Invitation to Tender at Kuje Area Council

Kuje Area Council

Federal Capital Territory, Abuja Department of Administration

Invitation to Tender

Kuje Area Council hereby invites interested contractors and reputable companies to tender for technical and financial biding for underlisted projects.

Lot 1:          General renovation of the official Residence’ of executive chairman.

Lot 2:          Procurement of drugs to clinics

Lot 3:          Purchase /supply of residential furniture, office furniture, electronics and households items to official residence of the executive chairman.

Lot 4:          Purchase/supply of stationeries and instructional materials to schools in Kuje Area Council

Lot 5:          Purchase/supply of Toyota Hiace ambulance bus

Lot 6:         Purchase/supply of bore-hole drilling machine (Drilling Rig & Compressor).

Lot 7:          Construction/grading of roads/culverts within the political wards of the Area council

Lot 8:          Construction of classrooms in some primary school’s within the Area council

Lot 9:          Supply/installation of 100KVA and 13KVA generator set (model cat)

Lot 10:        Procurement of sprayer machine

Lot 11:       Renovation of staff public toilet/convenience with construction of borehole high level water tank on 9m steel tower.

Lot 12:       Construction of borehole with over head tank/hand pump boreholes within the Area council

Lot 13:        Purchase/supply of official vehicles:-

a.       1 no of brand new prado jeep 2012 model

b.                1 no of Toyota camry brand new 2012 model

c.      1 no of Toyota corolla brand new 2012 model

d.       Peugeot 406 prestige car 2.01t engine

e.      1 no of Toyota hilux 2.7 VVT-I brand new

f.       1 no of Toyota hiace bus, brand new medium roof.

Lot 14:        Development of Kuje Housing Estate 3 on PPP.

B.      Requirements

(i)      The company must be duly registered with Corporate Affairs Commission (CAC).

(ii)     The company must be a registered contractor with Kuje Area Council.

(iii)              The company must have Vat Certificate

(iv)    Registration and tender fees are payable at Main Street Bank to Kuje Area Council Account

(v)     Verifiable evidence of similar jobs successfully executed in the past (award letters & Certificate of completion of jobs should be submitted).

(vi)    Bank guarantee Referenced Audited account for 3 years.

(vii)  Company Profile/list of equipment.

C.      Collection of Tender

Tender document can be collected from the office of the chairman tender board & Kuje Area council on the payment of non-refundable fees of fifteen thousand Naira (N 15,000) only- as from 4 July 2013.

D.      Submission of Tenders

Completed tenders must be submitted in sealed envelope marked confidential and address to the chairman tender board not later than 12:00 noon on or before 9th August, 2013. Opening of tender shall be by 1:00pm same day in Kuje Area Council hall. The tender reserves the right to reject any tender in part or in full.

Signed:

Management

Invitation for Pre-qualification/Bid at Kano State Urban Planning and Development Authority (KNUPDA)

Kano State Urban Planning & Development Authority

2, Durbin Katsina Road, Bompai, P.M.B. 3046, Kano – Nigeria

E-Mail: knupda@yahoo.com , KNUPDA, Kano.

Invitation for Pre-qualification/Bid

In its continuous effort to enhance socio-economic activities of the State through provision of quality infrastructure, Kano State Government intends to carry out Road Construction Works under Contract for which this invitation for Pre-qualification/Tender is issued.

The Kano State Urban Planning and Development Authority (KNUPDA), on behalf of the Ministry of Land and Physical Planning, intends to prequalify Contractors for the under­ mentioned Project:-

Contract No.:  Description

RDLZ Reconstruction/Dualization of Link Road to Ado Bayero Shopping Mall, along Zoo Road.

Scope:

The Scope of the Project include:-

1.       Provision of covered drainage

2.       Provision of median crash barriers and street lightening; and

3.      Provision of pedestrian walkway.

Collection of Tender Documents:

Eligible Civil Engineering Companies may apply for the Contract between 4th -11th  July 2013 and obtain Prequalification/Tender Documents from the Director, Civil and Mechanical Engineering at a non-refundable fee of N50,000:00 (Fifty Thousand Naira) only.

Requirements:

One of the requirements for qualification as provided in the Tender documents will be to have successfully carried out, as Prime Contractor, at least two works of a nature and complexity equivalent to the proposed works during the last five years.

Submission:

The Pre-qualification/Tender documents should be submitted in sealed envelope(s), not later than 18th July, 2013 and may be delivered either by hand or registered Mail to:-

The Managing Director,

Kano State Urban Planning & Development Authority

(KNUPDA),

No. 2, Durbin Katsina Road,

Bompai, Kano.

Tender to be opened on Tuesday, 23rd July, 2013 at KNUPDA Head Office by 10:00 a.m.

Signed

Managing Director/C. E. O.

Kano State Urban Planning & Development Authority (KNUPDA),

 

Invitation for Pre-Qualification of Contractors/Bidders at Plateau State University, Bokkos

Plateau State University, Bokkos

Office of the Registrar

Invitation for Pre-Qualification of Contractors/Bidders

Plateau State University, Bokkos, is hereby inviting interested and reputable Building Contractors with relevant experiences to submit their bids for the construction of:

Lot 1:          Faculty of Arts and Social Sciences

Lot 2:          Senate Building

Lot 3:          Multipurpose Complex

Lot 4:          Library Complex

Lot 5:          Gate House and Frontal Fence

Lot 6:          Perimeter Fencing Point A-B

Lot 7:          Perimeter Fencing Point B-C

Lot 8:          Perimeter Fencing Point C-D

Lot 9:          Perimeter Fencing Point D, E & E

 

Eligibility

a)       Evidence of Registration/Incorporation by the Corporate Affairs Commission

b)     Company Profile

c)       Tax Payer Identification Number (TIN)

d)      Tax Clearance Certificate for the past three (3) years

e)       Value Added Tax (VAT) Registration Certificate

f)       Development Levy Certificate for the past three (3) years

g)       Audited Accounts for the past three (3) years

h)     Company letterhead indicating:

i.        Address

ii.       Bankers address

iii.     Account number, and

iv.     Sort code

i)      Bank Letter that Company has capacity to do the work.

j)       Evidence of Payment of Contribution to Industrial Training Fund (ITF) for Staff Training.

k)     Evidence of Registration with Plateau State University Bokkos as a contractor.

I)      Last Bank Statement of Account of the Company.

m)    Evidence of Performance on similar projects with dates and contract award letters.

n)     List of Plants/Equipment, which we reserve the right to inspect and confirm.

Collection of Pre-qualification Documents

Pre-qualification documents are obtained in the office of the Registrar Plateau State University Bokkos upon payment of non-refundable processing fee of N20,000.00 for Lots 1-4 and N 10,000.00 for Lots 5 – 9 in the Bursary Department of the University on or before 25th July 2013 by 11:00am to 3:00pm.

Submission of Pre-Qualification Documents

All application accompanied by the relevant documents attached and sealed in an envelope indicating the Lot. at the top-left corner of the envelope. The name, address of the company and telephone number of company should also be clearly written on the reverse site of the envelop.

All documents are to be submitted in the Tender box provided in the Registrar’s Office Plateau State University Bokkos, not later than 10:00am, on 25th July 2013.

The Registrar

Plateau State University, Bokkos

P. M. B. 2012, Jos

Opening of Pre-Qualification Tender Documents

The Pre-qualification/Tender documents shall be publicly opened on 25th July 2013 by 12:00noon in the Senate Chambers, Plateau State University Bokkos.

The University reserved the right to reject any bid that it deems not responsive and shall not enter into any correspondence with any Contractor/Company.

Note:

1)      Failure to submit the documents mentioned above disqualifies a Contractor/Bidder.

2)      Only financial bids of pre-qualified Contractors will be opened, non-responsive bids will be returned unopened to the Bidders.

3)      The University reserved the right to verify all claims and documents submitted by Bidders for Pre-qualification.

4)      Should any Contractor/Bidder have any doubt about items on the Prequalification/tender advert, such doubts should be referred to the Registrar, Plateau State University, Bokkos.

Contractors are to attend the meeting for the opening of the pre-qualification documents. The list of successful pre-qualified companies will be displayed on University’s notice board in front of the Administrative building. Only pre-qualified contractors shall be invited to tender for the projects accordingly.

Signed:

Daniel D. Kim

Registrar

Invitation for Tender at Nigeria Natural Medicine Development Agency (NNMDA)

Nigeria Natural Medicine Development Agency (NNMDA)

Federal Ministry of Science and Technology

9, Kofo Abayomi Street, Victoria Island Lagos

 

2013 Due Process for Capital Budget Utilization:

Invitation for Tender

Introduction

The Nigeria Natural Medicine Development Agency is a parastatal of the Federal Ministry of Science and Technology established to implement Government’s strategic mandate for the Research, Collation, Documentation and Promotion of Traditional Medicine.

In strict compliance with the Public Procurement act and the following Due Process procedure of the Federal Government, the Agency wishes to implement the under listed Projects for the utilization of the 2013 Capital Budget Allocation.

In pursuance of the above, Contractors, Consultancy firms, Event managers and

Suppliers are invited to collect and submit their tenders for the projects listed below.

Project and Scope of Work

Project 1

 

Development of Herbarium and Pilot Experimental Plant
Lot 1A

 

General Annual Maintenance of MAPs at the model/Experimental farm at Jesse Delta State and Cultivation of MAPs and Procurement of Farm Implements, Manure & Topsoil, Barcode reader and other Consumables. (Ref. No. GCP)

 

Lot IB Procurement and installation of No. 1. 250KVA Generator. (Ref. No. GEN)
Lot 1C Procurement of No 1 Project execution and monitoring Vehicle (Ref. No. PPV)

 

Lot 1D Construction of Borehole at the MAPs Experimental farm at PUT- Minna, Niger State. (Ref. No. CBF)

 

Lot 1E Publication of Books (Ref. No. PUB)

 

Project 2

 

Laboratory and Pilot Production Unit Development (PDU) (Primary Efficiency and Safety Analysis)

 

Lot 2A

 

Supply and installation of Laboratory Equipment and other Accessories and Staff Training (Ref. No. LEC)

 

Lot 2B Supply and Installation of Products Development Unit Equipment and Staff Training. (Ref. No. SPE)

 

Project 3 Development and Facilitation of Observational studies of Herbal Therapies for Topical Diseases including HIV/AIDS, Tuberculosis, Malaria etc.

 

Lot 3A Continuation of Research and Development of Herb-Herb combination Therapy for malaria. (Ref. No. RHM)

 

Lot 3B Facilitate the Continuation of (IN-HOUSE) of Herbal Mosquito Repellant Cream and Anti- Arthritis Herbal Ointment (Ref. No. MRC)

 

Lot 3C Continuation of Research and Development of Herbal Anti -diabetic Therapies (Ref. No. CHD)

 

Project 4 Development of Digital Virtual Library and Dedicated focal reference centre for Traditional Medicine Knowledge and Practice (TMKP’s)

 

Lot 4A Procurement and Installation of Computers &Accessories, Air conditioners and Inverters Batteries, (Ref.  No.PAB)

 

Lot 4B

 

Purchase of Books (Ref. No. PBK)

 

Project 5 Development of an Appropriate Mechanism and Framework for an intellectual Property Rights Regime for Traditional Knowledge and Practice

 

Lot 5A Facilitate one National Stakeholder forum to review Draft Traditional Knowledge and Biological Resources Protection Document in Abuja Nigeria (Ref. No. FNF)

 

Project 6 Conduct Ethno Medical, Veterinary and indigenous Medicine Technologies Surveys in Nigeria on Zonal Basis

 

Lot 6A Survey and Documentation of Indigenous Technologies (Traditional Bone Setting Techniques and Message Therapy) in Selected Communities in South-East Geopolitical Zone of Nigeria. (Imo, Ebonyi & Abia States) (Ref. No. DIT)

 

Lot 6B Ethno-Veterinary Survey, Inventory, Documentation and Collection of Herbarium Specimens in selected Communities in Niger, Plateau and Kogi States. (Ref. No. ETB)

 

Lot 6C Facilitate 2nd Phase Ethno-Veterinary Survey, inventory, Documentation and Collection of Herbarium Specimens in the Mambila, Plateau, Adamawa States and Yankari Games Reserves, Shiroro Dam and in 3 other selected communities in North East Geopolitical Zone (Ref. No. ETM)

 

Lot 6D Facilitate 2nd Phase Ethno-Veterinary Survey, inventory, Documentation and Collection of Herbarium Specimens in selected

 

 

C.      Bid Documents Collection

1.       Interested applicants should collect the bid documents from the office of the Director General/Chief Executive between 10:00 am and 3:30pm daily from the date of this publication.

2.       All Firms/Consultants that wish to participate in bid/tender process should provide:

(a)     Evidence of Registration with the Corporate Affairs Commission

(b)     Evidence of Experience in execution of similar projects

(c)      Evidence of Tax clearance certificate for the immediate past Three (3) years and VAT Registration/Certificates including TIN Numbers.

(d)     A copy of Curriculum Vitae of the Key Consultant being proposed for the job

(e)      Firms/Consultants shall indicate their contact addresses including Telephone numbers, and E-mail address.

(f)      Evidence of Pension Fund remittance to Pension Funds Administrator (PFAs)/ Certificate of compliance issued by the commission

D.      Submission of Bid Documents

1.       Interested Contractors, Firms & Consultants are to collect the bid /tender          documents on the payment of non-Refundable Tendering Fee of N10,000.00     for each LOT in Bank draft in favour of Nigeria Natural Medicine      Development Agency, Lagos.

2.       The bid documents should be returned in a sealed envelope with the Lot marked at the top left hand corner of the envelope.

3.       Should reach the of lice of the Director General/Chief Executive, Nigeria Natural Medicine Development Agency (NNMDA), 9, Kofo Abayomi Street Victoria Island Lagos, not later than 1st August 2013.

4.       Completed bids clearly marked as indicated at 2 above must be returned in a sealed envelope and addressed to the Director General/Chief Executive, NNMDA, 9 Kofo Abayomi Street, Victoria Island, Lagos, not later than 12.00 noon on Monday, 29th July 2013 as Bid Documents would be publicly opened same day at 1.00 pm at the Agency’s Conference Room. Representatives of Bidding Companies are requested to be present.

5.       Late submission and incomplete Bid will be rejected

E.      Companies are to note that:

The Agency will deal only with Authorized Officers/Representative of the Companies and not through Individuals or Agents acting on their behalf and shall not defray any cost or fees for the Bid exercise.

Signed:

Management

 

Addendum to Advertisement at Federal University Wukari

Federal University Wukari

Katsina – Ala Road P.M.B. 1020 Wukari, Taraba State

Addendum to Advertisement

The Federal University Wukari wishes to draw the attention of the general public to advertisement published in the Federal tenders Journal, page 11 of Monday, 3rd June, 2013, Leadership Newspaper, page 43 of Monday, 3rd June, 2013 and Nigeria Sunrise Newspaper, page 19 of Monday, 3rd June, 2013.

Please be informed that the advertisement published in the above mentioned Newspapers have been amended as follows.

1.     Advertisement For Pre-Qualification of Contractors/Suppliers

The Federal University Wukari in its effort to implement its Approved Federal Capital Projects Allocation for the year 2013, hereby invites interested and  reputable Contractors to submit Tenders for the purpose of Pre-qualification exercise as follows:-

 

S/No.

 

Description of Projects

 

Lot No.

 

1

 

Supply & Installation offire fighting equipment

 

LOT1A

 

2

 

Supply of environmental & Maintenance equipment

 

LOT IB

 

3

 

Supply of Library Books & Equipment

 

LOT 1C

 

4 Rehabilitation & Construction of staff quarters

 

LOT1

 

5

 

Construction of perimeter fence phase 11

 

LOT 2

 

6

 

Construction of gate house

 

LOT 3

 

7 Construction of roads, car park & landscaping

 

LOT 4

 

9 Construction of sports ground (foot ball field) & supply of equipment

 

LOTS

 

2.       Pre-Qualification Criteria

Interested Contractors Suppliers are invited to submit the following documents; viz

  1.   Evidence of incorporation of company with Corporate Affairs Commission.
  2.   Company Audited Account for the last three (3) years.
  3.   Evidence of Current Tax Clearance Certificate.
  4.   Provision of Tax Identification Number (TIN) by Contractor.
  5.   Evidence of compliance with Pension Reform Act.
  6.   Evidence of compliance with ITF Amendment Act 2011
  7.   Evidence of Financial capability and banking support.
  8.   Evidence of similar and verifiable projects executed not just awarded within the last three (3) years and knowledge of the Industry.
  9. Company’s Annual turnover.
  10. Evidence of VAT registration.
  11. Comprehensive Company profile and organizational structure.
  12. Evidence of availability of necessary equipment.
  13. Evidence of technical capacity.
  14. Evidence of Experience  Technical qualification and experience of key personnel to be deployed the project.
  15. Sworn Affidavit attesting to the authenticity of information provided and that such information is true in every respect and that the company is not in receivership and none of its Directors has ever been convicted of fraudulent activity.
  16. Evidence of Payment of Processing fee of N25,000.00 in bank draft in favour of Federal University Wukari” to the University

3.      Verification of Claims:

Please note that Federal University Wukari reserves the right to verify claims made in the Pre-qualification documents submitted by interested contractors / Suppliers.

4.       Submission of Pre-Qualification Tender

Two copies of all Tender documents to be submitted must be in a sealed envelope and marked at the top-right hand corner of the envelope “PRE-QUALIFICATION FOR (Project Name/Lot No)”;

Addressed to:

The Registrar, Federal University Wukari,

Katsina-Ala Road

P.M.B. 1020 Wukari,

Taraba State

And drop in Tender Box at Administrative Building of the Federal University Wukari, Taraba State

 

5.       The submission of this Tender will close by 12.00 noon Monday, 22nd July, 2013 and tenders shall be opened publicly on same date Monday, 22nd July, 2013 by 12.00 noon at the Large Lecture hall. Multipurpose building, University Campus in the presence of all interested bidders or their representatives in attendance.

6.       Tenderers that are interested in more than one project must apply separately for each LOT of the projects.

7.       Successful bidders shall be notified to collect the appropriate Tender Documents for the commercial/financial bidding.

8.       The University shall not enter into correspondence with any unsuccessful bidder.

9.       Any inconvenience arising as a result of this addendum to the earlier advertisement is regretted please.

Signed:

Registrar,

Federal University Wukari