Invitation for Pre-Qualification to Tender (ETF Project) at Federal College of Veterinary and Medical Laboratory Technology

Federal College of Veterinary and Medical Laboratory Technology, NVRI, VOM

Federal Ministry of Agriculture and Rural Development

 

(External/Internal Advertisement)

Invitation for Pre-Qualification Tender (ETF Project)

The Federal College of Veterinary and Medical Laboratory Technology, Vom hereby Invite interested, registered reputable Contractors/Companies with professional experience in the under listed projects to submit Pre-qualification.

 

i) LOT01 (ETF) -MLT 2011 Procurement of 310 Laboratory Bench Space
ii) LOT02 (ETF) – MLT 2011 Procurement of 1 No Fridge Cold Room with Complete Shelves 3.3. x 2.3

 

iii) LOT 03 (ETF) – MLT 2011 Procurement of 1 No Freezer Cold Room with Complete Shelves 3.3. x 2.3

 

iv) LOT 04 (ETF) – MLT 2011 Procurement of 4 Nos Standard Safety Cabinet
v) LOT05 (ETF) – MLT 2011 Procurement of 10 Nos Gas Leak Detectors

 

 

  • 2.       Interested Contractors/Companies are required to submit the following documents sequential order as listed below. Please note that documents for each lot must be submitted separately in different envelopes:-
  • Evidence of registration with the Corporate Affairs Commission.
  • Current Tax Clearance Certificate for the past three (3) years from the Federal Inland Revenue (FIR),
  • Value Added Tax (VAT) Registration Certificate.
  • Verifiable evidences of past job experience of similar projects in the last five (5) years indicating the supply value and evidence of satisfactory supply.
  • Comprehensive company profile including the Curriculum Vitae of key personnel.
  • Letter of Reference from a reputable Bank indicating evidence of accessibility to credit facilities.
  • Evidence of stock for supply of laboratory equipment and furniture
  • Evidence of strict compliance with the provis.ons of Section 16 (6) (d) of the Public Procurement Act (PPA) 2007 as they relate to pension.

 

3.       Interested bidders are to collect pre-qualification documents from the Secretary, Tenders Board on payment of a non-refundable Tender fee of five thousand Naira (N5,000.00) per Lot.

 

4.       Completed pre-qualification documents for submission should be marked “Pre-qualification ETF Project 2011” indicating the Lot of interest at the top right hand corner and address to:

 

The provost

Federal College of Veterinary &

Medical Laboratory Technology, Vom

Plateau State.

 

5.       The Pre-qualification Document must be submitted to the Provost’s Office on or before 12.00 noon Tuesday, 12th September, 2011

 

6.       The bids will be opened in the presence of bidders/representatives in the College Auditorium on the same day at 1.00pm prompt.

 

Signed

Secretary, Tenders Board

Fed. College of Vet. & Med. Lab. Tech. Vom

Advertisement for Pre-Qualification of Contractors for 2011 E.T.F Funded Take-Off Projects at Federal University, Dutse

Federal University, Dutse

P.M.B. 7156
Dutse, Jigawa State

Office of the Registrar

Advertisement for Pre-Qualification of Contractors for 2011 E.T.F Funded Take-Off Projects

The Federal University, Dutse in its effort to implement its Take –Off Projects hereby invites interested and reputable Contractors to bid for Tender for the Pre-qualification exercise for its 2011 E.T.F. Funded Take-Off Projects as follows:-

S/No. Lot No. Description of Projects
1. Lot 1. General Rehabilitation of Senate Building.
2. Lot 2. General Rehabilitation & remodeling of Classroom Block A, B & C.
3. Lot 3. Construction of New physic Laboratory & Laboratory Furniture.
Lot 4. Construction of New Chemistry Laboratory & Laboratory Furniture.
Lot 5. Construction of New Biology Laboratory & Laboratory Furniture
Lot 6. Construction of New Computer Laboratory & Laboratory Furniture
4. Lot 7 Rehabilitation & Conversion Old Bookshop to Library Building
5. Lot 8 Rehabilitation & Expansion of Male Students Hostel.
6. Lot 9. Rehabilitation & Expansion of female Students Hostel.
7. Lot 13. Supply Installation & Commissioning of 1-No. 10-KVA, 2-No. 27-KVA, 2-No. 100-KVa & 1-No, 250-KVA Perkins Generating –set.
8. Lot 14. Improvement of Electricity Supply Phase-I, Provision of H.T. Lines, Sub-station Transformer, L.T.D.L. & Pole Mounting Street Lights).

 

2.       Pre-Qualification Criteria

Interested Contractors are invited to submit the following documents; viz

i.        Evidence of incorporation of company with Corporate Affairs Commission.

ii.       Company Audited Account for the last three (3) years.

iii.      Evidence of Tax Clearance Certificate.

iv.      Provision of Tax Identification Number (TIN) by Contractor.

v.       Evidence of compliance with Pension Reform Act. 2004

vi.      Evidence of Financial capability and banking support.

vii.     Evidence of SIMILAR and verifiable projects executed not just awarded within the last three (3) years and knowledge of the Industry.

viii.    Company Annual turnover.

ix.      Evidence of VAT registration.

x.       Comprehensive Company profile and organizational structure.

xi.      Evidence of equipment and technology capacity.

xii.     Evidence of Experience / Technical qualification and experience of

key personnel to be deployed on the project.

xiii.    Sworn  Affidavit indicating the authenticity of information

provided to be true in every respect that the company is not in

receivership and none of its Directors were ever convicted of

fraudulent activity.

 

3.       Verification of Claims:

Please note that Federal University Dutse reserves the right to verify claims made in the Pre-qualification documents submitted by interested contractors,

 

4.       Submission of Pre-Qualification Tender

All Tenders to be submitted must be in sealed envelopes and marked at the

top-right hand corner of the envelope “PRE-QUALIFICATION FOR

(Project. Name)” and addressed to:

The Registrar, Federal

University Dutse,

P.M.B. 7156

Dutse, Jigawa State

 

The submission of this Tender will close on 12th September, 2011 and shall be opened on September 12, 2011 by 2.00 pm at the University’s Take-off Site in the presence of all interested bidders or their representatives.

 

6.       Tenderers that are interested in more than one project must apply separately for each LOT of the projects.

 

7.       To be considered for the Commercial Tendering for the project, a bidder must score at least 60% and above for the listed Category/Lot.

 

8.       Please Note That Lots 3, 4, 5, & 6 are interlinked and  will only be awarded to a single Contractor.

 

9.       Successful bidders shall be notified to collect the appropriate Tender

Documents for the commercial/financial bidding.

 

10.     The University shall not enter into correspondence with any unsuccessful bidder.

 

Signed: Registrar.

Federal Univ. Dutse

http/www/fud.edu.com

 

Execution of ETF BOT-Special Intervention Projects for the 2010 at Nuhu Bamalli Polytechnic, Zaria

Nuhu Bamalli Polytechnic

P.M.8 1061, Zaria

Education Trust Fund (ETF) BOT-Special Intervention 2010

Prequalification and Tender Notice

The Nuhu Bamali Polytechnic, Zaria hereby invites prequalification and tenders from interested contractors, companies/firms for the Execution of ETF BOT-Special Intervention Projects for the 2010

 

Lot1: Construction of 1No. Storey Block of Classrooms ETF Project No. Poly/Zaria/ETF/SP/-401

Lot2: Procurement of 2No 30-Seater Toyota Coaster Bus Petrol Engine With

Air Conditioner ETF Project No. Poly/Zaria/Sp/-4/02

Lot3: Procurement of Toyota Hilux Double Cabin 2.7WT 4×4, 2700 ETF

Project No. Poly/Zaria/SP/-4/03

Lot4: Procurement of Classrooms and Drawing Studio Furniture ETF

Project No. Poly/Zaria/SP/-4/04

Lot6: Procurement of Equipment for School of Engineering ETF Project No. Poly/Zaria/SP/-4/06

 

2.       Pre-Qualification Requirements

i.        Company Profile

ii.       Evidence of registration as contractor with Nuhu Bamali Polytechnic and

Kaduna State Government

iii.      Certificate of Incorporation with the Corporate Affairs Commission

iv.      List of similar jobs executed previously

v.       Evidence of Tax Clearance

vi.      A letter of credibly from the bank as a customer that maintain an account

in the bank

vii.     Audited Account

3.   Tender Documents

Tender documents are obtainable at the office of the Director, Physical Planning Department, upon payment of non-refundable fees of N25, 000.00 Only Contractors, Companies/Firms who have satisfied pre-qualification condition on above, will have their tenders examined.

4.   Submission Requirement

Completed tender documents must be sealed and marked “CONFIDENTIAL E.T.F B OT-SPECIAL INTERVENTION TENDER 2010” and returned to the office of the Registrar, Not later than 12noon, 5th September, 2011.

The documents will be opened at 12:30pm of the closing date at the Board Room of the Polytechnic.

Signed:

Registrar

Nuhu Bamalli Polytechnic, Zaria

 

Procurement and Installation of Meteofactory System at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street, Off Gana Street

Maitama District, Abuja. Nigeria.

Invitation for Pre-Qualification

Introduction:

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public Procurement Act, invites interested, eligible and reputable contractors to pre-qualify for the execution of the following projects which are to be funded through the 2011 Federal Government Appropriation.

 

Package 1: Procurement and Installation of Meteofactory System at Abuja.

Qualification Requirements

Interested bidders are expected to meet the following qualification requirements:

a.       Evidence of incorporation in Nigeria (CAC forms CO2 and CO7).

b.       Evidence of immediate past and three years’ tax clearance certificate, (i.e.

2008, 2009, 2010)

c.       Evidence 6f registration and remittance of Value Added Tax (VAT),

d.       Evidence of compliance with the relevant provisions of the Pension Reform Act 2004.

e.       Company Profile

  • Evidence of key professional staff with Relevant experience and registration with relevant professional bodies
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress.
  • Verifiable evidence of availability through ownership and/or leasehold of appropriate equipment/machinery to be deployed for the execution of the project.

 

f.   Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range is not an adequate evidence of financial capability and therefore not acceptable.

g.  Three years’ audited accounts of the company (2008, 2009, 2010).

h.  Evidence of a minimum annual turnover of Forty Million Naira (N40m).

i.   Verifiable evidence of accreditation or affiliation with relevant equipment manufacturers.

 

Submission of bid documents

Pre – qualification documents must be delivered in a sealed envelope marked Pre -qualification, to the address below on or before 12:00 noon on Monday, September, 5, 2011. Pre – qualification documents will not be collected after this period. The name and mailing address of the bidder, including valid contact telephone number(s) must be clearly marked on the envelopes. Electronic bidding will not be permitted.

The Director-General/CEO,

Nigerian Meteorological Agency (NIMET),

33, Pope John Paul II Street,

Maitama District, Abuja. Nigeria.

 

Opening of Bids

Bids will be publicly opened in the presence of representatives of bidders, who choose to be present at the agency’s conference room at the address above at 2:00pm on Monday, September, 5, 2011.

 

Note: Bidders who do not scale through the Pre – qualification stage shall not be invited to Tender for the project(s).

Enquiries

For Enquiries, please call

08059794409

08065434995

NB

This advertisement shall not be construed as a commitment on the part of NIMET nor shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.

Contractors should note that this is a new advert, as the earlier advert on the project stands cancelled

Signed

Director -General/CEO

Nigerian Meteorological Agency,

33, Pope John Paul II Street,

Maitama, Abuja

Execution of Projects at Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street, Off Gana Street

Maitama District, Abuja. Nigeria.

Invitation for Tender

 

Introduction:

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warming advisories, and in accordance with the 2007 Public Procurement Act, invites interested, eligible and reputable contractors to tender for the execution of the following projects which are to be funded through the 2011 Federal  Government Appropriation.

 

 

Package 1: Construction of National Weather Forecasting and Climate Research  Centre Phase II at the Nnamdi Azikiwe  International Airport, Abuja

 

Package 2:  Procurement and Placement of Portakabin and Rehabilitation of Meteorological Enclosure at Meteo Station, Murtala Muhammed International Airport, Ikeja.

 

Package 3:  Procurement and Installation of Weather Buoy with Marine Meteorological Data Capturing Sensors at Eastmole, Lagos.

 

Package 4: Procurement and Installation of Transfer Standard Devices. Test Equipment and Furnishing of the Instrument Maintenance and Calibration Workshop at the National Weather Forecasting and Climate Research Centre, Nnamdi Azikiwe International Airport. Abuja.

 

Package 5: Procurement of 1 No 30 Seater Air-Conditioned BUS,

 

Package 6: Procurement and Installation of Low Level Wind shear Alert Systems. Lot 1: Enugu

Lot  2: Yola

LOT 3: Owerri

Lot 4:Sokoto

 

Package 7:  Procurement of Transmitters (Digicora, Graw and Meteo Modem) for all Upper-Air  station

 

Package 8:  Procurement and Installation of Aeroweather Sadis 2G software and parts for extension to briefing rooms at Abuja and Portharcourt International Airports.

 

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from 10:00am to 4:00pm, Mondays to Fridays, except on public holidays.

 

Qualification Requirements

Interested bidders are expected to meet the following qualification requirements:

 

i.        Evidence of incorporation in Nigeria (CAC forms CO2 and CO7).

ii.       Submission of immediate past three years’ tax clearance certificate (i.e 2008, 2009, 2010).

iii.      Evidence of registration and remittance of Value Added Tax (VAT).

iv.      Evidence of compliance with the relevant provisions of the Pension Reform Act 2004.

v. Company Profile

  • Evidence of key professional staff with relevant experience and registration with relevant professional bodies.
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years Such evidence shall be in form of valid and verifiable letters of award of contract, contract agreement and completion certificate or interim payment certifications, where such jobs are still in progress.
  • In case of construction projects, verifiable evidence of availability  through ownership and/or leasehold of appropriate equipment/machinery to be deployed for the execution of the project.

 

vi.      Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely stating that the applicant operates an account within a turnover range is not an adequate evidence of financial capability.

 

vii.     Three years’ audited accounts of the company (2008, 2009, 2010).

viii.    For packages 3, 4, 6, 7 & 8 verifiable evidence of accreditation or affiliation with relevant equipment manufacturers.

 

 

Collection of Bid Documents

A complete set of bid documents in English language may be obtained from the address below on payment of a non-refundable fee of N25.000.00  (Twenty-Five Thousand Naira) only payable in cash to NIMET bank account or Bank Draft issued in favour of Nigerian Meteorological Agency, The bid. documents will be collected on presentation of the receipt of payment (original and photocopy).

 

 

Submission of Bid Documents

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids as the case may be, to the address below on or before 12:00 noon on Monday, 3rd October, 2011. Bids will not be collected after this period. The name- and mailing address of the bidder, including valid contact telephone number must be clearly marked on the envelopes and also in the contact address on letter of delivery.

The Director-Ceneral/CCO,

Nigerian Meteorological Agency (NIMET),

33, Pope John Paul II Street.

Maitama District Abuja. Nigeria,

Opening of Bids

Bids will be publicly opened in the presence of representatives of bidders, who choose to be present at the agency’s conference room at the address above at 2:00pm on Monday, 3rd October, 2011. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

 

Bid Security

All bid must be accompanied by a bid security of 2 percent of the bid value

Note: Bidders who do not scale through the technical evaluation stage shall have their financial bid(s) returned unopened.

 

Enquiries

For Enquiries, please call

08059794409

08065434995

NB

This advertisement shall not be construed as a commitment on the part of NIMET nor shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement.

NIMET reserve the right to verify claims made by any bidder.

The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender.

Signed

Director -General/CEO

Nigerian Meteorological Agency,

33, Pope John Paul II Street,

Maitama, Abuja