Invitation for Pre-Qualification to Tender at Abubakar Tafawa Balewa, University Teaching Hospital, Bauchi

Abubakar Tafawa Balewa, University Teaching Hospital, Bauchi

Invitation for Pre-Qualification to Tender

 

Invitation is hereby extended to reputable Contractors to Tender for the under listed Projects in the Hospital:

 

Construction Works

Lot No.       Project Title

Lot I  Expansion of Accident and Emergency Unit (Perimeter fencing, Landscaping & Generator house).

Lot II Completion of House Officers Quarters.

Lot III         Completion and Rehabilitation of Road Network (Earth, Drainage, and Surface Dressing)

Lot IV         Expansion of Radio-Diagnostic Complex (Landscaping)

 

Pre-Qualification Requirements:

1.       Evidence of registration with corporate affairs commission (CAC)

2.       Tax clearance certificate for the last three (3) years

3.       Evidence of Value Added Tax registration and remittance for three (3) years

4.       Evidence of registration and payment of pension and social security contributions

5.       Audited account for the past three years

6.       Company profile with CV of Directors

7.       Details of Equipments and plants

8.       Bank reference letter

9.       Evidence of execution of similar contracts including letter or certificate of successful completion to be attached.

 

Collection of Tender Documents

Tender documents are available for collection from Thursday 9th June. 2011, at the Procurement office; ATBUTH Bauchi, upon payment of Tender fee of Thirty thousand naira, (N30, 000 00) only.

 

Note Please:

a)       This application for Tender shall not be construed to be a commitment on the part of ATBUTH, Bauchi, nor shall it entitle any person to make any claims and or seek indemnity from the committee by virtue of such person having responded to this advert,

 

b)      The Tender committee reserves the right to verify the authenticity of claims made

by Bidders in the Tender document submitted and,

 

c.       The Tender committee is not under any obligation to accept the lowest bids. ATBUTH shall not enter into correspondence with unsuccessful applicants.

 

Submission of Tender Documents

Pre-qualification and Tender documents should be submitted in sealed wax separate envelopes marked  ‘2011 Pre-Qualification ‘ and  2011 Tender’ with the lot number at upper right hand side of the tender document which must be dropped into the tender box situated at the Administrative block on or before Thursday 18th June, 2011, addressed to:

 

The Secretary,

Tender committee,

Abubakar Tafawa Balewa University Teaching Hospital,

Bauchi Bauchi State,

 

Closing Date:

Closing date for submission is Thursday 16th June, 2011 by 12:00 noon

Opening of Tender Documents is by 02:00 pm same date.

 

Venue: Board Room of ATBUTH, Bauchi

Prospective bidders or their representative are to be present at the opening.

 

Signed:

Management

Invitation to Tender for the Sale of Unserviceable Items at Bureau of Public Procurement (BPP)

The Presidency

Bureau of Public Procurement

Disposal through Public Tender Sale of Unserviceable

Properties: Cars and Power Generator

 

The Bureau under the World Bank Economic Reform and Governance Project wishes to dispose its unserviceable properties in line with the Public Procurement

Act, 2007 and Section 2619 of the Federal Government Financial Regulations,

2009. The Bureau has carried out the valuation of the items to be disposed, the value of which is the reserved prices.

 

In view of the above, interested bidders are hereby invited to tender for the sale of the following unserviceable items:-

 

S/N Description of items Year of Purchase Lot No. Location

 

Remarks
1 KIA Optima, 2.0L Cars (Imperial Blue) December, 2005 Lot1

 

BPP Office premises

 

No Battery
2 KIA Optima, 2.0L Cars (Green) December, 2005 Lot2

 

State House parking space

 

Bumper is scratched and needs painting
3 KIA Optima, 2.0L Cars (Ash) December, 2005 Lot3

 

State House parking space

 

Had accident in year 2010

Has 3 flat tyres

4 Mitsubishi Pick-Up, 2.0L (White) December, 2005 Lot4

 

BPP Office premises

 

Body needs work and painting
5 Perkins Generating Set, 50KVA June 2006 Lot5 BPP Office premises No Battery

 

Conditions for bidding

1.    Two (2) weeks is given for the inspection of the items within the hours of working days at the premises of the Bureau.

 

2.   The winner shall be the highest bidder over and above the Bureau’s reserved prices. In a situation where no bidder meets the reserved price, the three (3) highest bidders will be invited to re-bid for the item.

 

3.   Payment shall be made as follows: –

 

a)    10% of the bid price shall be submitted with the tender as Bid Security in Banker’s Cheque payable to BMPIU- Economic Reform and Governance Project on or before the closing date of submission. Please note that each lot shall have its own Bid Security separately, hence the cheques should be submitted separately

 

b)    40% of the bid price shall be paid within one (1) week of the offer acceptance by the Bureau

 

c)    The balance 50% of the bid price shall be paid within two (2) weeks o; the offer of acceptance by the Bureau. Failure of the winner to complete full payment within two (2) weeks of acceptance of offer by the Bureau will result in forfeiture of its position as the winner after which the next highest bidder with offers above the Bureau’s reserved prices will be considered.

 

e)   The Banker’s Cheque of the next two highest bidders (being the reserved winners) shall not be returned until the bidding process is completed and full payment is made by the winner.

 

f)     Winners shall take possession of the items and move same out of the premises of the Bureau at their own cost within two (2) weeks after full payment. Failure to do this will attract a demurrage payment of 1% per day of the bid price for a maximum of two (2) weeks after which the bid will revert to the next highest bidder, with the initial highest bidder loosing his 10% deposit and the equivalent amount incurred on demurrage.

 

G)   If the reserve price is not met for a particular lot, the lot will go for a further round of bids.

 

H)   The items shall be bidded for “As Is Where Is Basis” without testing.

4.       Bid Format

a.       Interested bidders should prepare their bid in the format given below. The format is also available on the Bureau’s website at: www.bpp.gov.ng

 

 

BUREAU OF PUBLIC PROCUREMENT

DISPOSAL THROUGH PUBLIC TENDER

Tender Submission Sheet

Names of Bidder:
Item Bidded for:
Amount Offered
Amount in figure                    N                  K

Amount in words

Particulars of Bank’s Cheque
Bank Name:

 

Bank Branch:

 

Amount (10% of Offer price):

 

Cheque No.:

Please note that identity of the Bidder should be written at the back of the Banker’s cheque

identity of the Bidder
Full Name (person or corporate):

 

Contact Address:

 

Phone No:

 

E-mail:

Pleases attach Bank’s Cheque in an amount of 10% of the bid price

(Bids with less than 10% of bid Price as Bid Security shall be rejected)

 

1.       Submission and Opening of Bids

 

a.       Completed bid shall be submitted in sealed envelope with the item name and Lot No. at the top right hand corner, addressed as below and dropped in the appropriate Tender Box on or before 14th June 2011, by 12.00 noon. Bidders may also come with their bids on the day of bid opening on or before 12noon.

 

The ERGP Project Officer

Bureau of Public Procurement

11, Suleiman Barau Crescent,

Asokoro, Abuja

 

b.       Bid closes at 12:00 noon on Tuesday June 14, 2011.

 

c.       Bids will be opened at 12. 00 noon Tuesday June 14, 2011 in the presence of bidders or their representatives who wish to witness the opening.

2.       Disclaimer

a.       This announcement is published for information purposes only and does not constitute an offer by the Bureau to transact with any party for the disposal, nor does it constitute a commitment or obligation on the part of the Bureau to dispose the items.

 

b.       The Bureau will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation, inspection and/or the preparation or submission in response to an inquiry.

 

c.       The Bureau is not bound to award to any bidder and reserves the right to annul the disposal process at any time without incurring any liability and assigning any reason thereof.

 

d.       Late bids shall not be accepted.

 

All enquiries to: info@bpp.gov.ng , or call: 09-6252380, 6252377

 

Visit: www.bpp.gov.ng

Bureau of Public Procurement (BPP),

11, Suleiman Barau Crescent,

State House, Abuja.

Invitation to Tender for the Supply and Installation of Enterprise Systems Management (ESM) Solution at Central Bank of Nigeria

Central Bank of Nigeria

Invitation to Tender for the Supply and Installation of

Enterprise Systems Management (ESM) Solution for the Central

Bank of Nigeria

 

As part of its effort in using Information Technology to support business

operations and thereby enhance productivity and achieve some level of operational efficiency, the Central Bank of Nigeria require the installation of an Enterprise Systems Management (ESM) software and relevant hardware that will enable it to manage and monitor its IT operations and Systems.

 

Scope of Work

The scope of the bid requested includes:

The supply, installation and integration of the Enterprise Systems Management (ESM) software(s) with the following functionalities:

(i)      Configuration Management

(ii)     IT Asset Management

(iii)    Availability and Performance Management

(iv)    Application Management

(v)     Network Management

(vi)    Database Management

(vii)   Event/Fault/Log Management

(viii)  Storage Management

(ix)    Control Compliance Management

(x)     Information Security Management

2.       Supply and installation of the hardware on which the software(s) will be installed.

3.       Training

(i)      Appropriate overseas training of Administrators on all the modules of the enable them provide first level support on the system

(ii)     Customized local training for users of the system.

General Requirement

Interested and competent Service Providers wishing to provide the above service to CBN must submit the following documents for verification.

 

a)       Evidence of registration with Corporate Affairs Commission

b)      Evidence of payment of tax for the last three (3) years as and when due.

c)       Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), facsimile number(s)

d)      Verifiable evidence of similar jobs successfully executed in the past.

e)       Reference letter from bank stating financial ability to carry out such project(s).

f)       Current company’s audited statement of accounts

g)       Evidence of registration with NCC and other relevant agencies to provide satellite communication services in Nigeria.

h)      Evidence of employees Retirement Savings Accounts (RSA) with a Pension Fund Administrator.

i)       Evidence of remitting employer and employee pension contributions to the appropriate pension fund custodian.

j)      Evidence of transferring all Pension Funds and Assets prior to the commencement of the pension Reform Act to licensed pension operators.

Specific Requirement

k)      An evidence of operation in Nigeria as an Original Software Developer (OSD)

l)       Evidence of the deployment of similar solution to other clienteles in Nigeria and other countries.

Collection of Bid Documents

Interested and competent contractors wishing to carry out the above job should collect the Information for Bid (IFB) from Secretary, Major Contracts Tenders Committee (MCTC), PSSD (2nd Floor, Wing C) on the payment of a non-refundable fee of N50,000.00 (Fifty Thousand Naira Only) for each bid. The payment will be in Bank Draft payable to CENTRAL BANK OF NIGERIA.

 

Submission

The submission will be in two separate envelopes.

 

A.      The General Requirement should be submitted in one wax sealed envelope boldly marked at the top left Corner:

 

“Supply and Installation of ESM 2011”

B.      Financial bid should be submitted in wax sealed envelope boldly marked at the top left corner:

 

“Financial Bid for the “Supply and Installation of ESM 2011”

 

The submission should be addressed to:-

 

The Secretary,

Major Contracts Tenders Committee

2nd Floor, Wing C

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria

Fax No: 09-462-38239

E-mail: tenders@cenbank.org

 

Closing Date:

All submissions must be received at the above address on or before 14th June 2011 by 4:00pm.

Important Notice

1.       Only successful pre-qualified company /companies will have their financial Bids evaluated. Full tendering procedure will be applied to contractors pre-qualified and found capable of executing the project.

 

2.       Nothing in the advert shall be construed to be a commitment on the part of CBN.

 

3.       The successful company/companies will be contacted.

 

Signed:

Management

 

 

 

Procurement of Indoor Residual Spray Chemicals, Spray Pumps, Spray Boards and Protective Clothings at Gombe State Malaria Control Booster Project (GSMCBP)

Invitation for Bids (IFB)

Gombe State Malaria Control Booster

Project (GSMCBP)

Credit Number: 4250 –UNI

 

Procurement of Indoor Residual Spray Chemicals, Spray Pumps, Spray Boards and Protective Clothings

IFB No: GSMCBP/NCB/02/11

 

1.  This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue no. GNP/001/06 of 13th September 2006

 

2.  The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of indoor Residual Spray Chemicals, Equipment and Protective Clothings.

 

3.  The Gombe State Malaria Control Booster Project (GSMCBP) now invites sealed bids from eligible bidders for:

 

Lot Description Quantity Bid Security Bid Validity Delivery Period Delivery Location Remarks
1 Alphacyper methrin 52,146 Sachets At least, 2.5% of Bid Price 90 days Within 60 days State Central Medical Stores, Behind Railway Station, Gombe
1 Spray Pumps 60 PCS At least, 2.5% of Bid Price 90 days 60 days State Central Medical Stores, Behind Railway Station, Gombe
Repair Kits 12 PCS At least, 2.5% of Bid Price 90 days 60 days State Central Medical Stores, Behind Railway Station, Gombe
Spray Boards 4 At least, 2.5% of Bid Price 90 days 60 days State Central Medical Stores, Behind Railway Station, Gombe
3 Protective Clothings 120 PCS At least, 2.5% of Bid Price 90 days 60 days State Central Medical Stores, Behind Railway Station, Gombe

 

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

 

4.  Bidding will conducted through the National Competitive Bidding procedures 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.

 

 

5.  Interested   eligible bidders may obtain further information from GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP), and inspect the bidding documents at the address given below from 8:00am – 4:00pm Monday to Friday, except on public holidays

 

 

6.  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 Gombe State Malaria Control Booster Project (GSMCBP). The document will be collected by bidder’s representative.

 

 

7.  Bid must be delivered to the address below at or before 12:00noon, 30th June, 2011. Electronic bidding will not be permitted. All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend at the address below at 12:00noon, 30th June, 2011.

 

8.       The address referred to above is:

Project Manager.

Gombe State Malaria Control

Booster Project (GSMCBP)

New GRA, Behind Bulma Guest Inn, Gombe,

Telephone: 08036140724, 07062518618

Email: arnobel95@yahoo.com

 

 

Execution of Projects at Gombe Malaria Control Booster Project (GMCBP)

Invitation for Bids (IFB)

Ministry of Health Gombe

Malaria Control Booster Project

(World Bank Assisted Project)

 

Renovation and Refurbishment of one Ware-House, Reconstruction of Collapsed Fence Walls Restructuring and Reroofing of Administrative Block, Pavement Round The Store Perimeter and External Works and Ancillary.

 

IFB No. GSMCBP/NCB/01/11

 

Credit No.: 4250-UNI

 

1,       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Malaria Control Booster Project (MCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for Renovation and Refurbishment of one Ware-House, Reconstruction of Collapsed Fence Walls, Restructuring and Reroofing of Administrative Block, Pavement round the Store Perimeter and External works and Ancillary,

 

2.       The Gombe Malaria Control Booster Project (GMCBP) now invites sealed bids from eligible and qualified bidders to carry out the Renovation and Refurbishment of one Ware-House, Reconstruction of Collapsed Fence Walls, Restructuring and Reroofing of Administrative Block, Pavement round the Store Perimeter and External works and Ancillary.

 

Lot No Item No Description of works Locations Bid Security  (Insurance Bond not accepted) Completion period
1 1 Renovation and Refurbishing Works at Warehouse (Medical Store) Gombe 3% 16weeks
2 1 Reconstruction of Collapsed Fence Perimeter  Wall Gombe 3% 16weeks
3 1 Renovation work of Administrative Block Gombe 3% 16weeks
4 1 Construction of Pavement round the Store Perimeter Gombe 3% 16weeks
5 1 General External works and Ancillary Gombe 3% 16weeks

 

 

3.  Bidders may quote for one or more complete lots, as bids will be evaluated and awarded on a lot by lot basis or combination of lots, whichever result to be most economical to the Employer. Unconditional discounts offered for the award of combined lots will be considered in bid evaluation. Bids for part of a lot will be considered non responsive.

 

4.  Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Bidding Documents.

 

 

5.  Interested eligible bidders may obtain further information from Gombe Malaria Control Booster Project (GMCBP) and inspect the bidding documents at the address given below from 10:00am -4:00pm, Monday to Friday,

 

6.       Qualifications requirements include:

  • An average annual financial amount of construction work over the last five years of

 

 

a)     Lot 1.                    NGN 57,500,000.00

b)    Lot 2.                    NGN 13,250,000.00

c)     Lot 3           NGN 14,900,000.00

d)    Lot 4.                    NGN 8,200,000.00

e)     Lot5.           NGN 34,650,000.00

 

 

  • Experience as prime contractor in the carrying out of at least two projects of similar nature and complexity equivalent to the Works over the last five years (to comply with this requirement, the works cited should be at least 70 percent complete)
  • Availability (own, lease, hire, etc.) of the essential equipment listed in the Bidding Data Sheet;
  • A Contract Manager with five years’ experience in construction works of an equivalent nature and volume, including no less than three years as Contract Manager; and
  • Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than :-

 

 

f)      Lot 1.                    NGN 5,750,000.00

g)     Lot 2.                    NGN 1, 250,000.00

h)    Lot 3           NGN 1,490,000.00

i)       Lot 4.                    NGN 820,000.00

j)       Lot5.           NGN 3,465,000.00

 

A margin of preference for eligible national contractors/joint ventures shall be applied.

 

7.       A complete set of Bidding Documents in English language 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 Fifteen Thousand Naira (15,000.00) or its equivalent in any freely convertible currency for the first Lot and Ten Thousand Naira (10,000.00) or its equivalent in any freely convertible currency for each additional Lot. The method of payment will be by cash or bank draft in favor of Gombe State Malaria Booster Project. The document will be collected by bidder’s representative or sent by courier services on request.

 

8.       Bids must be delivered to the address below at or before 12:00 Noon, on, 30th June, 2011. Electronic bidding shall not be permitted

Late bids will be rejected.. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below at 12:00 Noon, 30th June 2011. All bids shall be accompanied by a Bid Security of the amount stated in the table above or an equivalent amount in a freely convertible currency.

 

 

9.       The address referred to above is:

Project Manager.

Gombe State Malaria Control Booster Project

Behind Bulma Guest Inn, New GRA, Gombe,

Gombe State.

Country: Nigeria

Telephone: 08023706184, 07062518618

 

Dr Abel Arnold Y

Project Manager.