Construction and Supply of Goods and Services at High Court of the Federal Capital Territory, Abuja

High Court of the Federal Capital Territory, Abuja

Invitation for Pre-Qualification to Tender

High Court of the Federal Territory, Abuja  wishes to pre-qualify competent contractors and other service providers who wish to tender for contracts for Construction and Supply of Goods and Services In The Year 2011

Interested persons are hereby invited to submit their documents for screening and further necessary action.

The Court will require the following goods and services:

1) Supply of Motor Vehicles And Spareparts

a)     Mercedes Jeep.

b)    Volkswagen Passat 2.oltr.

c)     Toyota Prado (Jeep).

d)    Renault (Locan MCV 1.6ltr 7 seater).

e)     Nissan Sunny.

f)      Nissan Civilian Bus (30 Seater Bus).

g)     Toyota Coaster (30 Seater Bus).

h)    Towig Vans.

2)    Supply of Office Furniture And Equipment

1) Supply of Court Furniture.

2) Supply of office equipment such as: Fax Machines, Electric typewriters (IBM), Shredding Machines, Safes, Fire Proof Cabinets, Adding Machines, Air Conditioners, Refrigerator, Standing Fans, Ceiling Fans, Steel Filling Cabinets, Photocopier Machines, Television Sets, TV Stands, Wall Clocks, Rubbish Bins, Stabilizers, UPS.

3) Supply Of Computers, Computer Accessories, Networking Communication Equipment

a)     Supply of Desktop and Laptop Computers.

b)    DeskJet and LaserJet Printers.

c)     Supply of Court Recording Equipment.

d)    Provision of Vsat/Network and provision of Internet facilities

e)     Supply of Projectors

4) Provision of Consultancy Services in the Following Areas

a)     Construction.

b)    Information Technology.

5) Construction of Court Building.

6) Rehabilitation of Courts and Judges Quarters.

7) Sinking of New and Rehabilitation of existing boreholes in Court and Judges Quarters.

8) Supply of Power Generating Plants

9) Supply of Library Books, Equipment and Periodicals.

10) Printing of Judicial Forms, Probate Forms, Non-security and other Documents.

11) Maintenance Services

a)     Facility Management of Courts.

b)    Maintenance of Offices.

c)     Maintenance of Judges Quarters.

d)    Maintenance of Office Equipment.

e)     Maintenance of Office furniture.

f)      Maintenance of Office Vehicles.

g)     Maintenance of generator and Plants

h)    Maintenance of Computers.

12) Supply of Stationeries

13) Supply of Other Office Materials

a)     Supply of Sport Equipment

b)    Supply of Sanitation Equipment

c)     Supply Security Equipment.

14) Supply of Uniforms

a)     Supply of uniforms for Drivers, Security Men, Craftsmen, Artisans Registrars and Court Clerks.

15) Supply of Drugs and Medical Equipment.

Pre-Qualification Requirement

Prospective Contractors shall be required to possess the following Pre-qualification Documents:

a)     Valid Certificate of Incorporation/Registration.

b)    Current Tax Clearance Certificate.

c)     Value Added Tax Registration Certificate.

d)    Three years company Audited Accounts (Companies with Annual Turn – over of less than Two Hundred Million Naira (200, 000,000.00) need not to apply for construction contracts.

e)     Evidence of Registration as Contractor with High Court of the FCT, Abuja.

f)      Company Profile with Curriculum Vitae of Directors.

g)      Details of Equipment and Plants

h)    Bank Reference Letter.

i)       Evidence of execution of similar contracts with high court or any other Government establishment (Letter or Certificate of Successful Completion must be attached).

Submission of Pre – Qualification Documents

Pre-qualification documents should be  enclosed in sealed envelopes marked “2011 PRE-QUALIFICATION” and must be returned to the Tenders Board Secretariat, High Court of the FCT, Abuja on or before 14th March, 2011, addressed to:

The Secretary Tenders Board,

High Court of the FCT Maitama,

P.M.B. 89

Abuja FCT.

Please Note

a)     All documents submitted will subject to verification by the Court from relevant Agencies like CAC, FIRS etc.

b)    Late submission will be rejected.

c)     This advertisement for “2011 – qualification to tender” shall not be construed to be a Commitment on the part of the High Court of the FCT, Abuja nor shall it entitle any person to make any claims and/or seek indemnity from the Court by Virtue of such person having responded to this advert.

d)    Applicants must be specific in the areas of specialization and interest.

Signed:

Garba M. Gummi

For: Chief Registrar

High Court of the FCT, Abuja.

Procurement of Goods at Federal Ministry of Petroleum Resources

Federal Government of Nigeria

Ministry of Petroleum Resources

Department of Petroleum Resources

INVITATION TO TENDER

The Federal Ministry of Petroleum Resources hereby invites interested, competent and reputable companies to bid for the procurement of the following items under the Ministry’s 2010 Capital Appropriation:

LOT Description of Items Delivery Locations
Office Equipment Furniture
1 Office Equipment Furniture ILORIN
2 Office Equipment Furniture IBADAN
3 Office Equipment Furniture ENUGU
4 Office Equipment Furniture ABA
5 Office Equipment Furniture LOKOJA
6 Office Equipment Furniture YENAGOA
7 Office Equipment Furniture AKURE
8 Office Equipment Furniture MAIDUGURI
9 Office Equipment Furniture KANO
10 Office Equipment Furniture GOMBE
11 Office Equipment Furniture KATSINA
12 Office Equipment Furniture JOS
13 Office Equipment Furniture SOKOTO
14 Office Equipment Furniture YOLA
15 Office Equipment Furniture EKET
16 Office Equipment Furniture MAIDUGURI
17 Office Equipment Furniture KADUNA
18 Office Equipment Furniture OWERRI
19 Office Equipment Furniture WARRI
20 Office Equipment Furniture PORT HARCOURT
21 Office Equipment Furniture ABUJA
22 Office Equipment Furniture LAGOS
23 Office Equipment Furniture LAGOS HQ
24 Generating Sets: Specifications

100 KVA/500 KVA Sound Proof Generators

Mode; 6BT59G6 and S22XG6 and QSX15G8

LOKOJA, YENAGOA, MAKURDI, KANO, KATSINA, SOKOTO, EKET (100KVA), WARRI (500 KVA)
25 Monitoring System/Access Control System LAGOS HQ
26 Air Conditioners LAGOS HQ
27 Desktops, Laptops and Softwares LAGOS HQ
28 Caravans (10 by 40 ft) OWERRI
29 1050 Large Format Laminating Machine LAGOS HQ
30 IT Infrastructure LAGOS HQ
31 Safety Wares LAGOS HQ

Bidding will be conducted in line with the provisions of the 2007 Public Procurement Act.

  1. A complete set of Bidding Documents in English Language may be purchased and obtained for any of the lots on the payments of non-refundable fee of ten thousand Naira (N10, 000.00) only by Bank Draft made payable to the Federal Ministry of Petroleum Resources.
  2. All bids must be delivered in the Tender Box at the address below not later than 4th March 2011: late submissions shall not be accepted
  3. Bidding Requirements:

All bids must be accompanied with the following documents as pre-requisites for

  • Evidence of Registration with Corporate Affairs Commission (CAC)
  • Company’s Audited Accounts for 2007, 2008, 2009
  • Evidence of VAT registration and Remittances.
  • Tax Clearance Certificate for 2007, 2008, 2009
  • Evidence of Financial Capability and Banking Support
  • Verifiable evidence of similar jobs executed in the past and knowledge of the industry/project
  • Evidence of payment of the Tender fee of ten thousand Naira (N10,000.00) only
  • Technical qualification and experience of key personnel
  • Evidence of Pension Fund Registration/Remittances
  1. Submission of Proposals (Technical and Financial):

Submission of Technical and Financial proposals must be in separate sealed envelopes indicating the lot(s) of choice and submitted in the tender box at the address below not later than 12 noon, 7th March, 2011. Bids will be opened on the 7th March. 2011 in the presence of the bidders/representatives at the Conference Room of the Ministry on the 6th floor, Block D, NNPC Towers, Central Business District at 12 noon. Only companies with satisfactory Technical Proposals will be invited for the opening of the Financial Proposals and all bids must be accompanied by a bid security of at least 2% of bid price

  1. For submission of proposals and enquiries, please contact:

The Secretary,

Ministerial Tenders Board,

Ministry of Petroleum Resources

NNPC Towers, Block D, 8th Floor

Herbert Macaulay Way, Central Business District

Abuja. Nigeria

Signed

Permanent Secretary

Execution of Projects at Usmanu Danfodiyo University, Sokoto

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar and Secretary to Council)

Invitation for Pre-qualification and Tender

1.0 The Umanu Danfodiyo University, Sokoto intends to execute projects approved by the Education Trsut Fund (ETF) using the 2009 and 2010 allocation to the University. The University hereby invites bids for pre-qualification from competent, reputable and interested contractors to submit their pre-qualification documents for assessment.

2.0     Pre-qualification Requirements

Prospective contractors who wish to participate in the execution of the projects are required to submit their pre-qualification bids containing the under listed  documents in clearly marked envelopes to the office of the Registrar of the University on or before 4th March, 2011. The bids will be opened at 12.15pm on the closing date of this  invitation. Only pre-qualified contractors will be invited to tender for the projects. Any contractors interested in more than one project should submit a separate envelope for each of the projects:

a.       Certified true copy of certificate of registration/incorporation with the Corporate Affairs Commission;

b.       Certified true copy of company’s Tax Clearance Certificates for the last three years and VAT registration;

c.       Evidence of current registration with the University

d.       Evidence of financial capability to execute the project(s), e.g audited accounts for the last three (3) years and a letter of reference from their bankers;

e.       Evidence of similar and verifiable projects successfully executed by the contractor indicating locations, letters of award and completion certificates in the last five years;

f.       List of major items of equipment possessed by the contractor;

g.       List of managerial, technical and administrative staff of the contractor; and

h.       Evidence of payment of staff pension contributions to the National Pension Commission (PENCOM).

The projects to executed are as follows:

S/No Lot Project Numbers Description of Projects
1. Lot  I UDUNI/SOKOTO/ETF/09-10-01/01 Construction of Faculty Building for Faculty of Law
2. Lot II UDUNI/SOKOTO/ETF/09-10/02 Construction of 2No Blocks of  Departmental Building.
3. Lot III UDUNI/SOKOTO/ETF/09/10/03 and 04 Construction of a Block of Lecture Halls, External Works and Gate House

The completed pre-qualification documents must be submitted in separate sealed envelopes, with the names of the projects for which the documents are submitted, marked clearly on the envelopes.

Pre-qualification documents should be addressed to:

The Secretary

Tenders Board

Registry Department

Usmanu Danfodiyo University

P.M.B. 2346

Sokoto.

Signed

Umaru U. Bunza

Registrar & Secretary to Council

Supply of Various Goods at Umanu Danfodiyo University, Sokoto

Usmanu Danfodiyo University, Sokoto

(Office of the Registrar and Secretary to Council)

Invitation for Pre-qualification and Tender

The Umanu Danfodiyo University, Sokoto invites eligible and qualified Consultants to pre-qualify and submit sealed bids for the under listed projects in the University, Bidding will be conducted through the Federal Government Due process procedure and is open to all bidders from Nigeria.

A. Scope of Work

The projects are in two lots, namely:

Lot 1: Supply of Dedicated Bandwidth

The scope of work include:

i.        Supply of 10meg high grade Dedicated Bandwidth

ii.       Connecting the two campuses of the  University using wireless technology

iii.      Deploying our independent routable IPS on the  network.

Lot 2: Supply of Computers, Printers and UPS units

The scope of work include:

i.        Supply of 80nos branded desktop computers

ii.       Supply of 80nos UPS Units

iii.      Supply of 11 nos laserjet printers.

B.      Pre-qualification Requirements

Interested companies are invited to submit the following pre-qualification documents

i.        Evidence of registration with Corporate Affairs Commission

ii.       Company Tax Clearance for the last three years and VAT registration

iii.      Evidence of financial capacity to execute this project, e.g audited accounts for the last three (3) years and a letter of reference from their bankers.

iv.      List of similar verifiable projects successfully executed by the company with locations, letters of award and completion certificates, in the last 5 years

v.       List of managerial, technical and administrative staff of the  company.

vi.      Evidence of payment of staff pension contribution to the National Pension Commission (PENCOM).

C.      Collection of Tender Documents

All bidders are required to purchase the Bidding Documents upon payment of non-refundable fee of N10,000.00 in Bank Draft payable to Usmanu Danfodiyo University, Sokoto. Bidding  Documents be physically purchased between 9.00am-3.30pm Mondays –Thursday and 9.00am-1.00pm Fridays upon presentation of evidence of payment. Documents can also be sent electronically by e-mail, if requested by the bidder. Receipt of bidding documents will be closed on or before 4th March, 2011.

D.      Receipt of Bidding/Pre-qualification Documents

Completed pre-qualification and Bidding Documents must be  in two separate sealed envelopes clearly marked “Pre-qualification for supply of Bandwidth or Pre-qualification for supply of Computers” and “Tender for supply of Bandwidth or Tender for Supply of  Computers” as the case may and delivered to: The Secretary Tenders Board, Usman Danfodiyo University, P.M.B 2346, Sokoto. 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 Senate conference Room, Main Campus, Umanu Danfodiyo University, P.M.B 2346, Sokoto at 12.15p on the date of close receipt.

Signed

Umaru U. Bunza

Registrar & Secretary to Council

Expression of Interest at Support to National Malaria Programme (SuNMaP)

Advertising Agencies to Pitch for an Account in a  DFID-funded Programme

Background

The Support to National Malaria Programme (SuNMaP) is a DFID-funded programme in Nigeria; operating in six states, namely; Anambra, Kano, Katsina, Lagos, Niger and Ogun with its head office in Abuja, SuNMaP is managed by a consortium of international agencies namely; Malaria Consortium, Health Partners International and GRID Consulting. The Programme provides support to the National Malaria Control Programme through a number of initiatives which include behavioral change communication, net campaigns, as well as sustained advocacy and public enlightenment on measures for malaria prevention.

The Federal Ministry of Health has developed an Advocacy, Communication, and Social Mobilization [ACSM] Strategic Framework and Implementation plan, which identifies steeping under Long Lasting Insecticidal Nets (LUNs) as one of the critical behavioural and social norms required to achieve the desired scale-up in malaria prevention.

However the utilization of LLINs must remain high in order to sustain the full health benefits of the intervention.

The National strategic plan for malaria control therefore seeks to reduce the incidence of malaria in Nigeria by ensuring that eighty per cent of households will have two or more LLINS by end of 2011 and to sustain it at this level up to 2013 and beyond. The strategy for this includes the delivery of subsidized or free nets through LGAs as well as enlightenment and marketing campaigns within the public and private sectors.

SuNMaP is therefore building on the ACSM strategy by supporting generic marketing activities in the commercial sector, in order to improve retail sales of LLINs. The emphasis is for consumers to place a high value on LLINS, use them consistently, and  be wiling and committed to replace them when necessary.

Against this background, the Programme is inviting agencies to express interest to Pitch for this account.

Submission of Expression of Interest

Interested agencies are required to submit both hard and soft copies of their Expression of Interest in the following format:

i.        A written Expression of Interest on the letter head of the agency

ii.       Agency profile

iii.      Evidence of having carried out similar work

iv.      Key contact person(s) and contact details

The soft copy should be emailed to agencies@gridconsulting.net

The hard copy should be sent by courier to:

The Programme Director

SuNMaP Office

4th Floor, Abia House,

Central Business District

Abuja,FCT

Closing Date

All Expression of interest must be received by 5.00pm on 22nd February, 2011.

Pitch Dates

Shortlisted Agencies will be contacted by 28th February 2011. After further briefing their pitches will be heard on 14th and 15th March, 2011.