Construction of 6-Units Residential Building at Lagos State Government

Lagos State Government
Pre-Qualification and Tender For Construction of 6-Units Residential Building to Serve as Transit Accommodation

A.    Introduction:
Lagos State Urban Renewal Agency saddled with the responsibilities of upgrading of blighted areas (Slums) within the State, intends to construct a Transit residential accommodation to serve as temporary accommodation for affected individuals during its upgrading/re-settlement programme of slums(blighted areas) within the State.

B.    Scope of Work:
The proposed project involves the construction of a 3 bedroom apartment of six units complete with individual service quarters at Oke-Olu Street Olaleye Ipoinri, Lagos Mainland Development Area, Lagos.
Other ancillary works such as:

  • External works- parking lots and gate house;
  • Water storage systems and
  • Lawns beutification and drainage works.

C.    Pre-Qualification:
1.    A cover letter summarizing the tender.
2.    Evidence of registration as a contractor with the State Tenders Board
3.    Current tax clearance Certificate (3 years) of any two Directors of the
4.    Company
5.    Audited Accounts for 3 years
6.    Comprehensive company profile indicating the CV of key personnel.
7.    Verifiable job experience in similar projects in the last five (5) years indicating contract sum and evidence satisfactory job performance.
8.    Evidence of access to equipment and resources required for the project.
9.    Any other proven evidence /document that would confirm the skill/competence of individual contractor
10.    Interested contractors are required to purchase a complete set of Bidding Documents from the office of the General Manager, LASURA, on upon payment of a non-refundable fee of =N=50,000.00 (fifty thousand Naira Only) In bank draft to the Central Pay Office (accounts) of the Agency.

D.    Submission of Tenders:
The bid for each project must be submitted in three copies at the time of submission completed bid documents must be in two parts consisting of:
(a)    Pre-qualification documents and
(b)    Financial bid documents

The Bids are to submitted in Temper-Proof Tender envelopes to be provided with the bidding documents
All bids must be Addressed and submitted to the:

The Secretary, State Tenders Board,
Room 321, Block 1, Cabinet Office,
The Secretariat, Alausa, Ikaja.

E.    Deadline for Submission:
All bids must be submitted on or before 20th September 2010.
Successful applicants would be notified in due course after the consideration of tender. Only companies that meet out requirement and are able to satisfactorily proven their competence would be faourably considered.

F.    CAVEAT:
THE Lagos State Government reserves the right to accept or reject late tenders and is not is obliged to consider favourably any particular tender.

All costs incurred as a result of response to this invitation and any subsequent requests for information shall be bome by the responding firm

Signed:
General Manager
Lagos State Urban Renewal Agency

Construction of Yenegoa Jetty at National Inland Waterways Authority

National Inland Waterways Authority
Invitation for Pre-Qualification/Tender
For Works

The National Inland Waterways Authority (NIWA), a Parastatal under the Federal Ministry of Transport with Headquarters at Lokoja, Kogi State in line with the Public Procurement Act of 2007 hereby invites reputable and experienced Suppliers and Contractors to pre-qualify/Tender in respect of the under listed project in the year 2010 Budget

Works
Construction of Yenegoa Jetty

2.O   Requirements
Interested suppliers and contractors to carry out any jobs in the above listed areas must submit the following:

  • Evidence of Registration as a contractor with NIWA
  • Detailed company profile must include: Address/office locations, certificate of incorporation/Registration with Corporate Affairs Commission etc
  • Current Tax Clearance Certificate for the last three (3) years
  • Evidence of VAT Certificate.
  • Evidence of Registration with relevant Professional Bodies (where applicable)
  • Name and Address of Bankers and Reference Letter from such Banks
  • Evidence of experience in similar projects, within the past three years Attached letters of Award of completion Certificate
  • Audited Accounts for the past three years
  • Evidence of dealership or manufacturers authorization (where applicable)
  • Affidavit to prove that the company is not under receivership
  • Affidavit to prove that non of the members of the Board Directors has been convicted for corruption fraud or money Laundering by a Court of Law.

3.0   Collection of Bid Documents
Bid documents/detailed specifications of the required works are obtainable from the office of the Head Procurement, National Inland Waterways Authority (NIWA), Lokoja-Kogi State payment of a non-refundable bid processing fee of N75,000.00 through Bank Draft Payable to National Inland Waterways Authority Lokoja.

4.0    Submission
Completed Tender document should be written in English Language: signed,” sealed in an envelope and marked” CONFIDENTIAL” with the title “TERNDER FOR THE. The particular project you are bidding for at the Top left cover of the envelope and addressed to:

The Managing Director,
National Inland Waterways Autority (hqts.),
Adankolo New Layout
Lokoja Kogi State

The Pre-qualification/Tender documents should be submitted on or before 12.00pm. Tuesday, 19th October 2010

5 0    Opening of Pre-Qualification/Tender Documents
All Tender documents shall be opened in the presence of all applicants or their Representatives on the closing date of submission Tuesday, 19th October, 2010 by 2.00pm at the Conference Hall NIWA Headquarters, Lokoja

Please Note:
(a)    All documents submitted must be accompanied with an affidavit sworn in any Magistrate/High Court to confirm their authenticity
(b)    Late submission shall be rejected.
(c)    NIWA reserves the right to take final decision on any of the document received
(d)    NIWA will not be liable for any cost on part of the Tender.

Signed
Management

Construction of Transport Technology Centre at Nigerian Institute of Transport Technology (NITT), Zaria

Nigerian Institute of Transport Technology (NITT), Zaria
Invitation for pre-Qualification for Construction of Transport Technology
Centre (TTC) Phase II and Road Network within the TTC Complex

The Nigerian Institute of Transport Technology (NITT), Zaria invites suitably qualified and reputable contractors/consultants with proven competence and experience to apply for Pre-qualification for execution of any aspect of works listed below:

1.    Transport Technology Centre (TTC) Road Network.
2.    Construction of transport Centre (TTC) phase II

Pre-Qualification Requirement
Contractors/Consultants interested in tendering in tendering for the works are hereby advised to apply for Pre-Qualification. The application shall contain the following information / documents:-

a.    Evidence of Registration with Corporate Affairs Commission (CAC).
b.    Evidence of up to date Registration with Relevant Professional bodies.
c.    Evidence of Tax Clearance for the last preceding three (3) years.
d.    Company Audited Account for the last preceding three (3) years.
e.    Evidence of Financial Capability and Banking support.
f.    Evidence of similar jobs done within the preceding three (3) years.
g.    Technical Qualification and Experience to remittance to key personnel.
h.    Vat Registration and Evidence of remittances for the preceding three (3) years.
i.    List of Construction / Relevant Equipment, their status and locations.

Submission of Pre-Qualification Documents
Interested Contractors / Consultants are required to submit their Pre-Qualification document, in Sealed Envelop marked “Pre-Qualification for NITT Projects” indicating aspect of work at the top left hand corner of the envelop, to:

The Director general / Chief Executive
Nigerian Institute of Transport Technology (NITT),
P.M.B 1148,
Basawa Road, Zaria.

To reach him on or before 20th September, 2010.

Collection of Tender Documents
Tender Documents shall be available for collection by Pre-Qualified contractors upon payment of non-refundable tender processing fees of N20, 000.00.

Tender Submission
Complete Tender shall be submitted to Director General / Chief Executive on or before 20th September, 2010. Bids shall be opened immediately on expiration of tendering period.

Please Note:
Interested companies / Consultants wishing to bid for more than one aspect of the work must submit separate Pre-Qualifications for each aspect(s). Tenders and the general public / Civil Society Organizations and Professional associations shall be invited to witness bids opening.

Signed
Management

Supply and Installation of Three (3) Sun Netra T5540 Computer Servers at Nigeria Deposit Insurance Corporation

Nigeria Deposit Insurance Corporation
Plot 447/448 Constitution Avenue, Central Business District, Abuja

E- mail: info@ndic-ng.com Website: www.ndic.org.ng

Invitation to Tender For the Supply and Installation of Three Sun Netra T5540 Computer Servers at the Corporation’s Head Office

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable computer hardware companies with good track record of performance and experience in the supply and installation of three (3) SUN Netra T5540 Computer Servers in the Corporation’s Head Office, Abuja,

Tender Documents
Interested companies should obtain the tender documents from the Administration Unit, 2nd Floor, NDIC Headquarters, Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of the tender fee of N10,000.00 in Bank Draft  made  payable to the  Nigeria   Deposit  Insurance Corporation, Abuja, Further enquiries about this tender could be made to the Head of Information Technology Department at the above address. He could be reached either through the telephone numbers; 09-4601200, 08052263325 or e-mail addresses: amoosk@ndic-ng.com,  samuelamoo@hotmail.com.

Conditions for Eligibility
All bids must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affairs Commission (CAC).
  • The current 3 year Tax Clearance Certificate of the Company (2007 – 2009).
  • Last three months (May ~ July) financial  (Bank& account) statement of the company.
  • The Company’s audited accounts for the past three years, , (2007 – 2009)
  • Evidence of financial capacity or bank support.
  • Evidence of having successfully carried out similar works within the past three years.
  • Company Profile Showing evidence of availability of requisite and appropriate staff/skill for the job.
  • Evidence of VAT registration, and remittance to relevant authority,
  • Evidence of remittance of pension fund to appropriate PFC/PFA,
  • Sworn Affidavit that the company is not in receivership and that none of the company directors was ever convicted of any fraudulent activity.

Submission of Tender Documents
Five (5) bond copies of the tender documents must be submitted on or before 20th September, 2010 by 4:00 pm, in a separate sealed envelope clearly marked “Technical Bid” and “Financial Bid” respectively, both put in a third envelope sealed and marked on the right top corner TENDER FOR THE SUPPLY AND INSTALLATION OF THREE (3) SUN NETRA T5540 COMPUTER SERVERS AT THE CORPORATION’S HEAD OFFICE”, addressed to;

The Head of Administration,
Nigeria Deposit Insurance Corporation,
Plot 447/448 Constitution Avenue,
Central Business District,
Abuja, Nigeria

The tender documents are to be dropped in the tender box at the Head Office, Abuja, Companies dropping tenders are expected to sign the tender register before drooping the tenders. Submission of tender by post or courier will not be accepted, and any tender submitted after the closing date/time specified above stands automatically disqualified

Opening of the Tenders
Public opening of tenders shall be on the next working day after the closure of submission for evaluation/The name of the successful company shall be posted on the NDIC Notice Board at the Head Office and the Corporation’s Website. Only the successful company will be contacted. Representatives of the responding companies are invited to come and witness the opening of the bids on the day mentioned above.

Additional Information
i.    Failure to satisfactorily fulfill the conditions as requested above will result to invalidation of such tender,
ii.    NDIC shall reserve the right to verify the authenticity of claim(s) made by the tendering parties.
iii.    NDIC shall reserve the right to reject any submission based on unverifiable information.
iv.    This advert also serves as invitation to any interested NGO and members of the general public who may wish to witness the opening exercise,
v.    All commercial bids should be quoted in Naira.

Signed: Management

Renovation and Construction of Projects at Federal Ministry of Health

Federal Ministry of Health
Federal Secretariat, Phase II, Abuja
General Procurement Notice

Invitation to Contractors to Bid For the Execution of 2010 Capital and Recurrent Budgets

Introduction
The Federal Ministry of Health invites interested and reputable Contractors, Pharmaceutical Manufacturers and Suppliers with relevant experience and good track records to bid interested Lots on payment of the required N10, 000.00 (Ten thousand naira) only bid price for bid document,

Lot (i)    Drugs and Medical supplies and other emergencies
Lot (ii)    Construction, renovation of Headquarter and various Health facilities across the country.
Lot (iii)     Laboratory reagents
Lot (iv)     Office equipment, (computers, printers, photocopiers, refrigerators etc)
Lot (v)      Operational vehicles (4 WD, sub utility vehicles. Pick Up vehicles, Saloon cars, Ambulances, Motorcycles)

Lot (vii)    Office furniture
Lot (viii)  Printings
Lot (ix)     Power Generating sets
Lot (x)      Office stationery
Lot (xi)     Drilling of Boreholes/construction of water supply system (Dams, Reservoirs)

Qualification Requirements Are:-
i.    Certificate   of  Registration  with   Corporate  Affairs Commission (All)
ii.    Evidence of compliance with Pension Act (All)
iii.    Evidence of Current Registration with N AFDAC (for Lots i, ii,& iii) only
iv.    Evidence of Current Tax Clearance (All)
v.    Evidence of VAT registration and remittances (All) except i, ii, & iii
vi.    Evidence of Experience with similar jobs in the last three years in Nigeria, or other tropical countries: Name(s) of client (s), contract sum (s), should be provided for Lots i, xii) all
vii.    Evidence of financial capability to handle th
viii.     Evidence of manufacturing facilities and their location (Not P.O. Box).   This requirement must be met  even where a bidder is an accredited representative of a manufacturer (for Lots I, ii, ii) Only
ix.    Company profile with names and qualification (s) of key personnel (All)
x.    Evidence of current registration with Regulatory Authority in the country of manufacture (for Lots i, iii; only
xi.    Evidence   of Current   Good   Manufacturing   Practices (CGMP) with full details of in-house quality control (QC) facilities for Lots i only
xii.    Foreign Manufacturers should provide name and address of  Local Representatives in Nigeria (for Lots i, ii- iii)
xiii.    Evidence of full registration with the Pharmacist Council of Nigeria and current annual license to practice of the Superintendent Pharmacist of the company (for Lots i – ii) only
xiv.    Manufacturer’s Authorization for Distributors/suppliers of items being marketed (for Lots i -in) only

2.    Detailed Technical and other requirements shall be contained in the Bid Document that will be issued to interested Bidders when Specific Procurement Notices for these Activities are published

3.    Submission of Prequalification Documents
The Complete pre-qualification documents should be enclosed in an envelope,  sealed  and  marked  “PREQUALIFICTION DOCUMENTS FOR THE (Indicate the Lot at the Top RIGHT Hand Corner of the Envelope)” and addressed to:
The Secretary,
Ministerial Tenders Board,
Federal Secretariat Complex,
Phase III, Podium G1, T Floor, Room 1.2,
Ahmadu Bello Way, CBD, Abuja.

4.     The complete pre-qualification documents should be deposited in the Tenders Box in Room 12, 1st Floor, Federal Ministry of Health, Federal Secretariat, Phase III, Ahmadu Bello Way, Central Area, Abuja, on or before Tuesday 14th September. 2010 at 11.00a.m

5.     Opening of the submitted documents will be on the same day in the presence of bidders or their representatives who choose to attend at the Ministry’s conference room on the 6lh floor at 12.00 noon.

6.  Tenderers should note that. Only successful pre-qualified companies would be invited to submit financial bids. The Federal of Health reserves the right to reject any or all pre-qualification document that does not meet all the requirements as specified.

7. Subsequently, within the year, contracts within the approval threshold of the Permanent Secretary will be placed on the Ministry’s Procurement Notice Board for interested contractors suppliers.

Signed
Permanent Secretary,
Federal Ministry of Health