Request for Tender at Borno State Ministry of Health

Borno State Government

Ministry of Health

Request for Tender

 

The Borno State Ministry of Health is procuring drugs, Laboratories Reagents and Chemicals and surgical materials and consumables for the drugs revolving fund scheme of the State Government.

 

The Ministry is requesting Pharmaceutical Manufacturers, Manufacturers representatives and suppliers with the under-listed pre-qualification requirements to express interest in the procurement as detailed below:

 

S/N Lot Description

 

Tender Fee

 

1 Lot1 Drugs and Hospitals Consumables

 

N50,000.00
2 Lot 2 Laboratory Reagents and Chemicals

 

N50,000.00

 

 

Pre-qualification:

1.    Interested Pharmaceutical Manufacturing Companies, Manufacturers Representatives and Suppliers are hereby requested to submit their pre-qualification documents, which shall include:

i.     Company’s registration with corporate affairs commission.

ii.    Company must have current tax clearance certificate for three years.

iii.   Company Profile

iv.   Must be registered as a contractor with Borno State Government.

v.    Company to show evidence of list(s) of similar works executed.

 

2.  i. The Pharmaceutical Company must show evidence of current   Registration of premises by the Pharmacists Council of Nigeria.

ii.    The Superintendent Pharmacist of the company must have current licence to practice in Nigeria.

iii.   All products must be registered by NAFDAC.

 

Method of Application

a.       Interested contractor with the required pre-qualification documents are to purchased tender documents upon payments of the prescribed tender fees of N50, 000.00 from the secretary of the Board, Ministry of Health (HQ) Musa Usman Secretariat Maiduguri Borno State.

b.       Pre-qualification and Bid documents are to be submitted to the Secretary Ministry Tenders Board (MTB), Ministry of Health (HQ) Musa Usman Secretariat P.M.B 1044 Maiduguri and not later than 22nd July 2013 or Gazette.

 

Note:

1.       Only those with the required pre-qualification documents will be contacted.

2.       Date for official opening of Bid Documents will be communicated to bidders who may chose to 3 attend.

3.       Please note that only the most evaluated responsive bidders(s) shall be considered. For further information please contact the Secretary DRF Scheme Committee Abubakar Marte and or the undersigned.

 

Signed:

Ajah Zanna Yerima

Director Planning, Res. & Statistics

Ministry of Health, Maiduguri,

Borno State.

Invitation for Prequalification for 2013 Capital Project at National Centre for Energy Efficiency and Conservation (NCEEC), University of Lagos, Akoka, Yaba

Title: Invitation for Prequalification for 2013 Capital Project

 

Category:   Goods

 

Introduction

 

The National Centre for Energy Efficiency and Conservation (NCEEC), Faculty of Engineering, University of Lagos, Akoka, Yaba, Lagos is inviting interested, qualified, reputable and competent companies for prequalification for the under listed 2013 capital projects.

 

Scope of Work

Lot1:           Procurement of Computers and accessories

Lot 2:          Procurement of Energy Efficiency and Conservation Books Journals and Specialized Software.

Lot 3:          Procurement of Laboratory Equipment for Solar Efficiency and Conservation

Lot 4:          Procurement of workshop and Laboratory Equipment

 

Pre-qualification Requirements

  • Prospective suppliers shall be required to submit copies the following prequalification requirement in a sealed envelope
  • Application to pre-qualify
  • Certificate of incorporation with the Corporate Affairs Commission (CAC), and evidence of annual returns filling at CAC
  • Proof of registration with National Pension Commission and evidence of remittances of employees’ pension contributions/deductions
  • Evidence of financial capabilities, including 3 years audited financial statements and bank statements for the last six months
  • Tax Clearance Certificate for the last three years i.e. 2010, 2011, 2012 (to expire December 2013)
  • VAT registration with TIN number and proof of past remittances
  • Detailed company profile, including partnerships and curriculum vitae with contact addresses and phone numbers of key personal in the company.
  • A comprehensive list of similar job(s) previously executed successfully or currently being executed with contact addresses /phone numbers of the clients for confirmation and with evidences including Letter of Award, Certificate of Completion, and Evidence of Payment.
  • A sworn affidavit that none of the Directors of the company had been convicted in any country for any criminal offence relating to fraud or financial impropriety or criminal misrepresentation or falsification of facts relating to any matter.
  • A sworn affidavit indicating that any officer of the NCEEC, UNILAG is a former Director, shareholder or have any pecuniary interest in their company
  • A sworn affidavit indicating that all documents submitted are genuine and verifiable

 

Submission of Documents

 

Pre-qualification documents are to be neatly bound in the order listed above and sealed in an envelope marked “Prequalification for…………(Quoting the appropriate project name and lot number)” boldly written on the top right hand corner of the envelope, the envelope should be addressed to: The Director, National Centre for Energy Efficiency and Conservation, Faculty of Engineering, University of Lagos, Akoka, Lagos, and marked on the reverse side(other side) with the supplier’s organization name and contact phone number.

 

Submission of document is 15th July 2013; duly submitted Pre-qualification documents will be opened on Monday the 15th of July 2013 by 11:00 am in the board room of the NCEEC. Interested parties are requested to kindly be present to witness the opening.

 

Additional Information:

a.       Invitation to pre-qualify shall not be construed as a commitment on the part of the NCEEC to award any form of contract to any company and shall not entitle any company to make claim or seek indemnity from the NCEEC for having responded to our advertisement.

b.       Pre-qualification process may also involve verification of information supplied by companies in their applications. Companies may also be requested to provide additional information or give further clarifications on their submissions to the Centre. Misrepresentation of facts, gross misstatement or false declarations if discovered, may form the basis for disqualification.

Invitation to Tender at Projects Development Institute (Proda), Enugu

Projects Development Institute (Proda), Enugu

(Federal Ministry of Science and Technology)

Proda Road, P.M. B. 10609, Emene Industrial Layout, Off Enugu/Abakaliki Expressway. Enugu.

 

Invitation to Tender

1.       Introduction: Projects Development Institute (PRODA) Enugu, a parastatal under the Federal ministry of Science and Technology is desirous of carrying out its capital projects under 2013 Budget. To this end interested and reputable contractors with relevant experience are invited to tender for the projects as indicated below

2.       Project Description/Scope of Work

The project include Re-tooling/Replacement of PRODA Obsolete Machines, Construction/Provision of Infrastructure, and provision of Agro-Processing/Skill acquisition centres that may be equipped by ROADA, These Agro-Processing facilities are situated in various geo-political zones of the country and have been divided into different Lots and Sub Lots as follows:

 

Lot A: Re-tooling/Replacement of Obsolete Machines

(i)      Computerization of PRODA Accounts

(ii)     Purchase of Computers, Printers, Scanners

(iii)    Re-location of Industrial equipment

(iv)   Rehabilitation of water treatment plant

(v)    Rehabilitation of main entrance road to PRODA Headquarters.

 

Lot B Procurement of Electric motor (l-5kw single phase): Acquisition and commissioning of jigs/fixtures and dies for stamping of rotor and stator laminations. Acquisition and commissioning production lines for shafting, motor casing, end plates and cooling fan.

 

Lot C Construction /Provision of Infrastructure

(i)      Commercial production of electrical porcelain insulators

(ii)     Domestication of Technology for production of two and four strokes single cylinder spark ignition and compression ignition engines.

 

Research and Development

Lot D.         Development of Agro-processing machines-cluster concept for rural Development.

Lot E.         Development and production of smokeless solid fuels and activated carbons from coal and biomass.

Lot F.                   Construction/Installation of cassava and maize processing projects in (i)          Akute, Ogun State                   (Machines)

(ii)     Iwoye, Ogun State              (Machines)

(iii)    Idogo, Ogun State               (Machines)

(iv)    Ilobi, Ogun State                 (Machines)

(v)     Ipokia, Ogun State              (Machines)

(vi)    Kano                                      (Civil Works)

(vii)   Ondo                                     (Civil Works)

(viii)  Kaduna                                 (Machines)

 

Lot G.         Skill Acquisition Training in cosmetics production, development of efficient and economical coal usage for rural woman in Imo state.

Lot H.         Establishment of Agro-Processing Machines at Udi/Ezeagu Federal constituency, Enugu State located in:

(i)                Udi Town, Udi LGA

(ii)               Obunofia Ndiagu in Eziagu LGA

(iii)              Umumba Ndiagu in Eziagu LGA

(iv)              Umana Ndiagu in Eziagu LGA

 

Lot I. Skill Acquisition on soap candle and cosmetics production and development of efficient and economical utilization of appliances for cottage Industries Development in:

(i)      Damaturu

(ii)     Tarmuwa

(iii)   Gujba

(iv)   Gulani Federal Constituency, Yobe State

 

Lot J.(i)       Construction of 4 no Community Small Scale enterprises hall at (1) Ikot Abasi (2) Mkpat Enin (3) Eastern Obolo Federal “Constituency, Akwa Ibom State.

(ii)     Fabrication, Installation/Commissioning of 3no Red oil palm processing mills, 2no palm Cannel oil processing mill and 3 no electric oven bakeries in

(i)      Ikot Abasi

(ii)    Mkpat Enin

(iii)   Eastern Obolo Federal Constituency, Akwa Ibom State

 

3.       Tendering Requirements

 

Intended Tenderers are to submit the following documents for verification

(i)      Evidence of Company Registration with the Corporate affairs Commission (CAC)

(ii)     Evidence of payment of Company’s Tax (Tax clearance certificate for the Past 3yrs.)

(iii)    Company’s Tax payer Identification Number (TIN)

(iv)    Evidence of VAT Registration Remittance (2010-2012)

(v)     Bank Reference from reputable bank as evidence of financial capability

(vi)    Evidence of payment of a non-refundable fee for collection of Bid document

(vii)   Verifiable list of previous similar works successfully carried out within the

last three (3) with names of clients, evidence of award and practical         completion.

(vii)   Audited account of the company for the past 3yrs (2010-2012).

(ix)    List of Curriculum Vitae of Key Professionals registrars with relevant and professional regulatory bodies, to be attached to the project stating roles, designation, qualification and experience, enclose photocopies of professional certificates where applicable.

(x)     Evidence of compliance with the provision of the Pension Reforms Act (2004) with regard to operation of the employee Retirement Savings Account with an Approved Pension Fund Administrator (PFA).

(xi)    Evidence of Compliance with the provision of Industrial Training Fund amendment Act 2011 as related to training contribution by liable organization.

 

4.       Collection of Tender Documents

 

(a)     Tender documents are be collected from the office of the Director Admin & Finance on presentation of receipt on payment of a non-refundable tender fee of N10,000.00 payable at the Institute’s Revenue office, Headquarters Emene-Enugu.

 

(b)     Collection of Tender documents commences on Monday, 12th August 2013 and returns of the completed tender documents close by 12noon on Monday, 12th August, 2013. All contracts are to be completed by 31st December 2013.

 

(c)      Submission of Bids: the Technical and Financial Bid documents should each be separately sealed labeled (Technical or Financial Bid”) as appropriate in different envelopes. The two (2) envelopes be put in a larger envelope which should also be sealed and labeled at the top left corner “Tender for Lot……,…….with the name and phone number of the Tendering company and addressed to:

 

The Director (Admin & Finance)

Projects Development Institute (PROOA)

PRODA Headquarters, Emene Industrial

Layout

Emene Enugu.

All Tenders Should be dropped in The Tender Box in the Due Process Office at the PROOA Headquarters from 9.00am4,00pm Mondays to Fridays.

 

5.       Opening of Tender

Tenders will be opened on Tuesday 13th August 2013 from 10am at PRODA Headquarters Emene Enugu.

Important note:

(i)      PRODA is under no Obligation whatsoever to select contractor from submissions received if none meets the requirements for the project.

(ii)     Only companies/firms that meet the above stated requirements would be contacted.

(iii)   Failure to comply with the above stated instructions will automatically disqualify the tenderer.

(iv)   Late submission shall not be accepted

(v)     PRODA is not bound to select the lowest bidder; other criteria’s are also considered.

(vi)   This advertisement shall not be construed as a commitment on the part of PRODA nor shall it entitle responding companies to seek any indemnity from PRODA by virtue of such companies having responded to the advertisement.

(vii)   No contractor is allowed to bid for more that 2 Lots/Sub Lots, any bidder who exceeds 2 Lots/Sub Lots will be disqualified automatically.

(viii)  Submission of tender by post or courier will not be accepted

 

Signed

Mrs. P.O. Chijioke

For: Ag. Director General/CEO

 

Invitation to Tender for the Building Of Modern Market at Oja Oba, Ise/Orun Local Government

Ise/Orun Local Government

Ise-Ekiti, Ekiti State

 

Invitation to Tender for the Building Of Modern Market at Oja Oba, Ise-Ekiti

 

Ise/Orun local Government hereby invited interested and reputable building contractors with relevant experience to submit their bids for the construction of modern market building at Oja Oba, Ise-Ekiti, Ekiti State.

 

A Title of Project

 

Location

 

Delivery Period

 

Construction of Ise Ekiti Modern Market

 

ISE-EKITI

 

 

Pre-Qualification Requirements:

To qualify for consideration tenders must be accompanied with copies of the underlined Requirement:

(a)     Evidence of registration with corporate affairs commission

(b)     Evidence of registration of business premises with Ekiti State Ministry of commerce

(c)      Evidence of registration with Ise/Orun Local Government.

(d)     Possession of the last three years Development Levy

(e)      Payment of last three years development Levy.

(f)      Detailed address and location of Company in Ekiti State.

(g)     Non-refundable payment of appropriate tender fee of #150, 000.00 based on category E of a contract sum of #5 million naira and above,

(h)     Evidence of payment of last three years tenement Rate,

(i)      Evidence of financial capability and banking support.

 

 

Submission of Pre-qualification Documents and Bids

Complete pre-qualification documents should be enclosed in an envelope sealed and to be Titled “PRE-QUALIFICATION DOCUMENTS FOR ISE/ORUN MODERN MARKET” on top side and Corner and addressed to the Permanent Secretary, Ministry of Local Government, Barracks Road, Ado-Ekiti between 8.00am and 4.00pm daily and not later than 12.00 noon.

 

Opening of Pre-Qualification Documents

Information of pre-qualification to tender shall be publicly opened by 10.00am Tuesday 2nd July, 2013 at the Ministry of Local Government Barracks Road, Ado-Ekiti

 

Signed:

Prince David Jejelowo

Director of Administration

Invitation for Pre-Qualification and Tender at Gwagwalada Area Council

Gwagwalada Area Council

Office of the Council Secretary

Address: P.O Box 1, Gwagwalada-Abuja

Invitation for Pre-Qualification and Tender

1.0.         Introduction:

The Gwagwalada Area Council intends to engage the services of credible and reputable companies/contactors for selected works under the year 2013.

1.2.    The Area Council therefore wishes to invite response from contractors for pre-qualification tender for the works, categorized under the following lots:

LOT 1 –       Comprehensive Renovation of Hon. Chairman’s official Residence.

LOT 2 –       Construction of re-in forced concrete drainage at Gwako II-I Road.

LOT 3 –       Construction of re- in forced concrete drainage at Zuba.

LOT 4 –       Construction of 2 Nos. re-in forced double Cell Box Culvert at Ikwa and Yimi Machada.

LOT 5 –       Supply and Installation of 2 Nos. transformer and extension at Giri.

LOT 6 –       Supply and replacement of 2Nos. transformer at Giri

LOT 7 –       Supply and installation of 1 No. transformer and extension at Gwako II.

LOT 8 –       Supply and installation of 1No. Transformer and extension Zuba.

LOT 9 –       Supply of 5Nos. vehicle

LOT 10 –     Redesigning/Reconstruction of Council Secretarial roofs.

2.0     ELIGIBILITY Criteria:

  1. Evidence of registration with Corporate Affairs Commission including Certificate of Incorporation and Article of Association.
  2. Last three (3) years Tax Clearance Certificate.
  3. VAT Registration with evidence of remittance.
  4. Comprehensive company profile.
  5. List of .similar jobs executed previously.
  6. Verifiable evidence of financial support by reputable bank.
  7. Audited Account details for the last three (3) years.
  8. Evidence of pension registration and remittances.

 

3.0Collection of Tender Documents

Tender documents are to be collected from works department upon presentation of evidence of payment of non-refundable tender fees of N 10, 000. 00 for each lot to revenue Account No. 2020166524 with First Bank Plc. Gwagwalada Branch.

 

4.0Submission of Pre-qualification/Tender Documents

Interested bidders are to submit pre-qualification and tender documents in two different sealed envelopes appropriately marked “Pre-qualification” and “Tender” with the company name indicated at the back of each envelope.

Both envelope marked the Lot No. at the right hand corner and addressed to: The Secretary, Tender Board, and to be deposited in the Tender Box placed in the Conference Hall of Gwagwalada Area Council Secretariat.

Completed documents should be submitted not later than 12.00 noon located time 9th August, 2013. The Tender shall be opened on the same day in the Conference Hall of Gwagwalada Area Council. Interested bidders or their representatives are hereby invited to attend the opening function.

 

5. Conclusion

The Tenders Board reserves the right 10 verify the authenticity of claims made in the documents submitted. The Tenders Board will not be responsible for any cost or expenses incurred by any interested party in connection with any response to the invitation.

 

The Tender Board is not bound to shortlist any bidder and reserves the right annual selection process at anytime without incurring liabilities.

The Tender Board reserves the rights to reject any tender in part or in full.

The lender Board is not bound to accept lowest tender.

Signed:

Alh. Isah N. Dangara

For: Chairman Tender Board