment – CAPP/003/2011

Procurement of Furniture for School of Languages     – CAPP/004/2011

 

2.         Pre-qualification Requirements

a)         Each Contractor is expected to submit the following mandatory documents

i.          Evidence of Incorporation with Corporate affairs Commission (CAC)

ii.         Evidence of Tax Clearance Certificate for the last three (3) years (2008,2009 & 2010

iii.        Company Audited Account for three (3) years (2008:2009 & 2010)) prepared by Chartered Accountant, duly signed and stamped with ICAN or ANAN Seal).

iv       Sworn Affidavit indicating that ail documents submitted are genuine and

verifiable,

v.        Sworn Affidavit that no current staff of the Federal College of Education, Kano

is a former or present Director, Shareholder or has any pecuniary interest in the Company Submitting Bid.

vi.       Evidence of compliance with the pension Act in accordance with Procurement

Act 6   (d)

 

Failure to provide any of the above (i) – (v) will automatically disqualify the bidder.

 

b)         Other Criteria

i)          Evidence of Financial Capability and Banking Support (Bank Reference, Recent Statement of Account).

ii)         Experiences/Technical Qualification and experience of key personnel (Company Profile, CV and Credentials).

iii)        Evidence of executed over the fast five (5) years and evidence of knowledge of the industry (Award letters of protects executed Valuations and completion certificates),

iv.        List and Sources of Equipment and Technology Capacity (Evidence of ownership/Lease agreement)

v.)        Annual Turnover.

vi)        VAT Registration and evidence of past VAT remittances

vii)       List of On-going Projects (if any)

 

Original copies of documents listed above must be produced for sighting after being pre-qualified, before collection of Tender Documents.

 

3. Submission of Completed Pre-qualification Documents

The pre-qualification documents should be submitted in sealed envelope and clearly marked pre-qualification to tender (name of the Project)” and shall be delivered to:

 

The Secretary (Tender)

Federal College of Education,

P.M.B 3045, Kano.

 

Not later than 31st November, 2011. The documents will be opened at 12:00 noon on the closing date at the College Council Chambers. No late submission will be entertained after 12:00 noon on the expiration of  31st November, 2011.

 

Please Note:

  • That the College reserves the right to verify any claim by the bidders.
  • That by submission of Pre-qualification documents F.C.E Kano is neither committed nor obliged to award any contract to any Contractor.
  • That this advertisement for invitation to pre-qualification shall not be considered as a commitment on the part of the College, nor shall entitle any contractor to make any claims whatsoever and/or seek any indemnity from F.C.E Kano.
  • That Full tendering procedures will be applied only to bidders that have been pre-qualified and found capable of executing the projects.

 

Signed

Alhaji Mohammad Aliyu

Registrar

Request for Expression of Interest (EOI) at Federal Ministry of Finance

Federal Ministry of Finance

Headquarter, Central Business Area, Ahmadu Bello Way, Abuja.

 

Selection of Catering Outfits to Operate the

Federal Ministry of Finance Staff Canteens

Request for Expression of Interest (EOI)

 

The Federal Ministry of Finance intends to engage the services of Competent Catering Outfits to operate and manage 2 Staff Canteens (Executive and General) in the Federal Ministry of Finance, Office complex.

 

Project Description:

The overall objective of the project is to establish standard catering facilities for the staff of the Federal Ministry of Finance. There would be an Executive Canteen for Management staff and a General Canteen for junior and middle level staff.

 

Scope of Services:

The services to be provided are:

i.        Preparation and delivery of meals, snacks and drinks;

ii.       Management of premises and facilities;

iii.      Maintenance of Safety and Hygienic conditions in allocated space;

iv.      Submission of recommendations for the Ministry’s endorsement and approval.

 

Requirements:

The Catering Outfit must possess expertise in operating and managing a catering outlet with adequate competence. Verifiable experience in innovative practices in the catering industry is essential.

Interested reputable catering outfits are requested to forward for consideration the following documents:

i.        Certificate of the Company registration/incorporation;

ii.       Provide details of the company profile including the details of key professional staff and staff strength;

iii.      Evidence of fulfillment of PENCOM Obligation;

iv.      Company’s current Tax clearance certificate for last three years (2008,2009,2010) to expire December, 2011;

v.       Must be a registered member of the Nigerian Fast Food Association (NFFA);

vi.      Evidence of VAT Registration with TIN No. and VAT Remittance;

vii.     Verifiable evidence of similar engagements (Current or previous);

viii.    Financial capability, Bank Reference from a reputable bank; and

ix.      Audit Reports for the last three (3) years.

Additional Information:

(a)     Notwithstanding the submission of documents the Federal Ministry of Finance is neither committed nor obligated to include your company on any bid list or award any form of contract to your company or agent;

 

(b)     The advertisement shall not be considered as commitment on the part of the Federal Ministry of Finance, nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Finance by virtue of such company having responded to the advertisement;

 

(C)     The Federal Ministry of Finance reserves the right to make available the Tender documents to qualified bidders only;

 

(d)     Interested catering outfits may inspect the allocated premises and obtain further information at the address below from 9:00 to 4:00 Monday to Friday.

 

Tender Fee and Collection of Bidding Documents:

The shortlisted Catering outfits would be notified to collect Bid documents from the Office of the Deputy Director (Procurement). These would be made available upon presentation of evidence of payment of non-refundable fee of Two hundred and fifty thousand naira (N250,000.00) to Federal Ministry of Finance.

 

Submission:

The submissions should be sealed and clearly marked ‘Expression of Interest (EOI): Catering Services for Federal Ministry of Finance Staff Canteen Project” in one original copy and two duplicate copies which should be delivered to the address below.

 

The submission window will close at 12.00 noon, on Friday 4th November 2011.

Enquiries:

All enquiries regarding the submission should be directed to:

 

Deputy Director (Procurement),

Federal Ministry of Finance,

Room 040, Ground floor,

Central Business Area,

Ahmadu Bello Way,

Abuja – Nigeria.

Verification of Claims:

The Federal Ministry of Finance reserves the right to verify the authenticity of claims made in the documents submitted.

 

Please note:

i.        This is a two stage competitive tender process, therefore only shortlisted catering outfits will be contacted to proceed to the next stage of the tender process.

ii.       No late submissions will be entertained after the deadline.

iii.      Bidders shall be responsible for all costs incurred in preparation and submission of bids.

Signed:

Permanent Secretary

Invitation to Tender for the Implementation of 2011 Capital Projects at Ministry of Defence

Federal Government of Nigeria

Ministry of Defence

Ship House, Area 10, Gark1 – Abuja

Invitation to Tender for the Implementation of 2011 Capital Projects

 

the Federal Government of Nigeria has provided fund in the 2011 Appropriation for the Ministry of Defence and the Ministry intends to utilize part of the funds for procurement of various Works, Goods and Services as listed below:

 

Lot 1A:       Website redesigning and upgrading

Lot 1B:       Upgrading and expansion of existing infrastructure

Lot 1C:       Increase in the number of servers from 3 to 6 units

Lot 2 A:      Establishment of wireless access points in the Computer Training Room

Lot 2B:       Installation of System Software (Project Monitoring, File Tracking, Database Management)

Lot 2C:       Procurement of 50 units of high definition Desktops, Printers, UPS, AVR

Lot 2D:       Capacity Building for ICT professionals in the Ministry

Lot 3A:       Procurement of Dental Chair and Dental X-ray Machine

Lot 3B:       Procurement of Medical Consumables

Lot 3C:       Procurement of Drugs

Lot 4:          Procurement of Office Furniture

Lot 5:           Procurement of Office Equipment

Lot 6:           procurement of Stationeries

Lot 7:          Valuation of Physical Assets of the Ministry of Defence.

 

2.       Tendering Documents:

Interested and competent contractors/consultants wishing to carry out the above jobs arc to submit the following documents which will be subjected to verification by the Ministry:

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

(ii)     Current Tax Clearance Certificate for the last three (3) years;

(iii)    VAT registration Certificate;

(iv)    Names of Bankers with references;

(v)     Company profile with CVs of key officers including photocopies of

their relevant professional/technical qualifications which they must endorse in blue ink;

(vi)    Verifiable evidence of successful completion of similar works within the past three (3) years and attach copies of letters of awards and certificates of successful completion;

(vii)   Evidence of compliance with the Pension Reform Act 2004 (as amended);

(viii)  Affidavit disclosing whether or not any officer of MOD 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 in all particular

(ix)    Refundable Bid Security of 2% of Bid Sum in Bank Guarantee, valid for 90 days, must accompany all bids valued N 50,000,000.00 and above

 

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

 

4.       Interested eligible bidders may obtain further information from the office of the D rector of Procurement and inspect the Bidding Documents between 10.00 am and 3.00 pm (Mondays -Fridays) except public holidays. The address is:

 

Director, Procurement

Ministry of Defence Headquarters

Room G39, Ship B

Area 10, Garki – Abuja

5.       A complete set of Bidding Documents may be collected by interested bidders on the submission of a written application to the address in paragraph 4 above.

 

6.       Bids must be delivered to the address above on or before Monday, 28th November, 2011 by 12.00 noon for Lots 1 to 6 while Expression of Interest for Lot 7 must be delivered to the same address on or before Monday, 31st October, 2011 at 12. 00 Noon in separate sealed envelopes and marked “Tender for…….Lot” at the top left hand corner of the envelope. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives and interested members of the public immediately following the deadline for submission. Bid opening venue shall be:

 

Ministry of Defence Conference Room

4th Floor,

Ship House, Area 10,

Garki-Abuja

(Signed)

Permanent Secretary

Ministry of Defence

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)

Re:    FCT/HSDP II – AF/PU/77 Date: 17th October 2011

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 the FCT Health Systems Development Project II, and intend to apply part of the proceeds of this credit payment under the contract for the procurement of Goods:

 

(i)      Procurement of 60 No. of Hospital Beds and Mattresses for the 6   Comprehensive Primary Health Care Centre (CPHCs) in the Territory.

 

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

S/N Lot Description Bid security
1 Lot 1 Procurement of 60 No. of Hospital Beds and Mattresses for the 6 Comprehensive Primary Health Care Centre (CPHCs) constructed by the FCT Health Systems Development Project II in the 6 Area Councils of the Territory. N826, 200:00

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, Jimmy 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 purchased 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 the lot; in Bank Draft or Cash to the Federal Capita, Territory Health Systems Development Project II, Account No. 0104556262 with intercontinental Bank, Federal Mortgage Bank Building Branch, Central Area, Abuja. Any bid submitted without the specific amount stipulated being paid would be rejected. The bidding document will be available from 17th of October, 2011.

 

7.       Bid shall remain valid for 30 days while the submitted bid shall also remain valid within the bid validity period of 90 day 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 15th November, 2011 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

World Bank Assisted Project

Health and Human Services Secretariat

Federal Capital Territory Administration

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

Asokoro, Abuja. Tel: 09-3146449

 

Invitation to Tender at National Agency for Science and Engineering Infrastructure (NASENI)

National Agency for Science and Engineering Infrastructure (NASENI)

(Federal Ministry of Science and Technology)

Idu Industrial Area, P. M. B. 391, Garki, Abuja.

TEL: 09-7831365 EMAIL: nasenihq@naseni.org

 

Invitation to Tender

 

1.       The National Agency for Science and Engineering Infrastructure (NASENI) is desirous to:

A.      Procure Solar Cells and associated materials for local manufacturing of solar modules at NASENI Solar Module Manufacturing Plant at Karshi, Abuja:

B.      Construct a materials and finished products storage building at Karshi Plant, Abuja;

C.      Build a word Bank STEP-B Center of Excellence for Advance Materials co-located at Engineering Materials Development Institute (EMDI) Akure, Ondo State;

D.      Refurbish Buildings and Perimeter Walling at NASENI Advance Manufacturing Technology Project (AMT-P), Jalingo, Taraba State;

E.      Refurbish Building for Printed Circuit Board (PCB) and Surface Mount Technology (SMT) Lines at NASENI Electronics Development Institute, Awka, Anambra State;

F.      Re-Design and Complete External and Facilities for Mechatronics, Surface Mount Technology (SMT) and Laser Fabrication Shop at NASENI Prototype Engineering Development Institute (PEDI), Ilesha, Osun State.

 

G.      Construct an Austempered Ductile Iron (ADI) Process Line.

H.      Procure a Digicarb 4D Automatic, Digital Thermal Analyzer with 4 Digit Led Display, 15 mm high.

I.       Procure an EDX 3600B Energy Dispersive X-ray Fluorescent Spectrometer.

Please note that delivery period on or before 28th November 2011 for the procurement and for constructions.

 

2.       Interested Companies and Individuals in the fields stated in 1 above are invited to submit Bids for Tender with the following requirements.

 

2.1     Evidence of Incorporation

 

2.2     Evidence of possession of Competence and experience in jobs similar to the one described in 1 above in Nigeria along appropriate company profile.

 

2.3.    Evidence of Current Registration with NASENI

 

2.4.    Evidence of tax clearance and audited /Accounts for the past three years.

 

2.5.    Evidence of financial capability and provision of Advance Payment  Guarantee.

 

2.6.    Reference letter from a reputable Bank.

 

2.7     Evidence of registration with PEN-COM.

 

2.8     Payment of non-Refundable fee of N25, 000.00. Payments are to be made by Bank Draft payable to “National Agency for Science and Engineering Infrastructure” Abuja.

 

2.9     Only registered bidders/Contractors with Agency will be prequalified and allowed to bid.

 

2.10   Only Pre-qualified bidders shall have their financial bid opened same day immediately after the pre-qualification exercise.

 

3. Interested Companies and Individuals should pick up the bidding document from the Procurement Unit Room 5 at the Agency’s Headquarters, Idu, Industrial Area, Abuja on payment of a non refundable fee of N25, 000.00.

 

4.       Qualified contractors should submit their two (2) sealed bids marked

“Technical bid and Financial bid respectively) at the left hand corner of the envelop specifying the item appropriately and addressed to:

“The Director General / Chief Executive,

National Agency for Science and Engineering Infrastructure,

Idu Industrial Area,

PMB 391, Garki, Abuja”

On or before 28th November 2011

Signed:

Management