Purchase and Supply of Equipment and Anatomical Models at Ministry of Health, School of Midwifery, Akure

Government of Ondo State

Ministry of Health, School of Midwifery, Akure

Tender Notice

The Ondo State School of Midwifery Akure hereby calls for tenders from interested contractors for purchase and supply of equipment and anatomical models for the School’s Demonstration Room.

 

2.         Interested bidders are to obtain details of the job from the Principal, School of Midwifery, Akure. All tenders should be enclosed in wax-sealed envelopes, addressed and submitted alongside Treasury Receipt for the payment of non-refundable tender fee of N10,000.00 to:

 

The Secretary,

Ondo State Tenders’Board,

Cabinet and Special Services Department,

Governor’s Office, Akure.

 

3.         All interested bidders are required to enclose the following:

(i)         Current three years Tax Clearance Certificate obtained from Ondo State

Board of internal Revenue and current 3 years Federal Tax Clearance Certificate for Limited Liability Companies (2008 -2010);

(ii)        Current three years Development Levy receipts obtained from Ondo State Board of Internal Revenue (2009 – 2011):

(iii)       Evidence of Company incorporation/registration with the Corporate Affairs Commission and evidence of current registration with the Ondo State Ministry of Works Registration Board (2011);

(iv)       Records of similar successfully completed jobs carried out by the bidder  in the past with copies of letters of award and completion certificates,

 

(v)        Detailed address and location of the company in Ondo State;

(vi)       Evidence of payment of prescribed tender fee.

 

4.         Please note that this invitation is valid from 8: 00am Tuesday 4th October to Tuesday 25th October, 2011. Bidders are to witness the opening of tenders documents on a date to be fixed by the Tender Opening Committee of the State Tenders Board in the Cabinet and Special Services Department Government is not bound to accept the lowest bid in each lot.

 

Dr. B.L. Omolaja

Permanent Secretary

Request for Expression of interest/Invitation to Tender at Council of Nigerian Mining Engineers and Geoscientists (COMEG)

Council of Nigerian Mining Engineers and Geoscientists (COMEG)

15A Kwame Nkurumah Crescent, Asokoro

P. M B. 537 Garki Post Office, Abuja

Request for Expression of interest/Invitation to Tender

The Council of Nigerian Mining Engineers and Geoscientists (COMEG) hereby invites interested competent and reputable Consultants to submit Technical Proposals for the following Consultancy Services:

1.         Development  of professional Programmes for COMEG

2.         Consultancy Services on Assessment of  Academic Standards of Tetiary Institutions in Nigeria.

 

2.         Guiding Criteria for Selection

The selection of  the Consultants will be in accordance with the procedures set out in Guidelines  published  by Bureau of Public Procurement.

 

3.         Eligibility Criteria and Expected Contents of Expression of Interest

Prospective applicants are requested to submit their Expressions of Interest that demonstrate capability and capacity to undertake the assignments detailing the following information as basis for short-listing for further evaluation in which technical and financial proposals will be requested and reviewed accordingly.

  • Evidence of registration with CAC
  • Detailed Company Profile containing experience
  • Evidence of registration with Professional bodies such as COMEG, COREN, ICAN etc
  • Evidence of Tax Payments for the past 3-years
  • Value Added Tax Registration Certificate and Evidence of Remittance
  • Evidence of Compliance with provisions of Pension Reform  Act 2004 as contained  in section 16 (6d) of the Public Procurement Act.

 

4.         General Terms and Conditions

Expression of Interest must be in English Language and submitted in the Tender Box provided in four (4) copies (one original and three copies) in a sealed envelope clearly marked “CDMEG Expression of Interest” for (specify assignment) at the address below:

 

The Registrar

COMEG

15A Kwame Nkrumah Crescent, Asokoro, Abuja.

COMEG reserves the right to reject any or all of the Expressions of Interest.

 

5.         Invitation to Tender

1).        Lot 01:            Supply of  Computers and Office Equipment

2)         Lot 02:                        Establishment  of IT Centre and specialized library

3)         Lot 03:                        Establishment  of Data Bank for Professionals and Corporate bodies.

 

6.         Collection of Tender Document

Any interested company/contractor/supplier should collect bidding document upon presentation of evidence of payment of the non-refundable fee of N10,000.00 (Ten Thousand Naira only) from the:

 

The Procurement Unit

Council of Nigerian Mining  Engineers and Geoscientists (COMEG)

15A Kwame Nkrumah Crescent

Asokoro, P.B.M, 537, Garki, Abuja.

 

7.         Requirements for Tendering

i).         Certificate of incorporation with Corporate Affairs Commission;

ii).        Tax clearance certificate for the past three (3) years from Federal Inland Revenue Service

iii)        Value Added Tax Registration Certificate and evidence of Remittance;

iv).       Verifiable evidence of past job experience in similar projects of interest;

v).        Comprehensive company profile;

vi).       Evidence of compliance with the provision of section I6b (d) of Public Procurement Act

2007 as it relates to the Pension Reform Act 2004;

vii).      Non-refundable Tender fee of (N10,000.00) and attached Receipt of Payment.

 

8.         Submission of Tender Document

Interested Contractors/Suppliers should submit their Technical/Financial Proposals in sealed envelopes clearly marked with the project lot and addressed to:

 

The Registrar

Council of Nigerian Mining Engineers and Geoscientists (COMEG)

15A Kwame Nkrumah Crescent, Asokoro, P. B. M. 537, Garki, Abuja.

 

Completed Tender Documents must be  dropped in the tender  Box at the above address on or before 14th November, 2011.

 

9.         Opening of the Bids

Tender Documents  will be opened publicly on 15th November, 2011 at the  COMEG Conference Room by 1.00pm.

 

N.B

This  advertisement  shall not be construed to be a commitment  on the part of COMEG nor shall it  entail any bidder to make any claim(s) whatsoever and seek indemnity from COMEG by virtue of that bidder having responded to this  advertisement

Signed

Registrar, COMEG

Invitation for Expression of Interests for the Design of Transportation and the Interchanges at Federal Capital Territory Administration (FCTA)

Federal Capital Territory Administration

Tender Board Secretariat Procurement Department

Invitation for Expression of Interests for the Design of Transportation and the Interchanges in Abuja, and for the Feasibility Study and Conceptual Design of Lots 4, 5, and 6 of Abuja Mass Transit Network

The Federal Capital Territory Administration (FCTA) through the Transportation Secretariat is inviting competent and interested Companies /Consultants to submit documents for the Expression of interests in the following Projects;

 

1.       The Design of Transportation and Interchange Centres in Abuja:-The scope of the design works includes:

i)       Feasibility study of the Transit ways within the Central Areas

ii)      Preliminary engineering design of Transportation Centre and the interchange in the Central Area of the Abuja City;

iii)     Final design of the Transportation and the interchange Centre;

iv)     Production and submission of the necessary reports and bid documents

2.       The Feasibility Study and Conceptual Design of Lots 4, 5 and 6 of Abuja Mass Transit Network:-

The scope of the design works includes:

i)       Feasibility study of the Mass Transit corridors within the Abuja City and their links to the Satellite towns in FCT and National Rail Networks:

ii)      conceptual design of lots 4, 5 and 6 of Abuja Rail Mass Transit System

iii)     Production and submission of the necessary reports and drawings

 

A.      The Prequalification Requirements:

i)       Evidence of registration with Corporate Affairs Commission (CAC) and Articles of memorandum of Association;

ii)      Tax Clearance Certificate for the last three (3) years ending December, 2011;

iii)     Evidence of registration with Pension Commission and up to date remittance of employee contributory pension funds as provided in Section 16 Subsection 6 (D) of the Public Procurement Act, 2007;

iv)     Up to date evidence of Annual returns with CAC, and note that due diligence could be conducted;

v)      Verifiable documentary evidences of similar jobs that had been successfully executed within the last five (5) years. Copies of letters of award of contracts and job completion certificates to be attached for consideration;

vi)     Evidence of Audited Account for the last three (3) years by a Chartered Accounting Firm;

vii)    Letter authorizing FCTA to cross check the Company’s account;

viii)   Original current bank reference letter, and Statement of account of the Company from a reputable Nigerian Bank for the last twelve (12) months;

ix)     Sworn affidavit in compliance with the provisions of Part IV Section 16, Sub-section 6 (a and f) of the Public Procurement Act, 2007;

x)      List of equipment for the project whether owned, to be hired or leased and their locations;

xi)     Company profile showing the list of key personnel (officers) and their respective schedules of duties in the company including academic/ professional qualifications and certificates. All copies of their credentials are required to be endorsed in BLUE INK by the individual officer and counter signed by an authorized signatory of the company;

xii)    Work plan and technology capacity.

B.      Submission:

The documents must be orderly arranged as stated above and loose – bound. The submission should be in triplicate and placed in one sealed envelope containing the original and two other copies and clearly marked either “Expression of Interest for Design of Transportation Centre and the Interchange Centre in Abuja” or “Expression of Interest for the for the Feasibility Study and Conceptual Design of Lots 4, 5, and 6 Abuja Mass Transit Network”. The document should be deposited in the Tender Box at the office of the Secretary, FCT Tenders Board Secretariat, Room 043, First Floor, Block “B”, FCT procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja on or before 17th October 2011 by 12.00 noon.

 

NOTE:

i)       The representatives of the bidding Companies and interested members of Public especially Civil Rights Organizations are invited to witness the opening of the Tender at 200pm on the same day 17th October, 2011 at Room G9, FCT Archives and History Bureau, near AGIS, Area 11, Garki-Abuja

ii)      Representatives of the firms are  to come along to the venue of the opening with a letter of introduction indicating name, rank and sample signature.

iii)     This absence of either of the prequalification requirement (i), (ii) or (iii) above shall be considered NON-Responsive and that automatically disqualifies the applicant for further consideration. Also, the original document or scanned copies the aforementioned  requirements (i), (ii), and (iii) must be produced for sighting at the opening

iv)     Only firms that score up to 70% and above shall be prequalified and so be invited to submit technical and financial proposal design work

v)      Due diligence could be conducted on the firms have submitted prequalification documents. Therefore, the address of the Head office of the firms with its branch offices must be explicit.

vi)     This advertisement shall not construed as a commitment on the part of FCTA nor shall it entitle responding companies to seek any indemnity from FCTA by virtue of such companies having responded to advertisement.

vii)    FCTA is not bound to accept the lowest or any of the bids.

 

Signed: Management

 

Invitations to Participate in the Tendering Exercise for Various Supplies at Federal Capital Territory Administration

Federal Capital Territory Administration

Tenders Board Secretariat Procurement Department

 

Invitations to Participate in the Tendering Exercise for Various Supplies in FCT Procurement Department, FCT Pension Department and Abuja Infrastructure Investment Centre

 

The Federal Capital Territory Administration (FCTA) through the FCT Procurement Department, FCT Pension Department and Abuja infrastructure Investment Centre invite competent and interested Companies/Suppliers to submit Technical and Financial bids for the following Projects:

 

1.       FCT Procurement Department:

i) Supply of Office Materials and Supplies;

ii)      Supply of Computer Materials and Supplies;

iii)     Supply of Office Furniture.

2.       FCT Pension Department:-

i)       Supply of Office Materials;

ii)      Supply of Office Equipment;

iii)      Printing of Non Security Documents.

 

3.       Abuja Infrastructure Investment Centre:-

i)       Supply of Office Equipment;

ii)      Printing of Non-Security Materials;

iii)     Upgrading and Development of Website for AIIC

 

A.      Technical (Prequalification) Requirements

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

ii)      Articles of memorandum of Association;

iii)     Tax clearance for the last three (3) years;

iv)     Evidence of registration with Pension Commission and up to date remittance of employee contributory pension funds

v)      Up to date evident of Annual returns with CAC, and note that due diligence could be conducted;

vi)     Verifiable documentary evidences of similar jobs that had been successfully executed within the last three years;

vii)    Evidence of last three (3) successive years of Audited Accounts by a Chartered Accounting Firm;

viii)   Letter authorizing FCTA to cross check the Company’s account;

ix)     Current Bank Reference, and statement of account of the Company for

the last twelve (12) months;

x)      Sworn affidavit in compliance with the provisions of Part IV Section 16,

Sub-section 6 (a and Q of the Public Procurement Act, 2007

xi)     A bid security in form of a bank guarantee whose value shall not be less than 2% of bid price from a reputable Nigerian bank shall accompany any bid submission whose value is N50 million, and above.

 

B.      Collection of Tender Documents:

Interested Companies should collect the Tender documents from FCT Procurement Department First Floor, Block “B”, FCT Procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja upon the presentation of evidence of payment of N10,000.00 non-refundable Tenders fee into FCT Treasury Revenue Account No. 051503010000426 at Fidelity Bank (Central Area), Abuja.

 

C.      Submission:

The Technical and Financial bid documents should each be sealed and labeled “Technical” and “Financial” Bids separately as appropriate, and the two envelopes be put in another envelope that should also be sealed and labeled at the right hand corner accordingly indicating Project name, and name of Procuring entity (that is either FCT Procurement Department, FCT Pension Department or Abuja Infrastructure Investment Centre). The Tender documents (Technical and Financial bid) Shall each be Submitted in three (3) Copies (One Original And Two Other Copies) and all Pages are to be duly endorsed by an authorized Principal officer of the Bidding Company. The Document should be deposited in the Tender Box at the office of the secretary, FCT Tenders Board Secretariat Room 043, First Floor, Block “B”, FCT Procurement Department, FCTA Secretariat, Kapital Road, Area 11, Garki-Abuja on or before 10th November 2011 by 12.00 noon.

NOTE:

i)       The Representatives of the bidding Companies and interested members of Public especially Civil Rights Organizations are invited to witness the opening of the Tender at 200pm on the same day 10th November, 2011 at FCT Archives and History Bureau, near AGIS, Area 11, Garki-Abuja

ii)      The representatives of the Companies are to bring a letter of introduction indicating name, rank and sample signature.

iii)     This advertisement shall not construed as a commitment on the part of FCTA nor shall it entitle responding companies to seek any indemnity from FCTA by virtue of such companies having responded to advertisement.

iv)     FCTA is not bound to accept the lowest or any of the bids.

 

Signed: Management

Invitation to Tender at Federal Ministry of Interior

Federal Ministry of Interior

Area I, Old Secretariat Abuja

Invitation to Tender

 

In compliance with the provision of the Public Procurement Act, 2007 the Federal Ministry of Interior wishes to bring to the attention of the public her intention to carry out the following procurement activities in the Ministry as provided for in the 2011 Capital Budget Appropriation:

 

A.      Rehabilitation/Repairs of office buildings

This is scoped into the following lots:

Lot Al: Rehabilitation of office Block A Headquarters.

Lot A2: Rehabilitation of Headquarters’ Annex building;

Lot A3: Rehabilitation of Marriage Registry at Area 10, Abuja

Lot A4: Rehabilitation of Warehouse/Stores at the Headquarters

Lot A5: Furnishing of Annex Headquarters; Abuja and

Lot A6: Rehabilitation, of Marriage Registry, Lagos.

 

B.      Construction of Immigration Command Office Complex in the following states:

Lot B1: Abia State:

Lot B2: Imo State and:

Lot B3: Kebbi State.

 

C.  Lot C: Completion of 1st Phase Immigration Comptroller Flag House (6 Nos.)

Lot D1: Installation of Software Infrastructure of the e-Law library: and web

portal

Lot D 2: Procurement of Law Resources. Law Books, Periodicals and other Accessories

Lot D 3: Establishment and Database in the Legal unit

Lot D 4: Provision of Hardware and Accessories and:

Lot D 5: Installation of Solar Energy Infrastructure, for e-law library.

 

E. Lot El: Networking Local area Network (LAN)

  • Review, Redesign, upgrade and Extension to all the Block of the Ministry, Headquarters.
  • Deployment of Network Security Services
  • Manage Engine/Script Logic
  • Cyber roam Security Software

 

 

Lot E2: Design Development and Management of a Robust integrated and

Interactive Web Portal

Lot E 3: Development and Implementation of Library database software (LDS)

Lot E 4: Acquisition and implementation of Enterprise Scalable Data, Electronic Documentation and Archiving.

Lot E 5: Development and Implementation of Data Management System for the Ministry

 

2.                Eligibility Requirements

(i)      Evidence of registration with Corporate Affairs Commission;

(ii)     Company profile showing key personnel with evidence of technical          /professional status/experience;

(iii)    Tax Clearance Certificate for the past 3 years;

(iv)    3years Audited Accounts of the Company;

(v)     VAT Registration with proof of remittances;

(vi)    Evidence of compliance with the 2004 Pensions Acts;

(vii)   Evidence of financial capability and support letter from a reputable bank addressed to the Ministry; and

(viii)  Evidence of similar jobs executed by the company within the last live (5) years (copies of letters of award/Certificates of completion to be attached).

 

3.       Submission of Bid Documents:

Interested companies/ contractors should pay a non-refundable tender fee of N20,000.00 (Twenty Thousand Naira) only into the Ministry of Interior Account No. 1011606249 at the Zenith Bank (ZB) Plc.

 

All Bid document must be sealed and the Lot applied for clearly indicated for both technical and financial bids addressed and submitted to:

 

The Secretary,

Ministerial fenders Board,

Procurement Department (Room I43),

Federal Ministry of Interior,

Area 1, Garki,

Old Secretarial Abuja.

 

All submissions must reach the address above on or before Monday, 7th November, 2011 by 12 noon.

 

4.       Opening of Tenders:

All Tender Documents will be publicly opened at the Ministry of Interior Training Room on Monday, 7th November, 2011 at 1,30 pm. Contractors or their representatives, Non Governmental Organizations (NGOs) and Professional Bodies are invited to witness the opening of bids.

 

Signed:

S. B. OZIGIS OON, mni

Permanent Secretary.