Execution of Projects at Federal Medical Centre, Gusau

Federal Medical Centre

P.M.B. 1008, Sokoto Bye-Pass Road,

Gusau, Zamfara State

A.      Introduction:

The Federal Medical Centre, Gusau hereby invites interested and reputable contractors, companies/firms with relevant experiences and good track records to tender for the following projects:

Lot 1 Equipping of Male and Female Surgical Wards

Lot 2 Equipping of Radiology Department

Lot3  Furnishing and Equipping of Pharmacy Department

Lot 4 Furnishing and Equipping of Laboratory Department

Lot5  Furnishing and Equipping of GOPD

Lot 6 Furnishing and Equipping of A&E

Lot7  Equipping of Laundry Department

Lot8  Equipping of CSSD

Lot 9 Equipping of Intensive Care Unit

Lot10  Equipping of Pre- Natal Ward

Lot 11  Equipping of Post- Natal Ward

Lot 12  Equipping of Neo -Natal Ward

Lot 13  Equipping of Male and Female Medical Wards

Lot 14  Equipping of O&G Clinic

Lot 15  Extension of Admin Block

 

B. Qualification Requirements

Interested bidders are to submit the following:-

1.       Company Profile with names and qualification (s) of key Personnel.

2.       Certificate of Registration with the Corporate Affairs Commission.

3.       Evidence of 3 years Tax Clearance

4.       Evidence of compliance with the Pension Reform Act 2004

5.       Evidence of Financial Capability to handle the job

6.       Evidence of VAT Registration Certificate

7.       Evidence of Similar Jobs in the last 3 (three) years

8.       Name(s) and address (es) of Bankers

9.       Certificate of Registration with Federal Works Ret, Board (Minimum of Category for construction work)

10.     Evidence of authorisation from Federal Government Medical   Equipment Manufacturer (for supply of Medical equipment).

11.     Company’s 3 years Audited Account,

 

Submission of Pre-qualification documents not later than 1st September, 2011 and,   should   include Receipt/Certificate of Registration as Contractor with Federal Medical Centre, Gusau in the relevant category.

 

C. Notification

Pre-qualified Companies will be notified at a later date for the collection of the tender documents from the Planning Office upon the presentation of Receipt of Payment of a non refundable processing fee of Thirty Thousand Naira (N30,000:00k) Only.

 

D. Submissions

The completed documents (Financial Bids) should be sealed and marked CONFIDENTIAL: CONTRACT FOR (Indicate LOT and Project name), and addressed to:

The Medical Director,

Federal Medical Centre,

PMB1008, Sokoto Bye Pass Road,

Gusau, Zamfara State

Finally, the tender documents should be submitted not later than 1st September, 2011. All submissions will be opened a day after the closing Date at 12:00 noon. The Federal Medical Centre, Gusau reserves the right to reject any or all submissions without liability whatsoever.

Signed: Management

Invitation for Pre-Qualification/Tender at University of Agriculture, Makurdi

University of Agriculture

P.M.B. 2373, Makurdi

(Office of the Registrar)

Invitation for Pre-Qualification/Tender

 

1.0        Introduction:

1.1     The University of Agriculture Makurdi intends to engage the services of a reputable contractor for:

 

(a)     Construction of 1000-Seat Capacity Lecture Theatre under the Year 2010         ETF Special Intervention.

(b)     Construction of 2 No. Lecture Theatres under the Year 2011 Capital       Appropriation.

 

1.2     The University therefore wishes to invite response from competent and reputable contractors for Pre-qualification/Tender for the two (2) categories of projects as follows :

A.      Year 2010 ETF Special Intervention

Lot Al: Construction of 1000-Seat capacity Lecture Theatre for College of Engineering.

 

B.      Year 2011 Capital Appropriation

Lot B1: Construction of 500-Seat capacity Lecture Theatre for Colleges of Animal Science and Forestry/Fisheries, North Core.

Lot B2: Construction of 500-Seat capacity Lecture Theatre for College of Veterinary Medicine, South Core.

 

2.0     Eligibility Criteria

a)       Evidence of Registration with Corporate Affairs Commission (CAC) by  inclusion of Certificate of incorporation and Article of Association.

 

b)      Last 3 years Tax Clearance Certificates.

 

c)       Detailed Company profile giving names or list of key professionals, administrative staff with their qualifications and verifiable evidence of registration with professional bodies.

 

d)      Possession of experience as a Main Contractor in at least five (5) projects of similar nature and complexity with verifiable letters of contract award and certificates of job completion within the last 5 years (to comply with this requirement, works quoted should be at least 70% physically completed.

 

e)       Verifiable evidence of finance support by a reputable bank including one year bank statement.

 

f)       Audited Account details for the last 3 years.

 

g)       Evidence of pension and social security contribution.

 

h)      VAT registration with evidence of remittances.

 

i)       Bidders are to provide confirmable bid security in form of bank draft in the sum of 2% of the bid price in favour of University of Agriculture Makurdi. Non compliance will lead to disqualification.

 

j)       A Statement of Declaration that:

i)    The Directors of the company seeking pre-qualification had never been convicted by any court of law.

 

ii)   None of the key procurement officers of the University of Agriculture Makurdi is a former or present Director of the company.

 

3.0     Collection of Tender Document

Tender documents are to be collected from the Director of Physical Planning upon cash payment of a non-refundable tender fee of N100,000.00 for Lot Al and N60,000.00 for Lots B1 and B2 to the Bursary.

 

4.0     Submission of Pre-Qualification/Tender Documents:

 

4.1 Interested bidders are to submit pre-qualification and Tenders documents in two different sealed envelopes appropriately marked “Pre-Qualification” and “Tender” with the company name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked with the project name at the top right hand corner and addressed to:

 

The Registrar

University of Agriculture

Makurdi.

 

4.2     Completed documents should be submitted on or before 14th September 2011 by 12.00 Noon local time. These shall be opened same day at 1.00 P.M. in the Senate Chambers of the University. Interested bidders or their representatives are invited to attend the bid opening process.

 

5.0     Disclaimer and Conclusion

 

5.1     This announcement is published for information purposes only and does not constitute an offer by the University to transact with any party for the project(s) nor does it constitute a commitment or obligation on the part of the University to procure works.

 

5.2     Failure to comply with the above requirements would automatically result in disqualification, while Bid documents submitted late shall be rejected.

 

5.3     The University reserves the right to verify the authenticity of claims made in the documents submitted.

 

5.4     The University will not be responsible for any costs or

interested oarty(ies

 

 

5.2     Failure to comply with the above requirements would automatically result in disqualification, while Bid documents submitted late shall be rejected.

5.3     The University reserves the right to verity the authenticity of claims made in the documents submitted.

5.4     The University will not be responsible for any costs or expenses incurred by any interested party(ies) in connection with any response to the invitation and or the preparation or submission in response to an inquiry.

5.5     The University is not bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities

Signed: REGISTRAR

Invitation for Submission of Expression of Interest (EOI) and Prequalification in Respect of Procurements Under 2011 Capital Appropriation at Kaduna State University

Kaduna State University

Tafawa Balewa Way, Kaduna

 

Invitation for Submission of Expression of Interest (EOI) and Prequalification in Respect of Procurements Under 2011 Capital Appropriation

 

Introduction

Kaduna State University Intends to Commits Its 2011 Capital Provision for the Purchase of Operational Vehicles to Meet with its expansion demands.

 

Prequalification Requirement

Reputable and interested contractors and/or suppliers/vendors wishing to undertake the procurement are to indicate their intention by submitting prequalification documents as follows,

(i)      Evidence of Incorporation/Registration with Corporate Affairs Commission (C.A.C)

(ii)     Evidence of current registration with Kaduna State Tenders Board and the University as a Contractor/Supplier

(iii)    Evidence of current Tax Clearance for the last three (3) years (2008-2010)

(iv)    Certified audited account for the last (3) years

(v)     Comprehensive company profile containing full resume of key and supporting personnel, outline as well as evidence of similar and related supplies made

(vi)    Evidence of VAT registration and remittance in the last three (3) years (2008-2010)

(vii)   Evidence of financial capability and or support from a recognized financial institution/bank

(viii) Evidence of community and social responsibility if any

(ix)    Evidence of compliance with provisions of the Pension Reform Act, 2004 indicating account relationship with a Pension Fund Administrator and remittance of all pension contribution where applicable

 

Submission

Prequalification submission is to be made in sealed envelope clearly marked “Prequalification for Procurement of Vehicles” and delivered to Office of the Registrar, Kaduna State University, Tafawa Balewa Way, Kaduna not later than 10.00am 9th September, 2011. Opening of all submissions received will be made immediately at close of submission at the Senate Chamber in the presence of applicants representatives and interested public/civil society groups who may wish to attend.

 

 

Notification of Prequalification Vendors

A short-list of successful prequalified Vendors will be displayed on the University’s Notice Board around the University campus locations and particularly Senate building Notice Board.

Signed:

Sani Abubakar

Ag. Registrar

Request for Expressions of Interest (EOI) at Bank of Agriculture (BOA)

Bank of Agriculture (BOA)

Commercialization of Some None Core Assets

Request for Expressions of Interest (EOI)

 

The Bank of Agriculture Limited is Nigeria’s premier agricultural and rural development finance institution, 100% wholly owned by the Federal Government of Nigeria. The Bank was incorporated as Nigerian Agricultural Bank (NAB) in 1973 and in 1978, was renamed Nigerian Agricultural and Cooperative Bank (NACB). Subsequently in 2000, it was merged with the People’s Bank of Nigeria (PBN) and took over the risk assets of Family Economic Advancement Programme (FEAP) to become Nigerian Agricultural Cooperative and Rural Development Bank Limited (NACRDB). In 2010, the Bank’s name was changed to Bank of Agriculture Limited (BOA) in a bid to reposition the Bank into an effective and sustainable National Agricultural and Rural Development Finance Institution.

 

In furtherance of the Bank’s Vision of becoming the foremost self-sustaining development finance institution in Africa, the Bank intends to select competent private investors to Re-develop, Manage and Operate (RMO) its Plazas to free the Bank to concentrate on its core mandate.

 

The locations of Plazas being considered for this transaction are as follows:

i.        Abuja, FCT;

ii.       Ikeja, Lagos State;

iii.      Kano, Kano State;

iv.      Port-Harcourt, Rivers State and

v.       Enugu, Enugu State.

 

To actualize this, the BOA wishes to engage the services of Consultants to assess the Strategic Fit, Achievability, Value for Money (VfM) and Affordability for the Procurement of Concessionaires to Finance, Re-develop, Operate and Maintain the above named Plazas.

 

The Transaction Advisory Services to be provided by the Consultants in the Assignment shall include, but not limited to the following:

A.      Development Phase Covering:

i.        Preparation of an Outline Business Case (OBC) which shall include Options Appraisal, Value for Money/Affordability Assessment, Preliminary Risk Matrix, Budgets and deliverable.

 

B. Procurement Phase Covering:

i.        Preparation of Expression of Interest(EOI) with its attendant Evaluation Criteria, Invite and Receive EOIs, Short list or Prequalify Bidders, prepare Request for Proposal (RFP) or Bid Documents with its attendant Evaluation Criteria;

ii.       Bid Administration Issuance of RFP or Bid Documents to

short listed Bidders, hold Bidders’ Conference, Evaluate Bids and select Preferred Bidder, Conduct Value for Money Test and finalize Concession Agreement; and

iii.      Preparation   of the   Full   Business   Case   (FBC)  to   be used in seeking the necessary approvals.

 

Consultants are to note that a comprehensive Term of Reference (TOR) will be made available in the Request for Proposal (RFP) for pre-qualified Consultants.

 

Submission of Expression of Interest (EOI)

Prospective Consultants should submit an Expression of Interest detailing the following minimum requirements as basis for pre-qualification:

  • Profile of firm including organizational structure with full contact details and roles of key staff;
  • Evidence of business registration in home country and evidence of filing of Annual Returns;
  • Details of experience in areas of similar transaction in the last 2 years;
  • Copies of unabridged financial reports for the last 2 years;
  • Copy of Firm’s current Tax Clearance Certificate and Taxpayer Identification Number (TIN); and
  • Evidence of VAT registration and remittance.

 

 

Expression of Interest which shall be in English must be submitted in six (6) copies in a sealed envelope clearly marked “Expressions of Interest for Transaction Advisory Services for Commercialization of Boa’s Plazas. A CD-ROM version should also be included.

 

The expressions of interests should be addressed and delivered not later than 31st August, 2011 at the address below:

 

The Managing Director/CEO,

Bank of Agriculture Limited (BOA)

I , Yakubu Gowon Way, Kaduna, Nigeria.

 

Attention: Executive Director, Corporate Services

Interested applicants may obtain further information at the address above from 8.00 am to 4.00 pm, Monday through Friday (except public holidays) or visit

info@bankofagricultureng.com

Tel: No. 07040202222, 07042262222

 

Only short-listed Consultants will be contacted.

 

Furthermore, submissions shall not be construed to be a commitment on the part of the Bank of Agriculture Limited to select any consultant nor shall it entitle any individual/firm submitting Expression of Interest to claim any indemnity from the BOA.

Signed: Management

Invitation for Prequalification of Contractors for ETF Year 2010 Special Intervention Project at Kano State Government

Kano State Government

Ministry of Education 2nd Floor Gidan Murtala

P.M.B 3042 KANO

 

Invitation for Prequalification of Contractors for ETF Year 2010 Special Intervention Project

Sequel to the release of approval in principle by the Education Trust Found (ETF) and reconciliation of proposed project year 2010 special intervention and the release of approvals by Kano State Government for proposed project in two different schools, the Ministry wishes to invite suitable qualified contractors for pre-qualification to execute project in the following schools.

 

1. ETF Special intervention project in GSS Kwankwaso.

a)       Renovation and repairs of Block A JSS Type

b)      Renovation and repairs of Block B JSS Type

c)       Renovation and repairs of Duplex Class rooms Block

d)      Renovation and repairs of School Religion Block

e)       Renovation of repairs of 4No. Pit Toilet Block

f)       Renovation and repairs of Multipurpose Hall

g)       Renovation and repairs of Modern Kitchen Wing Block

h)      Renovation and repairs of Modern Kitchen Wing Block

i)       Renovation and repairs of Temporary Kitchen Block

j)       Renovation of repairs of Complex A & B SSS Type

k)      Renovation and repairs of Generator House

I)       External Works

m)     Construction of storey Block of 12 Class rooms, 24 toilet and 6 offices

n)      Procurement of 1111Nos. CKD plastics single Unit (Table and Chairs)

 

2.   Kano State Government Projects

I.       GSS Maikwatashi, Kano

a)       Renovation of Duplex Classrooms Block

b)      Renovation of Block of 11 Classrooms

c)       Construction of New Block wall Fence

d)      Construction of Drainage Network

e)       Construction of Solar Powered Borehole

f)       Construction of 5Nos.6-seater V.I.P Toilet

 

II.      GSCS Air Port Road, Kano

a)       Construction of Collapsed Block Wall Fence

b)      Construction of drainage Network

c)       Construction of solar power Borehole

d)      Construction of 5Nos. 6- sealer V.I.P Toilets

 

 

 

All the project are cited at the above name secondary schools

Pre- qualification requirements

Prospective contractors are expected to submit companies’ corporate profile containing the following information/ document.

1.       Certificate of Incorporation

2.       Evidence of registration with the state works registration board in relevant category.

3.       Company audited account for 3 years including tax clearance certificate.

4.       Evidence of financial capability and or banking support

5.       Evidence of experience and technical qualification of key personnel

6.       Record of similar previous project executed and evidence of knowledge of the industry.

7.       Equipment plant and technology capability.

8.       Evidence of settlement of PAYEE and other withholding taxes due to Kano state

9.       Annual Turnover

10.     VAT registration and evidence of past VAT remittance.

11.     Local resources utilization.

12.     Community and social responsibility support would be an added advantage.

 

Pre qualification document should be submitted to the office of the

Permanent Secretary,

Ministry of Education.

Kano

Not later than 14th September, 2011

Importance Notice

This advertisement should not be considered as a contract award or any commitment binding on the part of ministry of Education nor shall it entitle any contractor or company to make any claims whatsoever from having responded to this advertisement.

 

Signed

Permanent Secretary

Ministry of Education, Kano.