Invitation to Tender for Procurement/Installation of Solar Refrigerators for the Storage of Vaccines in Some Selected Wards under the Global Alliance for Vaccines and Immunization at Federal Ministry of Health

Federal Republic of Nigeria

Federal Ministry of Health


Invitation to Tender for Procurement/Installation of Solar Refrigerators for the Storage of Vaccines in Some Selected Wards under the Global Alliance for Vaccines and Immunization

Health Systems Strengthening (GAVI SS) Grant

Introduction

The Federal Government of Nigeria through the Federal Ministry of Health (FMOH) Signed on to the implementation of GAV1 Project on Health Systems Strengthening (HSS).

 

2.       The GAVI Project is implemented by the National Primary Health Care

Development Agency (NPHCDA), the Department of Planning, Research, Statistics and the Department of Food and Drugs Services of the Ministry.

3.       The Department of Food and Drug Services is responsible for implementing the objective 5 component which is to strengthen the logistics system and Infrastructure at the National/ State/LGA/ Ward Levels.

4.       There is provision in the approved work plan under the Logistic and Infrastructure Strengthening for the installation of solar refrigerators for the storage of vaccines in some selected wards in the country.

5.       The Ministry, therefore, invites eligible and competent contractors to tender for the supply and installation of solar refrigerators for vaccine storage as follows;

Scope of Work

6.         The scope of work to be carried out shall include the procurement and installation of Solar Powered Refrigerators for vaccine storage in:

Lot 1:  South East and South South Zones (Abia, Ebonyi, Imo, Bayelsa, Delta and Rivers)

Lot 2: North Central and North East Zones (Nassarawa, Kogi, F.CT, Niger, Bauchi, Taraba and Gombe)

Lot 3:  South West and North West Zones (Ekiti, Ogun, Oyo, Jigawa,Kano, Katsina and Kebbi)

 

Eligibility Requirements:

7.       Technical and Financial proposals for each are therefore required from qualified and experienced contractors and suppliers, interested contractors/ suppliers are expected to show evidence of the following:

 

i.        Certificate of Incorporation with Corporate Affairs Commission (CAC) and evidence of Annual Returns Filing at CAC;

ii.       Proof of Registration with National Pension Commission and Evidence of remittance of employers’ pension contribution/ deduction;

iii.      Company’s Audited Accounts for the last three years;

iv.      Tax Clearance Certificate for the past 3 years i.e 2008, 2009, 2010 (to expire December, 2011);

v.       VAT Registration with TIN No. and proof of past remittance;

vi       Evidence of Financial Capability to execute the contract with the Ministry;

vii.     Evidence of payment of Tender Fee of N10.000 only in favour of Federal Ministry of Health;

viii.    Company profile, partnerships, curriculum vita* with evidence of experience of key technical personnel;

ix.      Evidence of similar jobs previously executed or currently being executed (including letters of award, completion certificate, payment);

x.       submission of technical details and brochures of items being offered

 

Collection of Qualification and Tender Documents

9.       Tender documents must be submitted in two (2) separate tamper proof envelopes marked “Technical Bid” and “Financial Bid” for any or all of the specified 3 lots and deposited in the Ministry’s tender box not later than 11.00 am Monday, 31st October, 2011 to the address below:

The Secretary;

Ministerial Tenders Board

Federal Secretariat Complex,

Phase 111, Podium C3, Floor (Ministerial Tender Board Secretariat)

Federal Minitry of Health

Ahmadu Bello Way, Abuja.

 

Opening of Tenders Documents:

Tender documents will be opened at 12 noon on Monday, 31st October, 2011 at the Ministry’s Conference Room (6th floor). All bidders or their representatives are invited to witness the public opening of bids received accordingly.

 

Please Note:

11a.   This advertisement supersedes the earlier ones of Monday 16th May, 2011 in This Day and Daily Trust Newspapers and Sunday, 30th May, 2011 in the Federal Tenders Journal, please.

11b.   Contractors who purchased the bid solicitation documents are advised to collect the revised copies on presentation of receipt of N10.000 earlier paid should they still he interested in the procurement.

11c.   This advertisement shall not be construed as a commitment on the part of the Ministry by virtue of his/her response to the advertisement.

 

Signed: Permanent Secretary

 

Invitation for Technical and Financial Tender for the Execution of 2011 Capital Project at Federal College of Land Resources Technology

Federal College of Land Resources Technology,

Owerri, Nigeria.

PMB. 1518, Owerri

 

Federal Ministry of Agriculture & Rural Development

 

Invitation for Technical and Financial Tender for the Execution of 2011 Capital Project

 

The Federal Government of Nigeria has allocated Funds to the Federal Ministry of Agriculture and Rural Development in the Year 2011 Appropriation for the procurement of Goods, Works and Services For the execution of policies, programmes and projects towards achieving the mandate of the Ministry.

 

2.       Accordingly, the Federal College of Land Resources Technology, Owerri; a parastata in the Federal Ministry of Agriculture and Rural Development invites qualified, interested and eligible vendors; suppliers; contractors; Original Equipments Manufacturers (OMEs) and Consultants to tender for the procurement of Goods, Works and Services appropriated under the various programmes of the College in the year 2011 Appropriations as Specified in the following paragraphs:

 

A. WORKS

LOT WORK DESCRIPTION LOCATION
1 Construction of Students hostel (200 students room capacity Oforola/Obosima, Owerri
2 Provision of boreholes for college water supply (reticulation) Oforola/Obosima, Owerri
3. Fencing of permanent site (105 hectares) phase 11, at FECOLART, Owerri Oforola/Obosima, Owerri

 

B. GOODS

 

LOT ITEM LOCATION
1 Procurement of students vehicles (busses) Oforola/Obosima, Owerri
2 Procurement of Office Furniture Oforola/Obosima, Owerri
3. Procurement of 2 Nos. 100 KVA Generator Oforola/Obosima, Owerri

 

iv.      Company Audited Accounts for the last 3 years:

v.       Detailed copy of current Tax Clearance Certificate, verifiable from Federal Inland Revenue Services (FIRS):

vi.      Evidence of VAT Registration and past VAT remittances:

vii.     Letter of Financial Capability and Banking Support:

viii.    Evidence of payment of non- refundable Tender fee of N10, 000,00 only in favour of the Federal College of Land Resources Technology, Owerri

ix.      Evidence of 3-4 similar jobs previously executed or currently being executed (inducing letters of award, Completion certificates, payment etc.):

x.       Submission of technical details and brochures of Items being tendered for and evidence of  Manufacturers  Authorization   of  dealer/distributorship  appointment

xi.      Any other documents) to support the qualification and tender documents as may be contained in the standard Bidding Documents;

xii.     For Lots 1 -3, Bidder must be registered with CQREN.

xiii.    For all Building Construction Projects, Bidders must show evidence of a staff registered with COR8ON.

xiv.    Bidders must not bid for more than two lots,

xv.     Any bid above N50 million must be accompanied with Bid Security of 2% of Bid Price

xvi.    All the requirements stated in paragraphs 3 (i-xv) shall be enclosed in the Technical envelops

 

 

4     Collection of Tender Documents

Qualified Companies shall on application collect tender documents from the College from the office of:

The College Procurement Officer,

Federal College of Land Resources Technology,

Km 5, Old Orlu Road, Egbeada, Owerri.

 

Upon the presentation of evidence of payment of non-refundable tender fee of N 10,000.00 into the College’s Account as follows:

 

Account Name: Federal College of Land Resources Technology, Owerri

Account Number: 2841770000699

Bank: Skye Bank PLC, Douglas Road, Owerri,

 

5.       Submission of Tender Documents

The completed tender document must be submitted in (3) copies each; including one (1 ) original and two (2) Copies, in two (2) separate sealed envelopes clearly marked “Technical” and “Financial” and both sealed in a third envelope marked with the appropriate project title and lot number at the top right hand corner and delivered to the address below not later than 12.00 noon. 31st October, 2011:

The Secretary; College Tender Board;

Federal College of Land Resources Technology, Owerri.

Km 5. Old Orlu Road, Egbeada, Owerri

 

6.       Opening of Bids:

Technical bids will be opened at 1.00pm at the Board Room of the College, Egbeada, Owwri after the close of the submission date and only qualified bidders, relevant NGOs and CSOs will be invited to witness the public opening of the financial bids documents.

Please Note

7.       Contravening of the conditions in paragraph 3(i-xv) could lead to disqualification of bid

8.       Late submission of bids will be rejected:

 

Signed.

Dr.Oluyemi Akande Registrar

Execution of 2011 Capital Projects at National Film and Video Censors Board

National Film and Video Censors Board

Tender Notice

 

The National Film and Video Censors Board an agency of the Federal Ministry of Information hereby invites interested reputable and competent firms to apply for participation in the tender process for the execution of 2011 capital projects as listed below:

 

A)      NFVCB/CP/2011/00l-Nigeria in the Movies

 

This project aims at raising the industry profile of Nollywood and the Nigeria film sector as an industry of strategic national importance.

 

LOT 1 A:    Media Campaigns

LOT 1B:     Road Shows

LOT 1C:     Consultancy Services for construction of NFVCB building in Lagos (Pre and Post Contract Services: Professional Registered Consultants / consortiums only)

 

B)      NFVCB/CP/2011/002 -Video Labeling System

 

This project is designed to increase consumers understanding of NFVCB rating by stimulating the purchase of legitimate and approved movies.

 

LOT 2A:     Scratch Cards

LOT 2B:     Purchase of Project Vehicles

LOT 2C:     Publicity

LOT 2D:     Consultancy (Event Management)

LOT 2E:     Promotional Materials

C)      NFVCB/CP/2011/003 -Classification Tags Project

 

This project is aimed at sustaining public trust in the classification decisions of the Board.

 

LOT 3A:     Consultancy Services (Redesign of Classification Symbols)

LOT 3B:     Printing of Classification Tags

LOT 3C:     Equipment

LOT 3D:     Public Awareness Campaigns

D)      NFVCB/CP/2011/004 – Specialized Trainings and Software Development

 

This project aims at developing business suite that will automate our business processes, warehouse our data and ensure the retrieval of information in a timely and comprehensive manner.

 

LOT 4A:     Customer Relationship Management Software and Training

LOT 4B:     Office Administration Suite and Training

E)      NFVCB/CP/2011/005 –National Digital Nollywood

National Digital Nollywood project is aimed at digitizing the media library of the Board.

 

LOT 5A:     Digital Media library

Pre-Qualification Requirements

 

All contractors are required to forward the Company’s profile containing the following information/documents:

i.        Evidence of incorporation of business name registration

ii.       List of similar jobs executed with evidence of names of clients and location

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

iv.      Evidence of financial capability and banking support;

v.       Value Added Tax (VAT) registration and evidence of past remittances;

vi.      Evidence of compliance with Pension Reform Act of 2004

vii.     Evidence of Company’s Group Life Insurance.

viii.    Company’s 3 years Audited Accounts

ix.      Evidence of business premises permit

Collection of Tender Documents

 

Details of scope of works and specifications (Bills of Quantities) for the projects are to be collected from the office of the Secretary, Procurement and Planning Unit with the payment of non-refundable processing fee of N20,000 in Bank Draft.

Submission of Tender/Prequalification Documents

 

The prequalification and tender documents should each be sealed and labeled ‘Technical’ and or ‘Financial’ bids as appropriate separately and the two envelopes put in another envelope that should also be sealed and labeled with the name of the project and lot number clearly marked at the top left side of the envelope and addressed to:

 

The Secretary

Procurement and Planning Unit

National Film and Video Censors Board

No. 20, Alexandria Crescent, Wuse II

PMB 5053, Wuse, Abuja.

Please note that only the Technical Documents will be opened and bidders who qualify will be invited for the opening of the Financial Bids.

Closing date for Submission

 

Submission of tender documents for all the lots ends on 26th September 2011, by 12:00 noon and tenders shall thereafter be opened by 2:00pm same day in the Conference Room of the Board. Bidders or their representative are strongly advised to be present.

 

Nothing in this advertisement shall imply commitment on the part of the National Film and Video Censors Board to undertake the project, reply any company not found suitable or entitle any bidder to make any claim(s) whatsoever in respect of any expenses(s) Incurred in preparation for qualification. Late submission will not be considered. The decision of the NFVCB Procurement Planning Committee shall be final.

 

Signed:

Director General

National Film and Video Censors Board

20 Alexandria Crescent,

Wuse II Abuja.

 

Invitation for Pre-Qualification of Contractors for the Construction of 1,500-Seater Auditorium at Ahmadu Bello University Teaching Hospital (ABUTH)

Ahmadu Bello University Teaching Hospital

P.M.B. 06 Zaria

Invitation for Pre-Qualification of Contractors for the Construction of 1,500-Seater Auditorium for School of Nursing, Abuth, Permanent Site,

Shika-Zaria

Introduction:

 

The ABUTH Board of Management invites interested and reputable Contractors and Suppliers with relevant experience and good track record for pre-qualification for the Construction of 1,500-Seater Auditorium for School of Nursing, ABUTH Permanent Site. Shika-Zaria.

 

2.0     Pre-Qualification

 

In order to be considered for pre-qualification, bidders must submit the followings:

 

i.        Certificate of Registration with Corporate Affairs Commission.

ii.       Evidence of Current Tax Clearance.

iii.      Company Audited Account for the last 3 years.

iv.      VAT registration certificate.

v.       Original copies of documents listed in item (i-iv) for sighting during the opening session which is scheduled for Thursday, 29th September, 2011 by 12:30p.m.

vi.      Evidence of Experience with similar jobs in the last three years. This should include the scope/volume of work and the amount, which should be verifiable.

vii.     Evidence of financial capability to handle the job and bank support.

viii.    Company profile including names and technical qualification(s) and experience(s) of key personnel.

 

3.0     Submission of Pre-Qualification Documents

The completed pre-qualification documents should be enclosed in an envelope, sealed and marked “Pre-Qualification Documents for the (Indicate the Project you are bidding for) and addressed to:

 

The Chief Medical Director,

ABU Teaching Hospital, Zaria.

Attention: Asst. Director of Admin. (Planning).

 

4.0     The completed pre-qualification documents should be deposited in the Tenders Box situated at the Office of the Chief Medical Director, ABUTH, Zaria, on or before 27th September 2011 by 2:30p.m in the presence of bidders or their representatives who choose to attend, at the Board Room, ABUTH, Permanent Site, Shika-Zaria.

 

6.0     This is not an invitation to tender, full tendering procedure will be applied only to bidders that have been pre-qualified and found capable of project delivery.

 

7.0     Tenderers should note that only pre-qualified companies would be invited to submit financial bids. The ABUTH Management reserves the right to reject any or all pre-qualification documents.

 

Signed

Director of Administration

Supply, Installation and three months test run of courtroom equipment and the construction of the interpreter’s cabinet at Community Court of Justice, ECOWAS

Invitation to Tender/Bid

 

The Community Court of Justice, ECOWAS is the principal legal organ of the Economic Community of West African States.

The Court hereby invites reputable, experienced and capable Contractors/Suppliers to make submissions or tender for the following:

 

Lot CCJ-1  Supply, installation and three months test run of courtroom equipment.

LOTCCJ-2          Supply, installation and three months test run of interpretation equipment and the construction of the interpreter’s cabinet at the conference room

 

Prospective bidders are required to collect detailed description or scope of work for the lot(s) of their interest from the Procurement & Maintenance Unit upon payment of the appropriate non – refundable fee for the lot or lots. Payments should be made to the Cashier, Accounts department, Community Court of Justice ECOWAS, 23 Agadez street Wuse II Abuja, before submitting their bids with the requirements listed below from 1 to 9.

 

All interested organisations are requested to submit their Tender documents in the following pattern stated below;

 

  1. Certificate Of Incorporation
  2. Tax Clearance Certificate For Past Three Years
  3. Evidence of Financial Capability (Bank References etc.)
  4. Information  on all that the organization undertakes and the organogram or organizational structure clearly typed out key  names and  contacts who are  representatives  of  the Organizations, their addresses and telephone numbers
  5. Clearly typed the official addresses and telephone numbers of the organization
  6. Please   provide   evidence   of   technical   and   professional Capability.
  7. Please provide evidence of past works in relation to this tender/bid request.
  8. A copy of the receipt for the appropriate non-refundable fee for the lot or lots of interest
  9. and the financial bid etc.

Non refundable fee for the different lots, payment per lot is;

 

Lot CCJ-1 Two hundred thousand naira (=N=200,000.00)

Lot CCJ-2 One hundred thousand naira (=N=100,000.00)

 

All Submissions should be property sealed and addressed to: “The Chairman. Tenders Committee, Community Court of Justice, ECOWAS, 10 Dar Es Salaam Crescent Wuse II Abuja. On the reverse side of the envelope should be marked  boldly with the lot number and lot name or title. Submissions should be made at the office of Procurement & Maintenance Unit Community Court of Justice ECOWAS. 23 Agadez Street Wuse II Abuja. All submissions must be made in duplicate copies.

 

Enquiries

All enquiries as regards this invitation should be directed to: Procurement and Maintenance Unit, Community Court of Justice ECOWAS at 23 Agadez Street Wuse II Abuja.

 

Note:

  • The Community Court of Justice ECOWAS is neither committed nor obliged to accept the lowest tender.
  • Tenders should exclude all forms of tax, as the Court is exempted from payment of tax
  • Please on the envelope write out your Organization’s contact telephone numbers, it is imperative that you do so.
  • All Contractors / Suppliers already doing business with ECOWAS are advised to make submissions if they so wish.
  • Only successful Organizations would be contacted by the Community Court of Justice ECOWAS.
  • Deadline for submission is 3.00pm Nigerian time, 2nd November, 2011. Any Tender received after this date would not be considered. Submissions by email or fax would not be accepted.
  • The expected validity period for the bid made by any interested Organization must be for at (east one hundred and twenty (120) days from the submission deadline date, please state this in your bids.
  • The Community Court of Justice ECOWAS reserves the right to reject any or all submissions.
  • Misrepresentation in relation to the information required above may lead to the disqualification of an application or, the cancellation of the Contract without warning, at the risk and expense of the declarant without prejudice to the imposition of sanctions applicable in such cases under the ECOWAS Tenders Code.
  • Please state the availability of warranty as required.
  • It is expected that all prospective bidders for all the lots must meet with designated officers as stated in the detailed specifications or scope of work before making their submissions.
  • Payment would be made to the winning bids within one month after completion or realisation of the scope of work/supply for the lot.
  • Organizations interested in more than one (1) lot should make submissions separately per lot.