Invitation to Quote for the Supply of Cold Centrifuge and 2Mbps Internet Access at University College Hospital, Ibadan

University College Hospital, Ibadan

Invitation to Quote for the Supply of Cold Centrifuge and 2Mbps Internet Access

 

The University College Hospital (UCH), Ibadan, Nigeria’s premier teaching hospital, invites qualified companies/contractors to bid for the supply of the under listed laboratory and ICT equipments.

 

  • Supply of 1(No.) Cold Centrifuge, 6-12 x 500mls of blood bags,
  • 2Mbps Internet Access

 

Companies/Contractors are required to have and attach the following with the tender documents:

  • Certificate of Incorporation
  • Current Tax Clearance Certificate and Audited Account for the last three (3) years
  • Evidence of financial capability and/or banking support
  • Company’s Profile and evidence of verifiable relevant experience in executing similar project giving scope locations, value and schedule
  • Evidence of good technical maintenance and management capabilities of the item under this scope of work.

 

Interested Companies/Contractor should pay a non-refundable tender fee of N10,000 (Ten Thousand Naira) only directly 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 Financed Accounts Department of the Hospital. Photocopy of the receipt should be attached to the tender documents. The envelope containing the bids/quotes should be marked as appropriate in Capital letters at the left hand corner of the sealed envelope and addressed to:

The Deputy Director (Procurement),

University College Hospital,

Ibadan

Invitation for Pre-Qualification as Contractor(S) for the Construction of Enugu, Makurdi, Port-Harcourt and Yola Zonal Offices and the common Facility Centre (CFC), Kano at Nigerian Export Promotion Council (NEPC)

The Nigerian Export Promotion Council (NEPC)


Invitation for Pre-Qualification as Contractor(S) for the

Construction of Enugu, Makurdi, Port-Harcourt and

Yola Zonal Offices and the common

Facility Centre (CFC), Kano.

 

1.0 Introduction

 

The Nigerian Export Promotion Council (NEPC) hereby invites reputable and competent Building Contractors and Engineering Firms to apply for Pre-qualification towards the construction of Enugu, Makurdi, Port-Harcourt and Yola Zonal Offices and the Common Facility Centre (CFC), Kano.

 

2.0     Pre-Qualification Requirements

Interested companies should submit documents showing that they satisfied the following requirements:

  • Audited account with annual turnover of over N250 million value in any of the last three (3) years.
  • Evidence of experience as a major contractor on at least one project of similar nature and complexity within the last five (5) years; stating clients, cost with completion certificates and photographs attached,
  • Have a project manager of between 6 – 12 years experience in works of equivalent nature and volume,
  • Organizational structure with names of key personnel involved in project Implementation stating qualifications and professional registrations where applicable (enclose photocopies of professional qualifications).
  • Certificate of registration with Corporate Affairs Commission (CAC).
  • Article of Memorandum duly endorsed by CAC.
  • Tax clearance Certificate.
  • VAT Registration Certificate.
  • Consent to allow for verification of Firms financial standing with the bankers.
  • Comply with the Federal Inland Revenue Services requirements.
  • Letter of financial comfort from bank.
  • HSE Community Affairs and security policies detailing the Company’s procedure for handling HSE, Community Affairs issues
  • Quality Assurance/Quality Control Manual.
  • Possess a substantial proportion of construction equipment required to successfully execute the contract.
  • Evidence of access to bank credit of up to N500.000.000 (Five Hundred Million Naira).

 

2.0        Submission Of Pre-Qualification Documents

The information with supporting documents in respect of these requirements should be submitted in one original plus 2No soft copies not later than 31st May, 2011.

According, all prospective contractors are to submit the above requirements in sealed envelope to:

The Executive Director/CEO,

Nigerian Export Promotion Council,

40 Blantyre Street, off Adetokunbo Ademola Crescent,

Wuse 2, Abuja.

3.0 NOTE:

This pre-qualification request is not an invitation to tender. NEPC is neither committed nor obligated to undertake the work described or to issue any call for tender or to include any respondent to this invitation or other company on any tender list or lists, or to award any form(s) of contract. The invitation to tender and full tendering information will be issued only to qualified companies that have been pre-qualified. NEPC will not make any payment whatsoever for submission presented in response to this Notice. Please note that only company that responds to advertisement shall be eligible to participate in the pre-qualification process for this tender.

Request for Expressions of Interest at Nigeria Extractive Industries Transparency Initiative (NEITI)

The presidency

The Nigeria Extractive Industries Transparency Initiative (NEITI)

Federal Republic of Nigeria

Nigeria Phase II EITI Implementation

Training on the Auditing of Extractive Industries Companies

and Fiscal System for the Oil and Gas Sector (Nigerian Industry Review)

Trust Fund Number: 95381

 

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has obtained a grant from the EITI Multi-Donor Trust Fund (MDTF) to be administered by the World Bank towards the cost of a consultancy service. The purpose of the consultancy is to provide training for staff in the following areas:

1.       Auditing of Extractive Industry companies; and

2.       Fiscal Systems for the oil and Gas Sector (Nigerian Industry Review)

 

The objective is to strengthen the technical capacity of staff of the NEITI Secretariat. The services required include but are limited to:

  • Developing a customized training programme for the staff of the NEITI Secretariat that will improve their capacity in the execution of the NEITI mandate
  • Delivery of the training programme; and
  • Preparation of an evaluation report on the outcome of the training exercise with recommendations on how NEITI can strengthen the capacity in the  subject  areas

 

This assignment may last for a period of 4 weeks from the time of contracting.

 

Submission of Expression of Interest (EOIs)

NEITI now invites eligible training firms/Institutes/consultancies with expertise in either of the training areas to submit proposals indicating the training course to be provided. Firms/Institutes/consultancies can apply as a consortium and each firm/consortia must include highly qualified consultants with experience  in the  training  areas.

 

Interested firms/institutes/consultancies must provide information indicating that they are qualified to perform the services

  • Profile of firms/consortium (Local/foreign) including ownership structure of firms making up the consortium
  • Description of similar assignments executive /under  execution in the  sector by the firm/consortium. This should  cover  the role  played by the  consortium membership) in (A) Developing  training Programes in the subject area (B) Developing the course content   (C) Preparing training evaluation report
  • Experience in similar conditions
  • Availability of appropriate skills among staff
  • Evidence of alliance/ partnership between consortium members
  • Information on Legal Status of the firm or Consortium with verifiable Certificate of Incorporation
  • Registration with appropriate professional bodies will be of additional advantage.

 

Consultants may associate to enhance their qualifications. Interested consultants can also bid for more than one assignment.

Evaluation of competence and qualification of firm will be undertaken on the basis of aforementioned requirements to be met by the consultant’s team. A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers, published in May 2004 (current edition).

Interested consultants may obtain further information at the address below during office hours.

One original and  five copies and a CD rom of the  Expression of Interest (EOI) must be delivered to the address below on or before May 23rd 2011 by 5.00pm in a sealed envelop clearly marked “Expressions of Interest for the provision of training services on Auditing of Extractive Industry companies”  or “Expressions  of Interest for the provision of training services on Fiscal Systems for Oil and Gas sector (Nigerian Industry Review)”.

 

The Executive Secretary

NEITI-Secretariat

No.1 Zambezi Crescent

Off Aguiyi Ironsi Street,

Maitama, Abuja

Phone: +234-9-2906545

Email: procurement@neiti.org.ng

Website: http://www.neiti.org.ng

Only shortlisted consultants will be contacted.

 

Invitation to Tender for Works at Jebba Hydro Electric Plc

Jebba Hydro Electric Plc

Invitation to Tender for Works at Jebba Hydro Electric Plc, Jeba

 

Specific Procurement Notice

The Power Holding Company of Nigeria Plc, Jebba Hydro Electric Plc, intends to carry out overhaul/repair of her Power House Cranes for the operation and maintenance of Power Plant.

This Specific Procurement Notice (SPN) which is a follow up of the General Procurement Notice (GPN) earlier placed on the Federal Tenders’ Journal of Monday, 21st February 2011. The Punch Newspaper and Daily Trust Newspaper in respect of Lot 3 on the GPN.

 

The procurement will be funded from the company’s Internally Generated Revenue (ING)

 

Scope of Work

The scope of  works shall include: Overhaul/Repair of Power House Cranes

 

Basic Requirements

Interested companies are expected to carry-out condition Assessment of the cranes and submit the following basic requirements (Technical and Financial).

 

Technical

  • Evidence of  Registration of your Company with the  Corporate  Affairs Commission
  • Company profile, Experience/Technical qualification of key staff
  • Evidence of  Remittance of pension contribution to the appropriate  Pension Fund Custodian
  • Technical Capability
  • Manufacturer/Franchise/Manufacturer’s representative
  • Report  of condition Assessment of the cranes
  • Evidence of Financial Capability/Bank support
  • Company Audited Accounts for the  last three (3) years
  • Evidence of having executed similar projects in the last five years
  • Evidence  of valid Tax Clearance Certificate for the past three year
  • VAT registration Certificate
  • Any other relevant document that could enhance the company’s legibility and place her on comparative  advantage over others

 

Financial

Financial bid with Bid security (Bid Bond)

 

Submission Procedure

The Bid (Technical and Financial) in separate  envelops should be in a sealed envelop clearly marked “overhaul/Repair of Power House Cranes” at the top left hand corner of the  envelop and addressed to:

 

The Chief Executive officer

Jebba  Hydro Electric Plc,

Jebba North

Niger State.

 

To reach the office on or before Tuesday, 28th June, 2011 by 12.00 noon. The submission should be  two copies (Original and duplicate)

 

Important Information

The submission should be a  well paged document with table of contents  following the requirements serially

Only companies whose technical submissions are pre-qualified shall be invited for submission of proposal. Interested companies are advised to contact the Principal Manager

Procurement, Jeba Hydro Electric Plc, Jebba for any additional information that may be required. Email: pmprocjebbahydro@yahoo.com

Jebba Hydro Electric Power Plc reserves the right to verify any claim made by companies. Therefore companies are advised to include in their submissions necessary authority and guarantee for such verification.

All prospective bidders are to note that violations of bidding procedures are considered fraud, which is, among other remedies, punishable by potential blacklisting from participating in future Jebba Hydro Electric Power Plc procurements

All expression of interests shall be opened on the closing day at  12:30

Opening Venue: Conference Hall, Jebba Hydro Electric Plc, Jebba Niger State.

 

This advert serves as an invitation to any interested NGO and members of the  general public who may wish to witness the opening exercise.

 

Management.

 

 

 

Invitation to Tender for Procurement/Installation of Solar Refrigerators at Federal Ministry of Health

Federal Republic of Nigeria

Federal Ministry of Health

Invitation to Tender for Procurement/Installation of Solar Refrigerators for the Storage of Vaccines     in Some Selected Wards under the Global Alliance

for Vaccines and Immunization Health System Strengthening (GAVI HSS) Grant

Introduction

The Federal Government of Nigeria through the Federal Ministry of Health (FMOM) signed on to the implementation of GAVI Prefect on Health System Strengthening (HSS),

 

2.       The GAVI Project is implemented by the National Primary Health Care Development Agency (NPHCDA), the Department of Planning, Research and Statistics and the Department of Food and Drug Services of the Ministry.

 

3.       Department of Food and Drug Services is responsible for implementing the objectives 5 component which is to strengthen the Logistics system and infrastructure at National/State/LGA/Ward levels.

 

4.       There is provision in the approved work plan under Logistics and infrastructure Strengthening for the installation of solar refrigerators for the storage of vaccines in some selected wards in the country.

 

5.       The Ministry therefore invites eligible and competent contractors to tender for the supply and installation of solar refrigerators as follows:

 

Scope of Work:

6.       The scope of work to be carried out shall include the Procurement and installation of Solar Powered Refrigerators.

Lot 1 –        South East and South South (Abia, Ebonyi, Imo, Bayelsa, Delta and Rivers)

Lot 2 –        North Central and North East (Nassarawa, Kogi, PCT, Niger, Bauchi,

Tarabt, and Gombe)

Lot 3 South West and North West (Ekiti, Ogun, Oyo, Jigawa, Kano, Katsina and Kebbi)

 

Eligibility Requirements:

7.       Technical and Financial proposals for each are therefore required from qualified and experienced contractors and suppliers, Interested contractor/suppliers are expected to show evidence of the following:

i.        Certificate of Incorporation with Corporate Affairs Commission (CAC) and

evidence of Annual Returns Filling at CAC;

ii.       Proof of Registration with National Pension Commission and evidence of remittances of employees pension contribution/ deduction;

iii.      Company’s Audited Accounts for the last three years;

iv.      Tax Clearance Certificate for the past 3 years i.e. 2008, 2009, 2010 (to expire December, 2011);

v.       VAT Registration with TIN No. and proof of past remittance;

vi.      Evidence of Financial Capability to execute the contract with the Ministry; vii.  Evidence of payment of Tender Fee of N 10,000 only in favour of Federal     Ministry of Health

viii.    Company profile, partnerships, curriculum vitae with evidence of experience of key technical personnel;

ix.      Evidence of similar job(s) previously executed or currently being executed (including letters of award, completion certificate, payment)

x.       Submission of technical details and brochures of items being tendered for.

 

Collection of Qualification and Tender Documents:

8.       Qualified applicants are to collects of:

a)       WHO approved specification for the solar powered refrigerators

b)      Specific locations and Geo-Political Zones to be covered.

c)       Tender/Bid Document(s)

Submission of Qualification and Tender Documents:

9.       The qualification and Tender Documents must be submitted in two (2) copies each; including one (1) copy in sealed envelope clearly marked “qualification” and “Tender” Documents for any or all of THE SPECIFIED 3 LOTS and delivered not later than 12.00 noon of 31st May, 2011 to the address -below;

 

The Secretary

Ministerial Tenders Board

Federal Secretariat Complex

Phase 111, Podium G3, 3rd Floor (Ministerial Tender’s Board Secretariat)

Federal Ministry of Health

Ahmadu Bello Way, CBD Abuja.

 

Opening Of Qualification and tender Requirements Documents

10.     Tender documents will be opened after the close of the submission date on Tuesday 31st May 2011 at 1.00 p.m. Nigeria time (12 noon GMT). All bidders or their representative are invited to witness the public opening of bids received accordingly

 

Please Note:

11.     This advertisement shall not be construed as a commitment on the part of the Ministry by virtue of his/her responses to the advertisement

 

Signed:

L. N. Awute mni,

Permanent Secretary.