Invitation to Pre-Qualification and Tender for ETF Special Intervention Projects at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

Invitation to Pre-Qualification and Tender for ETF Special Intervention Projects in Ahmadu Bello University, Zaria

 

1.       The Management of Ahmadu Belle University, Zaria hereby invites reputable and competent Companies to apply for Pre-Qualification and Tender in respect of the following year 2009 ETF special intervention projects:

 

LotB: Construction of New Lecture Theatre for Faculty of Engineering ETF Project No, ABU/ZARIA/SIP/ETF/09/17

 

Lot B7: Construction and Furnishing of Classrooms for Faculty of Education. ETF

Project Na ABU/ZARIA/SIP/ETF/09/18

 

Lot B8: Construction and Furnishing of Classrooms for Faculty of Social Sciences. ETF Project No. ABU/ZARIA/SIP/ETF/09/19

 

Lot B3: Construction of Classrooms, Academic Staff Offices and Laboratories for Geomatic Engineering (Phase I) ETF Project No. ABU/ZARIA/SIP/ETF/09/20

 

 

2.   Technical Bid:

The Pre-Qualification Documents Should Include:-

(a)     Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(b)     Evidence of current Registration with Ahmadu Bello University category “D” and FWRB/FMH/FMWH

(c)      Company Current Tax Clearance Certificate for the last three (3) years (2008-2010).

(d)     Company Audited Account for the last three years (2008-2010) including annual turn-over.

(e)      VAT registration and evidence of remittances in the last three years (2008-2010) to be attached.

(f)      Evidence of Financial capability to execute the project Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.

(g)     List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last five years 2007-2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing,

(h)     List of Managerial, key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff.

(i)      List of Equipment owned or on lease held by the company relevant for smooth execution of the project Evidence of ownership and pictures with company Logo is an added advantage.

(j)      Evidence of remittance of pension contribution fund for staff of the company from reputable pension funds Administrators (PFA ) as provided in section 16, subsection 6(d) of the Public Procurement Act, 2007.

(k)    A sworn affidavit indicating that all documents submitted are genuine, verifiable and that no officer of Ahmadu Bello University Zaria is a former, present director or shareholder and has no interest in the company

(i)      A sworn affidavit that none of the directors have been convicted in any country for any criminal offence including fraud or financial impropriety,

(m)    Evidence of community social responsibility (if any)

(n)     Scanned copies of (a), (b), (c) and (e) above would be required not Photocopies. Original documents should be available for sighting on demand during or after the opening of prequalification documents

 

3.   The Pre-qualification Form and the tender documents which are available at the University’s Estate Department will be issued to each Contractor upon presentation of a payment receipt after making the required payment of the non-refundable processing fee to the Ahmadu Bello University, Main Campus Cash Office for this exercise as follows:

(i)      A non-refundable fee of N25, 000.00 (Twenty-Five   Thousand Naira Only) for Pre-qualification. Tenderers to note that payment for prequalification is once and not for each Lot.

(ii)     N30,000.00 (Thirty thousand Naira Only) as Tender processing fee for each Lot

(iii)    Please note that contractors are allowed to pick a maximum of two Lots

 

 

Submission of Prequalification/Tender Documents

The pre-qualification and tender documents should be bound separately.

 

 

Pre-qualification documents should be bound in wax-sealed envelope with “Pre-qualification as Contractor” written at the top left hand corner, Photocopy of the payment receipt should be enclosed.

 

Tender documents should also be bound in wax-sealed envelope with lot and title of project written at the top left corner Photocopy of the payment receipt should be enclosed

 

All documents should be addressed to The Registrar Ahmadu Bello University Zaria and should be hand-delivered not later than 12 noon 12th September, 2011 to:

The Registrar,

7th Floor, Senate Building

Ahmadu Bello University

Zaria

 

5. Opening of Pre-Qualification/Tender Documents

Prequalification and tender documents will be opened on 15th September, 2011 by

l: 30pm at the ABU Samaru Zaria Assembly Hall near the Convocation Square. All Interested members of the public especially intending contractors are hereby invited.

 

 

6.   Please Note

(a)     Submissions of pre-qualification documents to ABU ZARIA is neither a commitment nor an obligation to award contract to any Contactor or his agent,

(b)     Advertisement for Invitation for expression of interest for Pre-qualification and Tender Bidding should not be construed as a commitment on the part of Ahmadu Bello University, Zaria or shall it entitle any Contractor to make any claims whatsoever or seek any indemnity from ABU Zaria,

(c)      Due diligence would be followed as all documents submitted would be verified. Past executed works, contractors’ offices, Plants and Equipment may be visited for verification. Any discrepancies found would summarily disqualify the Contractor.

 

Dr. Isah Mohammed Abbass

Registrar & Secretary to Council

Request for Proposal to Print Security Documents at Nigerian Maritime Administration and Safety Agency (NIMASA)

 

Nigerian Maritime Administration and Safety Agency (NIMASA)

Established Under the Nigeria Maritime Administration and

Safety Agency (NIMASA Act 2007)

Maritime House: 4 Burma Road, Apapa, Lagos.

P.M.B 12861, Lagos. E-mail: lnfo@nimasa.gov.ng Website: www.nimasa.gov.ng

 

Request for Proposal to Print Security Documents

PACKAGE NO: NIMASA/DG/01/2011

The Nigerian Maritime Administration and Safety Agency [NIMASA], is seeking Proposals from Reputable and Experienced Se­curity Printing Outfits to submit Proposals for the printing of some Security Documents.

 

Qualification Requirements;

a)       Reputable Companies who specialize in the Printing of Secu­rity Documents

b)      Evidence of previous successful assignments undertaken in similar field.

c)       Firm profile including registered office and functional contact address including e-mail address and telephone numbers

Submission of Proposals:

All Proposals shall be submitted in two (2) sets -[one original, one copy and two sets of CD-torn each]

Address for Submission:

Office of the Deputy Director Procurement

5th Floor

Nigerian Maritime Administration and Safety

Agency [NIMASA]

Maritime House, 4 Burma Road, Apapa

P.M.B. 12861, GPO Marina Lagos.

Processsing Fee:

Submissions should be made with evidence of payment of a non-re-fundable Tender fee of Thirty Thousand Naira (N30,000.00) only at the Agency, 2011, at 1200noon.

 

Enquiries:

All enquiries regarding this advertisement should be directed to the office of The Deputy Director, Procurement or call the following telephone numbers: 07031510448, 07055792922, 08050765455.

 

Verification of Claims:

The Agency reserves the right to verify the claims made in the submissions.

Please Note:

i.        This notice shall not be construed to be commitment on the part of the Nigerian Maritime Administration and Safety Agency to award any form of Contract to any respondent nor shall it entitle any firm submitting documents to claim any indemnity from the Agency.

ii       The Agency is not bound to accept the lowest or any tender submitted,

iii.      Bidders shall be responsible for all costs incurred in preparation and submission of their proposals.

Signed:

Management

 

Invitation to Pre-Qualify and Tender for 2011 Capital Projects at University College Hospital, Ibadan

University College Hospital, Ibadan

Invitation to Pre-Qualify and Tender for 2011 Capital Projects

 

The University College Hospital, Ibadan, Nigeria’s foremost teaching  Hospital, is desirous of undertaking some projects in the Hospital and would require the services of qualified contractors for the 2011 projects. The projects are as follows:

1.       Construction of Concrete Ramp

2.       Construction of House Officers’ Residence

3.       Construction of Geriatric Centre

4.       Construction of Multipurpose Hall and Conference Centres.

5.       Supply of Medical Equipments for Operating Theatre, Laboratories and Medical Consumables.

6.       Electrification of the Hospital’s 2nd Acquisition

7.       Supply and installation of Sound  proof Generators (2 Nos 1000KVA, 2 Nos. 800 KVA, 2 Nos. 650 KVA. 1 No. 80 KVA, 1 No. 150 KVA, 1 No. 500 KVA)

8.       Construction of 2 Nos. Concrete Culverts (5m x 2m)

9.       1 No. Projector plus 1 No. Movable Screen

10.     Construction of Neurosciences Building

11.     Construction of Genera! Out-patients (Family Medicine Building)

12.     Construction of Accident^ Emergency

13.     Refurbishment of the Sewage System

14.     Cardiac Cath-Lab/ICU and OR Equipment

Pre-Qualification Requirements

a        Certificate of Registration with the Corporate Affairs Commission

b.       Evidence of Contributory Pension Scheme for Staff

c.       Evidence of VAT registration and remittance

d.       Evidence of experience of having handled similar jobs in the last

three (3) years in Nigeria or other tropical countries Name(s) of

clients, contractsum(s) should be provided,

e.       Statement of installed manufacturing capacity

f.       Evidence of manufacturing facilities and their locations (As applicable)

g.       Evidence of financial capacity to handle the job and bank reference

h.       Evidence of current registration with the Regulatory Authority country of manufacture (As applicable)

i.        Manufacturer’s Authorization for Distributors /Suppliers of (terns being marketed. (As applicable)

j.        Foreign manufacturers should provide names and addresses of local representatives in Nigeria

k.       Company profile and organizational structure with names and qualification(s) of key personnel.

 

 

Submission of Pre-Qualification Documents

Interested companies/contractors should pay a non-refundable tender fee of N30,000 (Thirty Thousand Naira) only into the Hospital’s Tender Account at the First City Monument Bank (FCMB) Plc, UCH Branch and convert it to the  Hospital’s  receipt at the  Finance & Accounts

Department of the Hospital.  Photocopy of the receipt should be attached to the tender documents.

The completed pre-qualification documents should be enclosed in an envelope, sealed and marked appropriately IN CAPITAL LETTERS AT

THE LEFT CORNER and addressed to:

 

The Chief Medical Director

University College Hospital

P.M.B.5116

Ibadan.

 

The completed pre-qualification and tender documents should be deposited in the Tender Box in the office of the Deputy Director (Procurement) on or before 25th of August, 2011.

 

The submitted documents will be opened on 23rd August 2011 at 12.00noon in the Hospital’s School of Nursing Hall. Representatives of companies that submitted pre-qualification documents should endeavour to attend.

 

Please note that University College Hospital is not bound to accept the

lowest of any bid/quote and that the Hospital is not liable to any costs of expenditure incurred by any contractor for this exercise.

 

Signed

Deputy Director (Procurement)

For: Chief Medical Director

Procurement of Office Equipment and Furniture at Kaduna Polytechnic

Federal Government of Nigeria

Federal Ministry of Education

Kaduna Polytechnic

Invitation for Bids (IFB)

Science and Technology Education Post Basic (Step-B) Project (Centre for Solid Minerals Research and Development)

Credit No: Ida 4304 UNI

Procurement of Office Equipment and Furniture

IFB No: STEP-B/CoEx SOLID MINERALS/GDS/NCB/02/77

Issued Date: 27th July, 2011

 

  1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and 2 National Dailies of the same date.
  2. The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the Procurement of Office Equipment and Furniture.
  3. The Centre for Solid Mineral Research & Development, Science and Technology Education Post-Basic Project, (STEP-B Project, Kaduna Polytechnic, Kaduna, now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

 

Lot No. Item Description Quantity Bid Security Delivery Period Location
1 Supply and installation of Office Equipment 63 At least 2.5% of bid price 60 Days Kaduna Polytechnic; Nigerian Institute of Mining and Geosciences, Jos; Federal University of Technology, Yola: The Federal Polytechnic Nekede, Owerri.
Supply of Office Furniture 40 At least 2.5% of bid Price 60 Days Kaduna Polytechnic, Kaduna

Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

  1. Bidding will be conducted through the National Competitive Bidding (NCB), a, procedure specified in the World Bank’s Guidelines: Procurement under IBRD,  Loans and IDA credits, and is open to all bidders from eligible source Countries as defined in the Guidelines
  2. Interested eligible bidders may obtain further information from the Project Manager, Centre for Solid Minerals, STEP-B Project, Kaduna Polytechnic inspect the bidding documents at the address given below, between the hours of 9.00am to 4.00pm Mondays to Fridays, except on public holidays.
  3. Qualifications requirements include:
    i.            Evidence  of previous supply (sale) of similar equipment for the past five (5) years
    ii.            Audited financial statements for the last three (3) years
    iii.            A manufacturer’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

 

4. 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 US$70 (Seventy Dollars only). The method of payment will be Cash or Bank Draft in favour of Centre for Solid Minerals, STEP-B Project, Kaduna Polytechnic. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall  be at the bidder’s cost.

 

5. Bids must be delivered to the address below at or before 12:00 noon local time on Wednesday 24th August, 2011. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidder’s representatives who choose to attend in person at the address below on Wednesday 24th August 2011 at 12:00 noon local time. All bids must be accompanied by a Bid Security at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

6. The address referred to above is:

The Project Manager,

Center for Solid Minerals Research & Development,

Science and Technology Education Post-Basic (STEP-B) Project,

Kaduna Polytechnic, Kaduna

Tel: +234 803 7619 719

E-mail: stepbkadpoly@yahoo.co.uk

 

 

Request for Expression of Interest (EOI) to Submit Proposals for the Supply of Tertiary Hospital Equipments at Governments of Kebbi State (KBSG) through its Ministry of Health (MOH)

Kebbi State of Nigeria

Procurement of Construction Goods and Services (Guidelines) Law No. 5 Of 2008

Request for Expression of Interest (EOI) to Submit Proposals for the Supply of Tertiary Hospital Equipments

The Governments of Kebbi State (KBSG) through its Ministry of Health (MOH) has undertaken construction of a new 200 beds tertiary hospital situated along Kalgo Road, Birnin Kebbi. Construction works at the Hospital are near completion and the KBSG through the MOH intends to engage manufacturers/manufacturers’ representatives or agents/suppliers of medical equipment, to supply goods and services for the supply, installation and maintenance (where appropriate) of medical health care equipment, to the new Hospital.

 

The KBSG through the MOH will be sending a Request for Proposal (RFP) addressed to suppliers and contractors pursuant to the enabling provisions of section 50 of Procurement of Construction. Goods and Services (Guidelines) Law No. 5 of 2008.

 

The KBSG is publishing this notice seeking Expression of Interest (EOI) from manufacturers/manufacturers’ of medical equipment to whom the RFP will be addressed. The EOI should be sent to the:

 

Permanent Secretary,

Ministry of Health,

Gwadangwaji Secretariat,

B1RNIN KEBBI.

KEBB1 STATE.

NIGERIA

 

The EOI should reach the Permanent Secretary on or before 26th August 2011.

This advertisement or sending an EOI does not confer any right (including any right to have an EOI evaluated or responded to) on the firm/company/person responding to this advertisement.

 

The criteria for evaluating the EOI on the basis of which an RFP would be sent include:

i.            Manufacturing, Managerial and technical competence of the manufacturers/manufacturer’s representatives or agents/suppliers of medical equipment;
ii.            Evidence of competence and ability to handle complex and highly technical materials supply processes;
iii.            Evidence of financial ability to meet the requirements of the MOH in ensuring the appropriate medical health care equipment, are supplied to the new hospital along Kalgo Road, Birnin Kebbi:
iv.            Knowledge and understanding of the healthcare delivery system operating in Kebbi State; and
v.            Ability to provide affordable, competitive and fair prices for the goods and services supplied to be supplied

 

MOH will accord more weight in its evaluation of EOIs to photographs ii), iv) and v)

 

The Undersigned reserves the right to reject any or all the EOIs without assigning any reason thereof.

Permanent Secretary,

Ministry of Health,

Gwadangwaji Secretariat,

B1RNIN KEBBI.

KEBB1 STATE.

NIGERIA