Invitation for Pre-Qualification of Contractors for Year 2010 Education Trust Fund (ETF) Special Intervention Projects and Year 2011 Capital Project at Adeyemi College of Education, Ondo

 

Adeyemi College of Education, Ondo

Invitation for Pre-Qualification of Contractors for Year 2010 Education Trust Fund (ETF) Special Intervention Projects and Year 2011 Capital Project

 

1.0     Introduction

Adeyemi College of Education, Ondo intends to undertake pre-qualification exercise for the under-listed Year 2010 Education Trust Fund (RTF) Special Intervention Projects and Year 2011 Capitol Project.

 

Interested and reputable Contractors are hereby invited to forward their documents for the purpose of PRE-QUALIFICATION for the underrated Projects:

 

(A)    Education Rust Fund (JSTF) Special Intervention Projects

LOT 1         Construction of ICT Hall for Management Information System Centre.

LOT 2         Supply and installation of Equipment for Management Information System Centre.

LOT 3         Procurement of laboratory Equipment for Departments of Physics, Biology and Mathematics.

LOT 4         Procurement of Laboratory Equipment for Departments of Integrated Science, Chemistry and Agricultural Science.

 

LOT 5         Procurement of Laboratory Equipment for Departments of Home Economics, Fine and Applied Arts and Health Education.

LOT 6         Furnishing of Olusegun Obasanjo Hall, Ipaye Hull and Lecture Theatre II.

LOT 7         Furnishing and Equipping of Counselling Laboratory and the Department of Early Childhood and Care Education (ECCE).

LOT 8         Furnishing and Equipping of the School of Vocational and Technical Education.

LOT 9         Supply and Installation of Caterpillar Model C32 Sound Proof 1000KVA Generating Set.

LOT 10       Supply and Installation of 640KVA Cummins Sound Proof Generating Set

LOT 11       Extension of Existing Generator Houses for 1000KVA and 640KVA Generating Sets.

LOT 12       Procurement of assorted Text books and Academic Journals,

B       Capital Project

LOT 13       Rehabilitation of Buildings (School of Post-graduate Studies Block)

 

2.0     Pre-Qualification Requirements

Prospective Contractors shall be required to submit the following pre-qualification documents

(i)      Evidence of Registration with Corporate Affairs Commission (CAC)

(ii)     Evidence of Tax Clearance Certificate for the last three (3) years

(iii)    Evidence of VAT Registration and Remittances

(iv)    Evidence of Company’s audited accounts for three (3) years and its annual turnover

(v)    Evidence of similar projects successfully executed with their location (copies of letters of award to be attached)

(vi)    Technical qualifications and experience of key personnel

(vii)   Equipment and Technical Capacity.

(viii)  Evidence of Financial Capability and Bank Support (attach Bank reference. Statement of Accounts etc

 

3.0     Verification of Claims

Please note that Adeyemi College of Education, Ondo reserves the right to verify claims made in the pre-qualification documents submitted by interested contractors

 

4.0     Submission of Pre-Qualification Documents

 

Interested Contractors should apply for the projects on payments of a non-refundable processing fee of Twenty Thousand Naira (N20,000.00) only per Project (Lot) made payable to Adeyemi College of Education, Skye Bank Investment Account No. 212177000379.

 

Pre-qualification documents should be health packaged in a sealed envelope marked “Pre-Qualification for ETP 2010 Special Intervention Project” OR “PRE-QUALIFICATION FOR YEAR 2011 CAPITAL PROJECT”………(indicate project (Lot) at the top left hand corner of the envelope to:

 

The Registrar,

Adeyemi College of Education,

P.M.B, 520,

Ondo.

 

And submitted to the Office of the Registrar on or before 29th August 2011 by 1200 noon. The submitted documents will be opened as follows.

 

Closing Date/Time: Monday, 29th August 2011 at 12:00 noon

 

Opening Date/Time: Monday, 29th August 2011 at 1:00 p.m

 

Opening Venue: Council Chambers Adeyemi College of Education Ondo

 

Interested Companies are by this notice invited to attend the opening exercise.

Please Note:

(i)      Adeyemi College of Education is not bound to pre-qualify any Contractor.

(ii)     Only successful Pre-qualified Contractors would be required to proceed with the main tenders.

(iii)    This invitation for pre-qualification is Not an invitation to tender for the Projects.

 

F.E. Aderinboye

Registrar.

 

Invitation for Pre-Qualification to Tender for 2011 Capital Projects at Federal Polytechnic, Kaura Namoda

The Federal Polytechnic

P.M.B 1012

Kaura Namoda, Zamfara State

Invitation for Pre-Qualification to Tender for 2011 Capital Projects

The Federal Polytechnic, Kaura Namoda invites reputable contractors for pre-qualification to tender for the following projects under the 2011 Federal Government Budget:-

  1. Construction of Multi-Purpose Auditorium
  2. Completion of Electrical/Electronic Engineering Technology Department

 

Pre-Qualification Requirements

  1. Registration with Corporate Affairs Commission
  2. Detailed Company Profile.
  3. Tax Clearance for the last three years
  4. Evidence of VAT remittances in the last three years
  5. Verifiable list of similar projects successfully executed in Nigeria in the last three years. Photocopies of letters of Award and Certificates of Completion should be endorsed as evidence
  6. Evidence of financial capacity, banking support and company audited accounts for the last three years( duly endorsed by a chartered accounting firm)
  7. A letter authorizing the Polytechnic to make enquiries about the company
  8. Copy of Article and memorandum of Association.
  9. Evidence of registration with Pension Administration and evidence of remittance of staff pension contributions and all relevant information, e.g. contact address, GSM Number, e-mail address of the company.

 

Submission of Documents

Duly completed pre-qualification package should be sent in separate and wax sealed envelopes with the title of the project written clearly and to be submitted to the office of

The Registrar

The Federal Polytechnic

P.M.B 1012

Kaura Namoda

Zamfara State

In the Tender Box not later than 2:00pm on 16th August 2011

Signed

ALHAJI SALISU A. CIROMA

REGISTRAR

Invitation for Pre-Qualification for 2011 Capital Projects at Aminu Kano Teaching Hospital, Kano

 

Aminu Kano Teaching Hospital, Kano

P.M.B, 3452, KANO

Invitation for Pre-Qualification for 2011 Capital Projects

 

The Aminu Kano Teaching Hospital, Kano is desirous of executing its 2011 Capital Projects and services on contract and wishes to invite reputable Companies with track records of performance and experience for the execution of the following projects:-

 

1.       Building Construction Projects:

LOT 1A:     Construction of Past Basic Nursing School Hostel

LOT 1B:               Construction of Dental Centre

LOT 1C:     Renovation and Lead-Lining Room of Endoscopic Retrograde                                     Cholangio Pancreatogrophy (ERCP) Suite

 

2.       Hospital Equipment:

LOT 2A:     Supply and installation of Magnetic Resonance Imaging Machine (MRI),

LOT 2B:     Supply and installation of C-Arm Flouroscopy Machine for Endoscopic Retrograde Cholangio Pancreatography (ERCP) Suite

LOT 2C:     Supply and installation of Endoscopy Tower with Video Gastroscope and Duodonoscope for (ERCP) Suite.

LOT 2D:     Supply and installation of Electro Surgical Unit and Heat Probe for (ERCP) Suite.

 

3.       Electrical Items:

LOT 3A:     Supply and installation of 11KV Switch Gear Electric Panel.

 

Interested contractors are expected to submit Technical Pre-qualification and Financial bid documents with the payment of a non-refundable fee of:-

i)       N50, 000.00 for LOT 1A;

ii)      N100, 000.00 for LOT 1B

iii)     N9, 000,00 for LOT 1C:

iv)     N100, 000,00 for LO T 2A:

v)      N20,000,00 for LOT 2B:

vi)     N20, 00000 for LOT 2C:

vii)    N5, 000.00 for LOT 2D:

viii)       N40,000.00 for 3 A:

in Cash payable at AKTH, Cash Office (attach receipt) or a Bank Draft in fovour of Aminu Kano Teaching Hospital as “Processing Fee” for each LOT. For the Pre-qualification assessment, Tenderers are expected to submit the following documents,

i)       Evidence of incorporation by the Corporate Affairs Commission

ii)      Letter of Bank Reference state Evidence of Financial Capability to execute the Lot(s) and access to Financial Resources from a reputable Bank

ii)      Evidence of Current Tax Clearance for 2007, 2008, 2009)

iv)     Comprehensive Company Profile including names of principal shareholders and key staff, qualifications and genuine reachable addresses and phone numbers (photocopies of credentials and CVs to be enclosed).

v)      Verifiable Plants and Equipments of the company (where applicable).

vi)     Details of previous relevant jobs, indicating clients, contract sum, year of award and date of completion (with evidences, i.e. Certificate of completion or payment).

vii)    A Sworn Affidavit that all documents submitted are genuine and verifiable.

viii)   A Sworn Affidavit that none of the Directors has been convicted in any court of law (save for minor traffic of fence).

x)      Evidence of Staff Pension Scheme in accordance with Pensions Act 2004.

 

Note:

The Hospital reserves the fight to verify the authenticity of claims made in the pre-qualification documents as submitted and original documents may be requested for sighting.

 

Submission of Documents:

Technical and Financial Bid documents with 2 No. sets of photocopies each should be submitted in sealed separate envelopes clearly marked 2011 Pre-Qualification LOT…….. and 2011 Financial Tender Lot…. Name and mailing address of the Company should be clearly stated at the back of each envelope. This should be addressed to the Chief Medical Director, Aminu Kano Teaching Hospital, PMB 3452, Kano.

 

Tender documents are available for collection at the Office of the Asst. Director Administration (PR and S) for Medical Equipment and Electrical items and at Works and Services Department for Building Projects.

 

The Pre-qualification documents (Financial and Technical) should be submitted and deposited in the Tender Box located at the Office of the Chief Medical Director on or before 22nd August, 2011.

 

Tenderers will be invited to attend the Opening Ceremony of the Financial Bids an a date and time to be communicated which is to hold at Hospital’s Main Conference Hall, Catering Department.

 

Please note that the evaluation will be carried out at two (2) stages.

1.       Technical Evaluation of the Pre -qualification documents

2.       Financial evaluation, However, only the Companies who scaled through stage I will have their financial bids opened. Those who were not pre-qualified will have their financial bids returned to them unopened.

3.       Should note that in accordance with the provisions of the Procurement Act 2007, the Hospital is not duty bound to accept the lowest bid, and would not enter into any correspondence to that effect.

 

Signed:

A.M. Sulaiman

Director of Administration

For: Chief Medical Director

Request for Expression of Interest (EOI) for the Post of Procurement Consultant Project at Road Sector Development Team (RSDT)

 

 

Federal Republic of Nigeria

Federal Roads Development Project

Road Sector Development Team (RSDT)

Request for Expression of Interest (EOI) for the Post of Procurement Consultant Project ID No.: P090135

Credit No: IDA 44150

1.       This invitation for expressions of interest follows the general procurement notice that appeared in UN Development Business online. Issue No.637 of 11 March 2005.

 

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) towards the cost of the Federal Roads Development Project (FRDP). The project supports the implementation of the national strategy to ensure sustainable maintenance of the federal road network over the short and medium term in order to provide appropriate levels of service across the entire federal road network.

 

The Federal Ministry of Works (FMW) established the Road Sector Development Team (RSDT) to administer and manage the FRDP, The RSDT has identified the need to engage an experienced Procurement Consultant to assist in the planning and implementation of all procurement under the FRDP. The Consultant is expected to carry out procurement functions as well as provide practical support/training to other related staff in the preparation of procurement documents, including procurement plan. Expression of Interest (EOI), Request for Proposal (RFP), bidding documents, etc. for Goods, Works and Services. He/she will also be responsible for the preparation of Evaluation Reports, all in accordance with the World Bank and/or African Development Bank (AFDB) Procurement Guidelines.

 

2.       Objective of the Services:

The Main objective of the assignment is to assist in all procurement procedures and to facilitate communication with the Donors on procurement issues:

 

i.        To prepare and issue standard bidding documents for procurement of goods/works/services to eligible bidders and ensure all relevant steps in implementing procurement procedures” are adhered to.

ii.       To coordinate the preparation and issuance of Request for Expression of Interest (EOI), Adverts, Shortlist, and Standard Request for Proposals (RFP). are adhered to the step-by-step guide, including all aspects and details related or forming part, of the procurement bidding process of goods, works and consultancy services.

iii.      General responsibility of the procurement office or unit taking into consideration the relationship with other offices or units.

3.0 Qualifications/Specialized Knowledge/Experience Required

  • First degree in any discipline, including economics; engineering, public administration, law; etc.
  • Post Graduate degree in the above areas and/or a certificate in procurement training from a recognized institution will be an added advantage;
  • Has undergone training on World Bank procurement processes and procedures;
  • A minimum of 5 years of hands-on experience of directly handling/managing procurement activities under World Bank and/or International donor funded projects;
  • Previous experience in public procurement, business or public administration will be an advantage;
  • Knowledge of international organizations/agencies’ and national public procurement regulations and procedures;
  • Excellent knowledge of English language, written and spoken:
  • Computer proficiency (Windows, MS Office, Internet Explorer, MS Excel)
  • Ability to communicate, negotiate, analyze, elaborate and present reports and statements

4.0     Duration of the Appointment

The contract shall be Performance Based and the Consultant shall be appointed on contract for an initial period of two years which will be renewable based on performance.

 

Consultants will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD

Loans and IDA credits by World Bank January 2011 Edition.

 

Interested consultants should submit one (1) copy of the above information in English language in an envelope marked: “Expression of Interest – Consulting Services for Procurement Functions of the Road Sector Development Team”.

 

Expressions of interest should reach the above office on or before 22nd August 2011

 

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

Tel:   +234 70344403

Email: unitmanager@rsdt.gov.ng , lawalaudi@yahoo.co.uk

 

Procurement of Copiers, Computers, Library Books and Equipment at Investments & Securities Tribunal

Investments & Securities Tribunal

Plot 823, Ralph Sodeinde Street

Central Business District Abuja

1.         INTRODUCTION:

In compliance with Public Procurement Act, 2007 for the procurement of goods, works and services in the public service of the federation, the Investments and Securities Tribunal hereby invites tenders from qualified contractors for the supply and installation of the following items under its 2011 capital vote:

 

 

2.         SCOPE OF WORK: CAPITAL VOTE 2011

SN ITEMS
1 Procurement of Library Books and Equipment
2 Procurement of Computers
3 Procurement of Copiers

3. QUALIFICATION REQUIREMENTS

  1. Evidence of registration with Corporate Affairs Commission.
  2. Comprehensive list of all Directors of the bidder’s company and key staff.
  3. Financial Reports, Balance Sheets, Profit and Loss Statement, Auditor’s Report and Bank References documents for the past 3 Years.
  4. Tax clearance certificate showing FIRS Tax Identification Number.
  5. VAT registration certificates showing FIRS Tax Identification Number
  6. A reference letter from bidder’s banks
  7. List evidence of satisfactory similar supplies/jobs executed for government agencies or/and the private sector within the past 5years, stating value, evidence of award and completion certificate.\
  8. Evidence of compliance to Pension Reform Act (PRA), 2007 and remittances of PenCom.
  9. Information on past 5years litigation in which the bidder is currently involved (IF ANY)
  10. Evidence of payment of non refundable tender fees
  11. Evidence/link with manufacturers will be an added advantage
  12. Evidence of well equipped/repair workshops as well as spare parts availability where necessary.

 

4.         INSTRUCTIONS TO BIDDERS

  1. Prospective bidders are expected to collect bid documents upon payment of a non-refundable tender fee of N10,000.00 (Ten Thousand naira) only per lot in Bank draft payable to INVESTMENTS AND SECURITIES TRIBUNAL(IST)
  2. Bidders are expected to respond to this advert, simultaneously with the TECHNICAL and FINANCIAL bids in separate envelopes clearly marked. However, only bids from companies which meet the qualification criteria will have their financial bids considered
  3. All prices shall be quoted in Naira.
  4. All bidders shall bear all costs associated with the preparation ans submission of their tenders: The Tribunal shall not be responsible or be liable for these costs regardless of the conduct or outcome of the tendering process.
  5. Any bidder or company which fails to submit the required documents will not be considered
  6. All bids should be sealed and dropped in the tender box at the reception area not later than 19th September 2011.
  7. Pursuant to (f), the deadline for submission of all tenders is 12noon, 19th September 2011.
  8. All bids must be accompanied by a sworn affidavit from a Court of record detailing copies of submissions made by the bidder.
  9. The tender as well as all corresponding and documents relating to the Tender shall be written in English Language
  10. The sealed envelope containing the documents should be marked with the appropriate LOT NO, at the top right hand corner and addressed to:

 

The secretary,

Tenders’ Board,

Investments and Securities Tribunal,

Plot 823 Ralph Shodeinde Street,

Central Business District.

Abuja

k.         Any bid submitted after the close of submission will be rejected.

l.          All qualified bidders are enjoined to be physically present or be represented by persons with requisite authority at the Tribunal’s Head Office on 19th September, 201 for the opening of bids by 1pm prompt.

m.        This invitation to Tender shall not be construed as a commitment on the part of Investments and Securities Tribunal (IST) to award any contract, nor shall it entitle the submitting firm to make any claims whatsoever and or seek responded to this advert.

 

Management

08/08011