Invitation to Tender at Ministry of Health

 

Ministry of Health

Invitation to Tender

Introduction:

Government of Ekiti State as part of her 8-point  agenda is promoting prevention of preventable diseases, as well as delivery of prompt and qualitative health services, when required, to the people of Ekiti State. In line with this, the Ministry of Health proposes to procure 5 nos. Ambulances, for Ekiti State Ambulance Service-saddled with the responsibility of ensuring efficient referral system and prevention of avoidable deaths on all ends especially from road traffic accidents.

 

2.       Consequently, Tenders are hereby invited from interested, reputable and competent Companies to apply for the procurement of five (5) nos. Ambulances for the Ekiti State Ambulance service.

 

3.       Qualification requirements

To qualify for consideration, Tenders must be accompanied with the following documents:

  • Certificate of incorporation with Corporate Affairs Commission;
  • Tax Clearance Certificate for the last three (3) years;
  • Evidence of similar works successfully completed over the past four years;
  • Comprehensive Personnel profile (Technical and Administration);
  • Banker’s statement of Financial capability;
  • Evidence of payment of Development Levies in Ekiti State in the last three (3) consecutive years
  • Evidence of current registration of Business premises with Ekiti State Government.
  • Evidence of payment of non-refundable tender fee of N100,000.00 Tender fees are payable to Ekiti State Ministry of Health Account No. 005-600500-00-011-using head 402, subhead 55, at United Bank for Africa Plc.

 

4.       Collection of Tender documents:

The detailed specifications of the Ambulance are as contained in the Tenders Documents which is available for collection in the Department of Planning Research and Statistics, Ministry of Health, Phase III, State Secretariat Complex, Ado – Ekiti, Ekiti State. Interested Companies are to obtain Tender documents on

presentation of evidence of payment of non-refundable tender fee.

 

Submission of Tenders:

All Tenders should be addressed to:

The Secretary,

State Tenders Board,

C/o Cabinet and Special Services Department,

Office of the Executive Governor,

Ado-Ekiti.

 

The completed tender documents should be submitted in sealed envelope and must be dropped in the Tenders Box in the Cabinet and Special Services Department, Office of the Governor, Ado Ekiti, with the title of the project boldly written at the top right hand comer of the envelop.

 

Closing Date:

Submission of Tender:  on or before 21st September 2011 by 12 noon, while opening of Tenders will take place at 1:00pm same day at the same place in the presence of all bidders or their representatives.

 

Signed: Permanent Secretary, Ministry of Health www.ekitistate.gov.ng

 

 

Procurement of Computers, Printers, Hard Wares, Softwares Office Equipment/Consumables and Generating Sets at National Population Commission

 

Invitation for Bids (IFB)

Federal Government of Nigeria

National Population Commission

CREDITNO. Tf 099783

Procurement of Computers, Printers, Hard Wares, Softwares Office Equipment/Consumables and Generating Sets in Six (6) Pilot States of the Federation

NPoPC/NSDS/NCB/02/2011

Date of Issuance September 6th 2011

 

1.       The Government of the Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of National Strategy for the Development of Statistics (NSDS), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Computers Hardware, Soft wares, Equipment and Installation reference NPoPC/NSDS/NCB/02/2011

 

2.       The National Population commission now invites sealed bids from eligible and qualified bidders for the following”

 

 

Lot Description Qty Bid Security Delivery Period Delivery/Location
At least 2.5% of the Bid Price 60 days

 

NPoPC

Plot 2130 Olusegun Obasanjo Way,

Zone7, Abuja

1 Computers and Accessories
a.  Computers
Desktops 28 -do- -do- -do-
Laptops 30
Notebook 25
b.  Accessories
Computer Bags 30
UPS 28
APC Surge Protector 50
Stabilizers 28
Mouse optical 50
Mouse optical Pad 50
2 Printers
Design Jet Plotter 7
Printers (Panchromatic A3) 9
Printers (Color) A 3 9
3 Office Equipment
Photocopies 10
211P Split Air Conditioners 21
Scanners A3 17
Water Dispenser 5
4 Office Consumables
Plotter Ink 1,344
Plotter Print head 672
Printer Tonners 1200
Photocopier Tonner 100
Photocopier Drum 50
Paper A3 1000 Cart,
Paper A4 1000 Cart
Anti Virus 52
External Hard Drive 48
5 Software
DBMS Software 8
Arc View GIS Desktop 21
6. Office Furniture
Computer Tables 28
Computer Chairs 28
Filling Cabinets (4 Drawer) 25
7 Internet Connectivity
Router 18
Broad Band 18
Wireless Card for Desktop 18
Installation (Excluding Wireless Card) 18
8 Generating Sets
5KVA Generators 8

 

3.       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, (2011) and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

4.       Interested eligible bidders may obtain further information from the National Population Commission Plot 2031 Olusegun Obasanjo Way Wuse 7 Abuja and inspect the Bidding Documents at the address given below from 9.00am to 4.oopm Mondays to Fridays, except on public holidays

 

5.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statement for the last three (3) years to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital
  • Manufacture’s authorization for equipment not produced by the company

 

A margin of preference for certain goods manufactured domestically shall be applied. Addition details are provided in the Bidding Documents.

 

6.       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 of N10,000.00 (Ten Thousand Naira only) or USD80.00. The method of payment will be Cash or bank draft in favor of National Population Commission. The method of payment will be Cash or bank draft in favor of National Population Commission. The Bidding Documents will be collected by the representative of the Bidder on showing of the payment receipt and a hand written application.

 

7.       Bids must be delivered to the address below on or before Wednesday 28th September 2011 by 12.00 noon. 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 or on-line at the address below on or before Wednesday 28 September, 2011 by 12.00 noon. All bids must be accompanied by at least 2.5% of the bid price as Bid Security/ or an equivalent amount in a freely convertible currency.

 

8.       The address referred to above is:

 

Signed:

Mr. J.D. Zubema

Project coordinator

National Population Commission

Plot 2031 Olusegun Obasanjo Way

Wuse Zone 7, Abuja

PMB 281

Abuja.

 

 

 

Procurement of Vehicles and Installation of Communication and Security Gadgets at National Population Commission

 

Invitation for Bids (IFB)

Federal Government of Nigeria

National Population Commission

CREDIT NO. TF 099783

Procurement of Vehicles and Installation of Communication and Security Gadgets

NPoPC/NSDS/NCB/01/2011

Date of Issuance September 6th 2011

 

1.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of National Strategy for the Development of Statistics (NSDS), and it intends to apply part of the proceeds of this credit to payments under the Contract for Procurement of Vehicles and Installation of communication and Security Gargets and devices NPoPC/NSDS/NCB/1/2011

 

2.       The National Population Commission now invites sealed bids from eligible and qualified bidders for the following:

 

Lot Description Qty Bid Security Delivery Period Delivery/Location
1 4X4 WD Double Cabin Pickup 8 At least 2.5% of the Bid Price 60 days

 

NPoPC

Plot 2130 Olusegun Obasanjo Way,

Zone7, Abuja

2 Supply and     Installation of Communication and security Gadgets 8 -do- -do- -do-

 

 

3.       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, (2011) and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

4.       Interested eligible bidders may obtain further information from the National Population Commission Plot 2031 Olusegun Obasanjo Way Wuse 7 Abuja and inspect the Bidding Documents at the address given below from 9.00am to 4.00pm Mondays to Fridays except on public holidays

 

 

5. Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statement for the last three (3) years to demonstrate the financial capability of the Bidder in terms of profitability and adequate working capital
  • Manufacture’s authorization for equipment not produced by the company

 

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

 

6.       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 of N10,000.00 (Ten Thousand Naira only) or USD80.00. The method of payment will be Cash or Bank draft in favor of National Population Commission. The Bidding Documents will be collected by the representative of the Bidder on showing of the payment receipt and a hand written application.

 

7.       Bids must be delivered to the address below on or before Wednesday 28th September 2011 by 12.00 noon. 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 or on-line at the address below on or before Wednesday 28 September, 2011 by 12.00 noon. All bids must be accompanied by at least 2.5% of the bid price as Bid Security/ or an equivalent amount in a freely convertible currency.

 

8.       The address referred to above is:

 

Signed:

Mr. J.D. Zubema

Project coordinator

National Population Commission

Plot 2031 Olusegun Obasanjo Way

Wuse Zone 7, Abuja

PMB 281

Abuja

 

 

Invitation for Pre – Qualification and Tender ETF 2009/2010 Merged Intervention at Kano University of Science and Technology, Wudil

 

Kano University of Science and Technology, Wudil

PMB 3244- Kano www.kust.edu.ng

Office of the Registrar

Invitation for Pre – Qualification and Tender ETF 2009/2010 Merged Intervention

PREAMBLE:

Pursuant to the ETF 2009 and 2010 Merged Normal Interventions and Approval in Principe, received from the Education Trust Fund (ETF) for the University to construct 550-Seater Capacity Lecture Theatre, Faculty of Agriculture and Agricultural Technology Complex and procure Furniture for the Faculty, Kano University of Science and Technology, Wudil wishes to invite any interested and reputable Companies to submit Pre – Qualification Documents and Tender for the following:

 

Lot 1: Construction of 550 -Seater Capacity Lecture Theatre and Offices KSUST/WUDIL/ETF/09-10/01
Lot 2: Construction of Faculty of Agriculture and Agricultural Technology (FAAT Complex) KSUST/WUDIL/ETF/09-10/02
Lot 3: Procurement of Offices and Construct and Classes furniture for the Faculty KSUST/WUDIL/ETF/09-10/03

Pre-Qualification Documents:

All interested Companies are required to submit the following documents:

(1)     Evidence of Registration with the University

(2)     Evidence of Registration with Corporate Affairs Commission by inducing of Certificate of Incorporation and Articles of Association

(3)     Tax Clearance Certificate for the last 3 years

(4)     Company Audited Accounts for the last 3 years

(5)     Evidence of VAT Registration and Remittance Certificate for the last 3 years

(6)     Evidence of compliance with Pension Reform Act 2007

(7)     Evidence of similar contract(s) executed

(8)     Verifiable Evidence of Financial Support, by a reputable Bank including 1-year Bank Statement of Account

(9)     List of key Personnel of the Company and copies of their CV and Verifiable Evidence of Registration with Professional bodies.

(10)   A statement of Declaration by a High Court Judge that:

(a)     The Directors of the Company seeking Pre-qualification had never been convicted by any Court of Law.

(b)     None of the key Procurement Officers of Kano University of Science and Technology, Wudil is a former or present Director of the Company.

3.       Collection of  Tender Documents:

Tender Documents are to be collected from the Office of the Director, Physical Planning and Development, Kano University of Science and Technology, Wudil upon cash payment of Non-refundable Fee of N150,000.00 per Lot 1 and 2 and N50,000.00 per Lot 3 to the Bursary Department, Kano University of Science and Technology, Wudil from Wednesday, 7th September, 2011 to Wednesday, 21st September, 2011 on working days from 10.00a.m to 3.00pm.

 

The Technical Bid (Pre-Qualification Documents) and the Financial Bid (Fitted Tender Documents) should be sealed and dearly marked in separate envelope which will in turn be sealed together in a bigger envelope A4 size marked as either ETF 2009/2010 Lot 1, ETF 2009/201 0 Lot 2, or ETF 2009/2010 Lot 3 to be delivered to the Office of the Registrar, Kano University of Science and Technology, Wudil on or before Wednesday, 21st September, 201 1 by 12.00 Noon. Note that interested Bidders are free to bid for more than 1 Lot if desired.

 

 

5. Opening of Bids:

(1)     The Bids are scheduled to be opened during a Public Opening Ceremony on the closing date at 2.00pm at the Senate Chamber of Kano University of Science and Technology, Wudil.

 

(2)     All prospective Contractors/Suppliers, or their Representatives, are invited to the Public Opening Ceremony and also advised to bring along relevant original documents for sighting.

6.       Disclaimer:

Kano University of Science and Technology, Wudil is not obliged to award the Contract based on the lowest tender and will not necessarily go into correspondence with, or offer explanation(s) to, any rejected Bidder and also reserves the right to verify all Pre-qualification Documents submitted. All cost incurred by any Company, as a result of this Pre-qualification/Tendering Procedures and any subsequent request for information, shall be at the expense of the company.

 

Signed

Ali Muhammad Yakasai

Registrar and Secretary to Council

Invitation for Expression of Interest as Project Developer at Ministry of Commerce, Industry, Co-operatives and Tourism

 

 

Ministry of Commerce, Industry, Co-operatives and Tourism

Invitation for Expression of Interest as Project Developer

 

1.0     Applications for expression of interest are hereby invited from suitably qualified and reputable project developer to handle on behalf of the State Government the construction of the following projects on build, operate and transfer basis. The projects are:

 

i.        Mechanic Village at Ado-Ekiti

ii.       Truck stop at Kota Ekiti

Already, suitable plots of land have been acquired for the two projects.

 

2.0     Prospective applicants must have proven and verifiable track records in the handling of similar projects and must be affiliates of the necessary regulatory bodies in the construction industry.

 

3.0     In order to be pre-qualified, prospective investor must supply the following verifiable evidence of their managerial and financial ability to handle such construction works.

  • Full name of the company and the contact person, Postal address, telephone number and e-mail address.
  • Ownership structure with names of major shareholders including international affiliations if available and percentage equity holdings.
  • Profile of the technical management team showing qualifications, years of experience in the Industry.
  • Audited financial statement of the company for the last 3 years and most recent Management Account.
  • Evidence of payment of relevant taxes of FIRS and other relevant Institutions in the last 3 years.
  • Evidence of payment for registration of business premises in Ekiti State.
  • Evidence of payment of development levies in the State in the last three years.
  • Any other information that may enhance the application.

 

4.0     Each prospective applicant is expected to pay the sum of N50,000.00 as the expression of interest fee into Ministry of Commerce and Industry Account No. 1011558678 at Zenith Bank Ado-Ekiti

 

5.0     Applications shall be evaluated for pre-qualification upon strict compliance with submission of the above information and would be contacted accordingly.

 

6.0     Applications must be submitted in sealed envelope and clearly marked “Expression of Interest” and delivered to the office of the Permanent Secretary, Ministry of Commerce and Industry, State Secretariat, on or  before 21st September 2011.

 

Signed: Permanent Secretary, Ministry of Commerce, Industry, Co-operatives and Tourism / www.ekitistate.gov.ng