Invitation for Tender for the Implementation of 2013 Capital Projects at Federal Science and Technical College, Orozo

Federal Ministry of Education

Federal Science and Technical College, Orozo

P.M.B. 100 Garki Abuja

Invitation for Tender for the Implementation of 2013 Capital Projects

1.0         Introduction:

The Federal Government of Nigeria has provided funds in the 2013 Appropriation for the Federal Science & Technical College Orozo, and the College is desirous to utilize part of the funds to procure Goods and works. Therefore services of experienced contractors are required to procure the following GOODS and WORKS listed below:

1.1        Section A: WORKS

Lot 1:          Construction of 1no. Electrical/Radio Television Workshop.

Lot 2:          Construction of 1 no. Welding & Fabrication workshop

1.2        Section B: Goods

Lot 3:          Procurement of Automobile Mechanic Equipment.

Lot 4:          Procurement of assorted instructional materials and consumables for training.

Lot 5:          Procurement of Computer Craft Equipment

Lot 6:          Procurement of printing Equipment

Lot 7:          Procurement of Business Studies Equipment/Materials

Lot 8:          Procurement of Home Economic Equipment

Lot 9:          Procurement of Biology Equipment

Lot 10:        Procurement of Chemistry Equipment

Lot 11:        Procurement of Physics Equipment

Lot 12:        Procurement of Carpentry & Joinery Equipment

Lot 13:        Procurement of Radio Television Equipment.

Lot 14:        Procurement of Electrical & Electronic Equipment.

Lot 15:        Procurement of Mechanical Craft Equipment.

Lot: 16:       Procurement of Mechanical of Painting & Decorating Equipment

Lot 17:        Procurement of Agric Mechanization Equipment

Lot 18:        Procurement of Furniture Craft Equipment

Lot 19:        Procurement of Welding & Fabrication Equipment

Lot 20:        Procurement of Brick /block laying & concreting Equipment

2. 0.   Tendering Requirements

Interested and competent contractors wishing to carry out the above listed jobs are required to submit the following documents which will be subjected to due diligence by the College,

(i)                Evidence of registration with corporate Affairs commission (CAC)

(ii)             Evidence of current Tax clearance Certificate for the last three (3) years ending in December 2012.

(iii)           Evidence of VAT registration Certificated with TIN NO

(iv)           Evidence of issuance of compliance Certificate to all organization by PENCOM in line with pension Reform Act 2004 (as Amended).

(v)             Evidence of Compliance with the amended industrial Training fund Act 2011:

(vi)           A sworn affidavit disclosing whether or not any officer of FME or BPP is a former or present Director share holder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particulars,

(vii)        Bidders shall not Bid for more than 2(two) Lots.

 

(N.B: The above listed requirements shall form part of the bids evaluation criteria and non compliance with any of the stated conditions shall result in automatic disqualification of the bidder.)

(viii)      Names of Bankers with references,

(ix)           Evidence of financial capability to execute the project.

(x)             Company Profile with CVs of key officers including photocopies of relevant professional/technical qualifications

(xi)           Evidence of registration with relevant professional bodies such as ARCON, COREN, CORBON etc for section A (works component) only

(xii)        List of verifiable construction Equipment indicating ownership or lease agreement for section A (works component) only.

(xiii)      Verifiable evidence of successful completion similar works within the past three (3) years and attach copies of letters of awards and certificates of successful completion.

 

(N.B The above criteria will attract marks)

2.1     Bidding will be conducted through National competitive Bidding (NCB)  procedure as specified in the 2007 public procurement Act.

2.2     The General public is also invited to note that procurements below the National Competitive Bidding threshold would be carried out during the course of the year.

 

3.0     Collection of Documents:

A complete set of Bidding Documents shall be collected by interested Bidders from the address below on the submission of written application accompanied by a non refundable tender fee of fifteen thousand naira (N15.000.00) per lot in certified Bank Draft payable to FSTC, Orozo: Office of the V.P Special Duties, Procurement Chairman of the College, FSTC, Orozo-Abuja.

 

4.0     Submission of Tender Documents.

4.1     The completed Tender should be enveloped in two separate envelopes marked on the top left hand corner with the inscription “section (Insert either A or B) Lot No———————and Title of the project” and should be addressed to the Principal Federal Science and Technical College Orozo-Abuja and deposited in the Tender Box at the address above on or before 12.00 noon 19th August, 2013. The name of the letters at the back of the envelopes. Late Bids will be rejected.

 

5.0     Public Opening of Bids

5.1     Technical Bids shall be opened on 19th August, 2013 at 12:00 noon in 4.1 above at the address below in the presence of the bidders’ representatives’ relevant professional bodies, Non Governmental Organizations and interested members of the public. Only successful Technical Bidders will be invited for the opening of Financial Bids at a later date.

 

6.0     Disclaimer and Conclusion

The Federal Science and Technical College Orozo will not be responsible for any cost expenses incurred by any interested party (ties) in connection with any response to this invitation and or the preparation or submission in response to any inquiry.

6.2     Please note that this advertisement shall not be construed as a commitment on the part of the College to award any or all the above listed projects.

 

(Signed)

Management

Invitation for Tender for Construction Works at University of Maiduguri Teaching Hospital

University of Maiduguri Teaching Hospital

(Office of the Chief Medical Director)

 

Invitation for Tender for Construction Works as Listed Below:

 

A:      Introduction:

This is to inform the general public that the University of Maiduguri Teaching Hospital is desirous of commissioning competent contractors to undertake the construction works in its year 2013 Capital. In view of this, the hospital is hereby inviting competent and interested contractors for Tender Bids in respect of the works in accordance with the due process.

 

Lot/Project No. Description
Lot – 1 Two Bedroom Bungalows
Lot -2 Extension of Stores Department

 

B.      Tender:

Tender document shall be made available upon payment of a non-refundable fee of N20, 000.00 to the Finance department who shall issue receipts to accompany the tender on submission. Tenderers should collect Tender documents from the office of the Secretary, Tenders Board.

 

Eligibility Criteria:

  • Evidence of incorporation by Cooperate Affairs Commission (CAC)
  • Tax Clearance Certificate for the last three (3) years valid up to 31st
  • December, 2012 Evidence of Contributory Pension Scheme for staff
  • Company Audited Accounts for last three (3) years
  • Evidence of VAT Registration Certificate
  • Company profile including names, qualifications and experience of Company staff with copies of credentials attached.
  • Evidence of Finance capability to handle work from a reputable Bank
  • Verifiable list of similar works successfully completed with names of clients and evidence of award/evidence of partial completion
  • Evidence of registration with the appropriate Federal Works Registration Board
  • Evidence of Compliance with Industrial Training Fund (ITF) Act CAP 19, LFN 2004

 

 

NB:   All claims will be verified by the Hospital The documents must be in a separate sealed envelope and clearly marked “Tender for “Two Bedroom Bungalows” or “Extension of Stores Department” and should be submitted on or before 5th August, 2013 to the address below.

The Secretary Tenders Board,

University of Maiduguri

Teaching Hospital

P.M.B. 1414, Maiduguri,

Borno State

 

Signed:

Management

Invitation to Tender at Ladoke Akintola University of Teaching Hospital Osogbo (LAUTECH Teaching Hospital)

Ladoke Akintola University of Technology Teaching

Hospital, Osogbo, Osun State

 

1.0     Preamble

Ladoke Akintola University of Teaching Hospital Osogbo (LAUTECH Teaching Hospital) invites interested competent and reputable contractors to apply for these pre-qualification and Tender Exercises and Submit the required information as well as comply with the other pre- requisites of the pre-qualification and Tender for the approved 2012-2013 LTH Capital projects stated below:

 

2.0     2012-2013 LTH CAPITAL PROJECTS                                  REF.NO

1.       Clinical Direct Database Subscription Infrastructure             LOT 1

2.       Proposed Two hundred Bed Wards Building                          LOT 2

3.       Proposed Theatre building                                                      LOT 3

4.       Supply of Gastropscope, colonoscopes, light source

and other accessories and Endoscopes washing and

disinfecting machine.                                                               LOT 4

5.       Supply of MINX RAY HF 120/60/HP Portable Medical

and processor X-ray unit.                                                       LOT 5

6.       Dental Equipment Supply and Accessories.               LOT 6

7.       Construction of Post-Basic School                                LOT 7

 

Scope

The Prospective Bidders would be expected to carry-out the LTH approved Procurement /Construction of the above.

 

3.0     Pre-Qualification Criteria

Compulsory and Mandatory criteria

  1. Evidence of R«istr8tion with Corporate Affairs Commission (CAC)
  2. Include CAC Registration From C02 and C07 containing L!» of Directors and Shareholders
  3. Evidence of Tax Clearance Certificate for the Last 3 Years
  4. Company Audited Account in the Last 3 years
  5. Evidence of Payment of Value Added Tax
  6. Evidence of Social Responsibility in Terms of Endowment, Sports or ETF Contributions
  7. A Sworn Affidavit that all documents submitted are genuine and verifiable
  8. A Sworn Affidavit that none of Directors have beer, convicted in any country for any criminal offence, including fraud, involvement in failed Project Delivery, fraud or financial impropriety
  9. A Sworn Affidavit indicating whether any current officer of LAUTECH Teaching Hospital, Osogbo is a former or present Director, Shareholder or has any pecuniary interest hi the Company
  10. Evidence of Registration as a Contractor with LAUTECH Teaching Hospital Osogbo, Osun State.
  11. Evidence of registration with Ministry of works and Public Procurement Bereau of the State of Osun.

 

4.0     Other Criteria

1.       Evidence of relevant verifiable experience on similar jobs in Nigeria over the last 5 years stating location, cost and duration of execution of the project

2.       Reference Letters from Bankers

3.       Submission of two (2) copies of spiral Bound Company Profile

4.       List and Source of Equipment

5.       Indication of Technical and Administrative Staff Strength with Academic/ Professional Qualifications and a Profile containing details of the Key person­nel available for the project.

 

5.0     General Information

1.       All interested Contractors are to collect pre-qualification screening Questionnaire and Tender documents from the office of the Director of Administration, LAUTECH Teaching Hospital, Osogbo, Osun State.

2.       All enquiries regarding this advertisement should be directed to the office of the Director of Administration, Administrative Block, LAUTECH Teaching Hospital, osogbo between the hours of 10.00am and 12 Noon from Monday to Friday.

 

6.0     Submission

All Submission for Pre – qualification and Tender should be in a sealed envelope and identified with the project Reference Number at the top left hand comer marked PRE -QUALIFICATION AND TENDER FOR LOT of your choice (Please Specify LOT) and delivered by hand or courier service to reach the address stated below not later than 12th August, 2013.

 

The Director of Administration

LAUTECH Teaching Hospital,

P. M. B. 5000, Osogbo, Osun State.

 

Note:

(i)                Failure of the Bidder to follow the order of any of the instructions above or provide any of the listed documents may automatically results in disqualification

(ii)             Notwithstanding the submission made, LAUTECH, Teaching Hospital is neither committed nor under any obligation to include any of the contractor on the final list of pre-qualified Contractors or Award any form of Contract to any Contractor

 

Signed:

A. J. Fabule (Mr.),

Ag. Director of Administration

Invitation for Bids (IFB) at Lake Chad Basin Commission (LCBC)

Lake Chad Basin Commission (LCBC)

Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria

(African Development Bank Financed Project)

Chad Basin Development Authority Premises Maiduguri, Borno State, Nigeria Email: prodebaltnigeria@yahoo.com

Invitation for Bids (IFB)

Date:-15th July 2013

Contract Identification Number PRODEBALT/NGR/NCB/01/11

Bank/Fund Loan Number: P-Z1-CZO-002

Bank/Fund Loan Name AfDB

 

  1. The Lake Chad Basin Commission has received a loan from the African Development Bank towards the Cost of Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria and intends to apply part of the funds to cover the eligible payments under the Contract for Renovation of National Coordination Office (PRODEBALT/NGR/NCB/01/11).

 

  1. The Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria invites sealed bids for the Renovation of National Coordination Office in the following places.

 

Lot No. Name of

Project

Quantity Bid

Security

Delivery

Period

Lot

Identification Number

1 Renovation of National

Coordination

office

Maiduguri,

Nigeria

1 N20.000.00

 

120 days

 

PRODEBALT/N

GR/NCB/01/11/

LOT1

 

 

  1. Bidding documents (and additional copies) may be obtained at address stated below, upon submission of a written request and upon payment of Five Thousand Naira (N5, 000.00). Interested bidders may obtain further information at the same office.
  2. Bids shall be valid for a period of 120 (days) after Bid Opening and must be accompanied by security as specified in the table above. Bids shall be delivered to the Office of the National Coordinator, Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria, Chad Basin Development Authority Premises Maiduguri, Borno State, Nigeria, on or before 11:00am 28th August 2013, at which time they will be opened in the presence of the bidders who wish to attend.

Signed

Acting National Coordinator

Sustainable Development Programme of Lake Chad Basin (PRODEBALT) Nigeria,

Chad Basin Development Authority Premises

Maiduguri, Borno State, Nigeria

+2348030636667

Invitation for Pre-Qualification and Bidding at Government of Enugu State

Government of Enugu State of Nigeria

UNICEF/ESSPIN/ENRUWASSA Wash Programme

EN/RUWASSA/AD/DTC/11

 

Invitation for Pre-Qualification and Bidding for FGN/UNICEF/ESSPIN Wash in Schools Programme in Enugu State.

 

The State Government in collaboration with UNICEF/ESSPIN in pursuit of the provision of portable water to the rural communities of the State wishes to invite prospective Contractors for pre-qualification/Bidding for the under listed project in Nkanu West LGA of the State.

 

  • Construction of 15 Shallow Boreholes under WASH in Schools Programme in Nkanu West LGA of Enugu State. Bidding will be under Lots “A”, “B” and “C”.

 

Eligibility for Pre-Qualification/Tender

Contractors with proven track records in similar projects execution are requested to collect pre-qualification and bidding documents from the Office of the Managing Director, Enugu State Rural Water Supply and Sanitation Agency (ENRUWASSA) on payment of a non-refundable deposit of N10, 000 into the Agency Account (First Bank Plc Account No. 2004531809)

 

Deadline for the submission of bids is 29th July, 2013 by 12 noon prompt at the Office of the Permanent Secretary, Ministry of Water Resources, DAD Building, Independence Layout, Enugu followed by bid opening on the same day at the venue of bids submission by 12.10pm prompt.

 

Pre-Qualification documents to be attached are:

  1. Evidence of incorporation
  2. Evidence of current Tax clearance certificates for the past 3 years
  3. Evidence of Technical competence
  4. Evidence of previous experience on the job
  5. Evidence of financial capacity (Bank Guarantee)
  6. Evidence of company profile

 

Signed:

Management