Supply of Goods at University of Maiduguri Teaching Hospital

University of Maiduguri Teaching Hospital

(Office of the Chief Medical Director)

BAMA ROAD, PMB 1414

MAIDUGURI, NIGERIA

UMTH/CON/222/VOL.I

11th January 2011

Invitation for Pre-Qualification and Tender for Supply of

Diesel (AGO), Engagement of Private Caterers for Feeding of Patients

and Engagement of Fund Managers for Supply of Pharmaceutical

Products and Surgical Consumables.

This is to inform the general public that the University of Maiduguri Teaching hospital is desirous of commissioning competent contractors to undertake the supply of Diesel (AGO), engagement of Private Caterers for feeding of patients and Fund Managers for the supply of Pharmaceutical Products and Surgical consumables;.

The Hospital is hereby inviting competent and interested contractors for pre-qualification and Tender bids in respect of the following projects in accordance with Due Process.

Lot/Project No. Description

Lot 01 Supply of Diesel (AGO)
Lot 02 Engagement of Private Caterers for feeding of patients
Lot 03 Engagement of Fund Managers for Supply of Pharmaceutical Products and Surgical Consumables.

Pre-Qualification

The followings are the pre-qualification requirements, which should be submitted by interested companies:

  1. Evidence of incorporation by Corporate Affairs Commission (CAC)
  2. Tax Clearance Certificate for the last three (3) years
  3. Evidence of contributory Pension Scheme for Staff.
  4. Company profile including names, qualifications and experience of Company staff with copies of credentials,
  5. Evidence of financial capability to handle the project from a reputable Bank
  6. Verifiable list of similar contracts successfully executed with names of clients and evidence of award, completion or partial completion.
  7. Evidence of VAT Registration Certificate.
  8. Evidence of registration with the Department of Petroleum Resources (DPR) for those wishing to supply Diesel
  9. 9. Evidence of Registration with NAFDAC for those wishing to be engaged as Fund Managers and Private Caterers.

The pre-qualification documents must be in separate sealed envelopes and clearly marked Pre-Qualification of Tender for Supply of Diesel (AGO); Engagement of Private Caterers for feeding of patients; and Engagement of Fund Managers for supply of Pharmaceutical Products and Surgical Consumables; and should be submitted on or before 8th March 2011to the address below:

The Secretary, Tenders Board

University of Maiduguri Teaching Hospital

P. M. B. 1414. Maiduguri

Borno State

Full tendering procedure will apply only to bidders that have been pre-qualified and found capable of executing the projects.

Tender

Tender documents shall be made available to interested companies on payment of non-refundable fee of N20,000.00 to the finance department who shall issues receipts to accompany the tender on submission Tenderers should collect Tender documents from the Office of the Chief Administrative Officer (CAO), Procurement.

Babagana M. Aji

Director of Administration

Invitation for Pre-Qualification of Contractors at Federal Polytechnic, Bida

Federal Polytechnic, Bida

(Office of the  Registrar

Invitation for Pre-Qualification of Contractors

1.0     Introduction

The  Federal Polytechnic, Bida hereby  invites application from competent and suitably qualified Contractors, who wish to be pre-qualified for year 2010 special intervention Projects (BOT).

2.0     Project to be Executed

2.1     Construction of a 1000-seat capacity Polytechnic Auditorium

2.2     Supply, fixing and installation of furniture and other items for the Auditorium.

3.0     Pre-Quisite

Intended Contractors are required to furnish the  Polytechnic with the  following documents in Sequential Order as Listed Below:

3,1     Copy of Certificate of  incorporation with Corporate Affairs Commission (CAC).

3.2     Company profile, which must include:

i.       Organizational structure and key professional  staff with relevant qualifications and experience;

ii.      Curricula Vitae of key professional staff;

iii.     Evidence of having successfully carried out similar project, showing evidence of award, timely completion and  details  of on-going projects:

iv.     Audited Account of company for the immediate past three (3) years;

v.       Copy of Company Tax Clearance Certificate for the immediate past three (3) years, valid up to December 31, 2010, which shall be verified and the original sighted on demand;

vi.      Evidence of financial capacity from, reputable Nigerian Bank(s):

vii.     Evidence of Registration with relevant Professional Body;

viii.    VAT   Registration   certificate and   evidence   of remittance on previous earnings;

ix       Details of equipments and plants, including Machines owned or to be hired (Attach Brochure);

x.       Evidence of Registration with the Federal Ministry of Works as a Contractor.

xii      Evidence of Compliance with the provision of Pension Reform Act, 2004 with regards to operation of employee Retirement Savings Account (RSA) with approved Pension Fund Administrators (PFA).

4.0     Submission of  Pre-Qualification Documents

Interested Contractors should submit in sealed envelopes their pre-qualification documents as requested  above, delivered by hand to reach the  following  address on or before 7th February, 2011.

The Registrar

Federal Polytechnic,

P.M.B 55,

Bida, Niger State.

5.0     Please Note

5.1     All document from relevant Agencies like (CAC, FIRS, FMV, PFA, etc)submitted will e subjected to verification by the  Commttee.

5.2     Applicants must be specific in their  area of  specification and interest late submission will be rejected.

Singed

Chief Bisi Adeyemi

Registrar.

Technical and Financial Bids for the Execution of One (1) Project with Provisions in the 2010 Appropriation at National Commission for Museums and Monuments

National Commission for Museums and Monuments

Plot 16 Cotonou Crescent Wuse Zone 6 Abuja

P.M.B 171 Garki Abuja

Invitation to Tender

Interested and reputable contractors with relevant experience and good track records are hereby invited to submit their technical and financial bids for the execution of one (1) project with provisions in the 2010 Appropriation.

Renovation of  Chief Benjamin Atuchukwu’s Hous in Amichi Nnewi South L.G.A, Criteria.

Bidding Criteria

All interested Contractors are required to submit the  following document  along with the  financial bids:

  • Evidence of company registration (Certificate of Incorporation) by Corporate Affairs Commission(CAC)
  • Company profile and organizational structure, including names and resume of key personnel with addresses and phone numbers.
  • Verifiable list of previous similar major works carried out in recent past with their locations and clients (copies of award letter, completion certificates/final payments certificates should be attached)
  • Current Tax Clearance certificate for the  last (3) years.
  • Evidence of VAT registration certificate and past remittances
  • Audited Accounts for the  last three years
  • Evidence of financial strength and banking support
  • List of Equipment to be  used for the  project and their location (State whether the equipment are leased, hired or owned, if owned attach proof).

Collection of Tender Documents

Bid documents are to be  collected upon payment of non-refundable fee of thirty thousand Naira (N30,000.00) only per project in certified draft in favour of  National commission for  Museums and  Monuments, Abuja.

Submission of Tender Documents

Completed bid should be submitted in three copies (one original and  two other copies) and all pages dully endorsed by the  bidders. The  document should be sealed  and  labeled (Technical and  Financial Bids as appropriate) separately and the two envelops be put in another envelop that should also be sealed and labeled with the lot number bided,  clearly written at the top left hand corner of the envelop and addressed to:

The Secretary,

Procurement Planning  Committee,

National Commission for  Museums and Monuments,

Plot 16, Cotonou Crescent,

Wuse Zon 6, Abuja.

Closing date  and time of submission of bids document is 12 noon Monday, 21st February 2011 and tenders shall be opened at 1.00pm same day at the National commission for Museums and Monuments, Plot 16, Cotonou Crescent, Wuse Zone 6, Abuja. Bidders or their representatives are strongly advised to be present.

Please Note

(i)      Bidders are to enclose a photocopy of the receipt as evidence for the payment of the fee for tender documents

(ii)     NCMM reserves the right to reject any document it considers to be  of doubtful authenticity

(iii)    Late submission will not be entertained

(iv)    This notice shall not be construed to be a commitment on the part of the NCMM to award any form of contract to any respondent nor shall it entitle any organization to claim any indemnity from the commission.

Signed

Management

Pre – Qualification for Various Jobs at Customary Court of Appeal

Customary Court of Appeal,

Federal Capital Territory Judiciary,

No 36, P.O.W Mafemi Crescent,

Utako District, Abuja.

2011 Invitation for Pre-Qualification Exercise

The Customary Court of Appeal, Federal Capital Territory Judiciary. Abuja  invites interested, qualified and reputable contractors to apply for  Pre – Qualification for the various jobs listed below in the 2011 fiscal year.

Lot 1 Purchase of Assorted Vehicles

a.       Toyota Camry. Toyota Corolla and Toyota Coaster

b.       Honda Civic (leather) full option

c.       Mitsubishi Canter

Lot  2: Office Furniture and Equipment

a.       Supply of Office Equipment such as: Fax Machines, Electric Typewriters (IBM), Shredder Machines, Security Safes (Fire Proof), Adding Machines, Air Conditioners. Refrigerators, standing   fans,   Ceiling   Fans.   Steel   Filling   Cabinets, Photocopier Machines, Television  Sets, Wall Clocks Stabilizers .etc.

b.       Supply of Office Furniture

c.       Supply of Residential furniture and equipment

d.       Purchase and installation of Library Equipment.

Lot 3: Supply of Computers, Printers, Recording and Communication Equipment

a.       Supply of Desktop and Laptop Computers

b.       DeskJet and LaserJet Printers

c.       Supply of Court Recording equipment

d.       Provision of Communication equipment.

Lot 4:         Construction of Customary court Building.

Lot 5:         Power Generating Plants

a.       Purchase and installation of Power Generating  Plants

b.       Provision of Transformers

c.       Supply of diesel Oil.

Lot 6:         Water Supply (Boreholes) and Maintenance

Lot 7:         Maintenance  and Other Services

a.       Maintenance of Vehicles

b.       General Maintenance of Office Buildings

c.       Maintenance of Office Furniture

d.       Maintenance of Office Equipment

e.       Maintenance of Computers

f.       Fumigation and Cleaning of Offices

g.       Maintenance of Judges’ Residences

h.       Maintenance of Generators and Plants.

Lot 8:         Office Materials, Tools and Other consumables

a.       Supply of Stationeries

b.       Supply of Library Books and Periodicals

c.       Supply of Air Fresheners, Disinfectants, Toilet Paper, Liquid

Soap, Hand Wash, First Aid. materials etc

d.       Supply of Electrical Fittings

e.       Supply of Computer Accessories

f.       Supply of Motor Vehicle Tools, Tyres, Batteries, Spare parts etc.

g.       Supply of Sporting Equipment

h.        Supply of Sanitation Equipment

i.         Supply of Security Equipment

j.         Supply of Drugs and Medical Supplies

k.        Supply of Uniforms and Other Clothing

l.         Printing of Non – Security Documents

m.       Supply of Refreshment Items

Lot 9:         Staff Training

Workshops, Seminars, Induction Courses. Capacity Building, Conferences, etc.

Lot 10: Consultancy Services

a.       Information Technology

b.       Legal Services

c.       Other Professional Services

Lot 11: Rehabilitation

a.       Rehabilitation of Courts and Hon Judges Quarters

b.       Rehabilitation of Roads and Bridges

c.       Rehabilitation of Street Lights

Requirements

Interested contractors should apply with the under listed information about their Companies/ organizations:-

1.       Evidence of Registration with the Corporate Affairs Commission (CAC) including CTC of the Memorandum and Articles of Association.

2.       Value Added Tax Registration (VAT) and Tax Identification Number (TIN),

3 .      Three ( 3 ) years Tax Clearance Certificate

4.       Company profile including key professionals to be involved in the project and their C Vs.

5.       Similar jobs recently executed showing evidence of award and successful

completion.

6.       Bank Reference Guarantee.

7.       Registration with Customary Court of Appeal, Abuja Court Tenders Board.

8.       List of Equipment indicating whether owned, hired or released.

Submission

All documents must be submitted in a sealed envelope and marked “2011 Pre-qualification” indicating the Lot boldly specified on the envelope, addressed and submitted on or before 7th February, 2011to:

The Secretary, Court Tenders Board,

Customary Court of Appeal,

FCT Judiciary,

Plot 36, P.O.W Mafemi Crescent,

Utako District, Abu ja.

P.M.B 246, Garki Abuja.

Note:

a.       Late submission will be rejected.

b.       The bids will be open on Monday 14th February, 2011 at the Court Premises by 10.00am.

c.       This advert shall not be construed to be a commitment on the part of Customary Court of Appeal, Abuja nor shall it entail the Applicant to make any claim(s) whatsoever and/or to seek any indemnity from the Customary Court of Appeal, Federal Capital Territory Judiciary Abuja by virtue of such applicant having responded to this publication.

d.       Only successfully pre-qualified contractors will be invited to bid for the Lots and the Customary Court of Appeal, Abuja shall not enter into correspondence with any unsuccessful bidder.

e.       This advert also serves as a formal invitation to Civil Society Groups.

Signed

Chief Registrar

Customary court of Appeal,

FCT Judiciary

Abuja.

Procurement of Vehicles and Equipment for Federal Roads Safety Corps at Federal Ministry of Works

Invitation for Bids (IFB)

Country: Nigeria

Project: Federal Roads Development Project

Credit No.: IDA 44150

IFB Title: Procurement of Vehicles and Equipment for Federal Roads Safety Corps

IFB No.: FRDP/2010/IFB/PKG 1

January 2011

1.       This invitation for Bid follows the General Procurement Notice for the Project that appears in the Development Business, issue No.637 March, 2005.

2.       The Federal Republic of Nigeria has received a Credit from the International Development Association (World Bank) in various currencies to finance the cost of the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this Credit will be applied to eligible payments under the contract for the Procurement of Operational Vehicles and Equipments.

3.       The Road Sector Development Team (RSDT) now invites sealed bids from eligible Bidders for the supply of Operational Vehicles and Equipment to enhance Federal Road Safety Corps (FRSC) activities as follows:

Lot No. Description Qty

(No)

Delivery Period Bid Security Delivery Location
Road Safety & Enhancement
Lot 1 Patro vehicles: – Wheel drive double pick up van,petrol engine, minimum 2.7 litre engine, steel canopy, padded seats for full length each side of tray, fitted with flasher, siren, public address system and painted in Aqua  Marine Code 3011 blue. 16 180 days Nigerian Naira 2,232,000.00

Or

USD 14,880.00

FRSC Head- quarters, Abuja.
Lot 2 Patrol Motor Cycles: Power bike 900cc fitted with siren, flasher and public address system and painted in Aqua Marine Code 3011 Blue 24 180 days Nigerian Naira 2,235,000.00

Or

USD 14,904.00

FRSC Head- quarters, Abuja.
Lot 3 (i)  Heavy Tow Vehicles: 70 tons output fitted with siren, flasher and public address system and painted in Aqua Marine Code 3011 Blue. 3 180 days Nigerian Naira 7,654,000.00

Or

USD 51,030.00

FRSC Head- quarters, Abuja.
Lot 4 (ii) Light Tow Vehicles: 33 tons output fitted with siren, flasher and public address system and painted in Aqua Marine  code 3011 Bule. 1 180 days Nigerian Naira 697,000.00

Or

USD 4,650.00

FRSC Head- quarters, Abuja.
Lot 5 (i) Ambulance double carrier:

Fitted with multiple causality double stretcher with complete life support equipment and painted in Aqua Marine Code  3011 Bule. Engine 2700cc, air con, high roof –min 1.78m to allow standing.

1 180 days Nigerian Naira 720,000.00

Or

USD 4,800.00

FRSC Head- quarters, Abuja.
Lot 6 (ii) Ambulances single carrier:

Single stretcher ambulance fitted with complete life support equipment and painted in Aqua Marine Code 3011 Blue.

6 180 days Nigerian Naira 1,269,000.00

Or

USD 8,460.00

FRSC Head- quarters, Abuja.

4.        Bidding will   be  conducted   through  the   International Competitive Bidding (ICB) Procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loons and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines. May 2004′, Revised May 2005, September 2006, May 2007, and May 2010.

5.       Interested eligible bidders may obtain further information from the Unit Manager, Road Sector Development Team (RSDT) to (inspect the bidding documents at the address given below from 9.00 am- 4.30pm Mondays- Fridays, excluding Public Holidays.

6.       Qualifications requirements include:

a)       Financial Capability

The reports on the financial standing, such as profit and loss statements and auditor’s reports for the past five years; evidence of adequacy of working capital for this Contract shall be furnished by the Bidder.

(b)               Experience and Technical Capacity:

The Bidder shall have been engaged in the business of supply of vehicles for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business. The Bidder shall have successfully completed at least two supply contracts of a similar nature and complexity as the subject contract over the last five years. The Bidder shall also provide details of contractually committed contracts.

c)                The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the usage requirement: Minimum Technical Specifications.

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Document.

7.       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 fifteen thousand naira only (N15, 000.00) or an equivalent amount in a freely convertible currency. The method of ‘payment will be by bank draft payable to ‘Federal Roads Development Project. Bidding documents will be available from 24th January, 2011.

8.       Bids must be delivered to the address below at or before 11.00 AM on 8th March, 2011, Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders1 representatives, who choose to attend in person or on-line at the address below at 11,00 a.m. on 8th March, 2011, All bids must be accompanied by a Bid Security as stated in item 3 above in local currency or an equivalent amount in a freely convertible currency:

9.

The address (es) referred to above is/are:

Engr. Lawal A, Audi, Unit Manager (RSDT)

Federal Ministry of Works,

Road Sector Development Team (RSDT)

6 Niagara Close, off Erie Crescent, off Nile Street, Maitama

Abuja, Nigeria.