Cleaning and Catering Services at Federal Medical Centre, Keffi

Federal Medical Centre Keffi

Nasarawa State

P. M. B. 004, Keffi.

Call for Re-Qualifications and Tender For

Internal/External Cleaning and Catering

Services of F.M.C Keffi

Introduction:

The Federal Medical Centre Keffi is desirous of outsourcing its cleaning and catering services to qualified, competent and reputable firms

Requirements:

Interested companies should apply on or before 13th September,  with the following documents.

  1. Evidence of registration with Federal Medical Centre Keffi
  2. Copy of Certificate of Incorporator Registration with Corporate Affairs Commission.
  3. VAT Certificate
  4. List of similar projects handled in the past stating contract sums and providing evidence of award and completion.
  5. List of technical Staff/Equipment owned by the company.
  6. Tax Clearance for the last 3 years,
  7. Company profile including list of key professionally qualified personnel
  8. Bankers reference .
  9. Any additional information that may enhance the bidder’s chance

Method of Application:

Interested companies should submit their separate proposals in sealed envelope or package clearly marked Pre-Qualification and Tender for Internal/External Cleaning and or Catering Services of. F.M.C

KEFFI, Each submission should be accompanied by N5, 000.000 non-refundable deposit payable in full at the revenue unit in Account department Federal Medical Centre Keffi.

Submission

All documents should be delivered to the address below on or before 6th September, 2010.   Note opening of bids will take place on the same day by 2.00 p.m. at the Conference Hall.

Further enquiries can be made through the office of the Head of Administration.

The Head of Administration

Federal Medical Centre

Old Akwanga Road

P.M.B.004

Keffi

Nasarawa State.

T. A Mairiga

Head of Administration For:

Medical Director.

Execution of Various Projects at National Centre for Women Development

National Centre for Women Development

Abubakar Tafawa Balewa Street, Central Business District, Abuja.

E-mail: dgncwd@gmail.com

Notification to Pre-Qualified Companies/Invitation for Collection of Bid Documents for the Execution of Various Projects with Provision in the 2010 Appropriation Act.

Following the pre-qualification evaluation exercise of various companies conducted by the National Centre for Women Development on 28th June, 2010 and 15th July, 2010 and with the approval of the management to proceed to the next stage of the tender process i.e issuing of the financial bids, the under listed (pre-qualified) companies are hereby invited to come forward and collect the tender documents for the execution of various projects (they qualified) in accordance with the provisions of the 2008 appropriation Act.

The sale, completion and returns of the Bids Documents will last for only one week from the date of publication.

The names of the pre-qualified companies are as follows:

Pre-qualification Exercise of 28th June, 2010:

Lot A: Supply and Installation of PABX Telephone System

Name of Company

  1. Sunnet Systems
  2. Geotect Technologies Ltd.
  3. Interchange Technologies Nig. Ltd.
  4. Zamfa Global Links
  5. Mobile Links Tech. Ltd
  6. Mudgeem City Nig. Ltd
  7. Neet Nig. Ltd
  8. Danyaro Electronic, Nig
  9. Procept Nig, Ltd
  10. Erewari Global Services
  11. New Gate Telecom
  12. Bubadotcom Nig. Ltd
  13. Bammed Limited
  14. Telnet Nig, Ltd

Lot B: Rehabilitation Works of Fire Gutted Area; Sub-base

Name of Company

  1. Precept Nig, Ltd
  2. Matazu Ventures Ltd
  3. Dakwa Construction Ltd
  4. Fedia Nig, Ltd
  5. Stam Engineering Nig. Co, Ltd
  6. Bahamas Global Ltd

Lot C: Rehabilitation Works of Fire Gutted area; Guest House

Name of Company

  1. Ragif Ventures Nig, Ltd
  2. Enamed Limited
  3. Stam Engineering Nig. Co, Ltd
  4. Henchyke & Associate Nig, Ltd
  5. Heartians Investment Corporation Ltd
  6. Royal Crown Global Resources Ltd
  7. Thanks for Hands Ltd
  8. Matazu Ventures Ltd

Lot D: Refurbishment of Nigerian Hall of Fame

Name of Company

  1. Maygoz Nig, Ltd
  2. Anijoc Global Services Ltd
  3. Network Associates Ltd
  4. Salihawa Nig. Ltd
  5. Alover Limited
  6. Basali Resources Nig. Ltd
  7. Matazu Ventures Ltd

Lot E: Supply and Installation of 800KVA Generating Set

Name of Company

1         Geobi Nig. Ltd

2         JMG Ltd

3         Stam Engineering Nig. Co, Ltd

4         Afodes Ltd

5         Purim Consulting Dev. Ltd

6         Blue Bull Global Services Ltd

7         SCOA Nig. Ltd

8         Maygoz Ventures Nig. Ltd

9         Matazu Ventures Ltd

10    Cummins West Africa Ltd

11    VA Engineering Ltd

Pre-qualification Exercise of 15th July, 2010

Lot A: Supply and Installation of Central Air-conditioning System in the Auditorium

Name of Company

1         H & C Nig. Ltd

2         Oscar fiber Nig. Ltd

3         Habkad International Services

Submission of Bid Documents

Completed bid documents should be submitted in a sealed envelope clearly marked Financial Bid for (name of the project) at the top right hand. The envelope should bear the name, address and mobile of the company addressed to:

The Director-General

National Centre for Women Development,

Central Business District,

Opp. CBN Headquarters

Garki, Abuja.

On or before 9th August, 2010. The Financial bid opening shall be conducted publicly in the Director-General’s Conference room by 12:30pm on the closing date. All pre-qualified contractor and NGOs are invited to witness the opening.

This publication serves as notification to those contactors whose names did not appear in this list that they are not pre-qualified.

Signed:

Management

Construction of the International Cancer Centre at International Cancer Centre, Abuja

International Cancer Centre Abuja

CAC/IT/NO.33550

Invitation for the Pre-Qualification to Tender for the Construction of the International Cancer Centre, Abuja

The International/ Cancer centre Abuja is inviting competent and interested contractors to submit relevant documents for pre-qualification for the construction of the Cancer centre.

Pre-Qualification Requirements

Interested Construction companies are required to submit the following documents:

  1. Evidence of registration with Corporate Affairs Commission (CAC)
  2. Copy of Memorandum and Article of Associations
  3. Tax Clearance certificate for the last three years
  4. Evidence of VAT registration and remittances
  5. Audited account for the last three years endorsed by a chartered accountant
  6. Bank reference letter
  7. List and including Verifiable documentary evidences of similar and other jobs successfully executed or (being executed) within the last three years. Please include telephone numbers and e-mails of persons to be called during verification exercise
  8. List of equipments to be used for the project and their location
  9. List of key technical personnel to be attached to the project stating their roles, designation, qualification and experience. Enclose photocopies of professional certificate where applicable

Submission of Pre-Qualification Documents

Duly completed pre-qualification documents are to be in sealed envelope and marked “pre- qualification to tender for the construction of the International Cancer centre, Abuja” on the left hand corner and should be addressed to;

The Coordinator

International Cancer Centre, Abuja

No. 49, Lobito Crescent, Wuse 2

Abuja.

All the names of the successful qualified contractors would be published on national dailies on 6th September 2010.

Provision of Traffic Improvement Measures at Federal Capital Territory Administration, Abuja

Transportation Secretariat

Federal Capital Territory Administration

No 1 Kapital Street, Area 11 Garki.

Garki, Area 11, P.M.B. 24 Abuja – Nigeria

Invitation for the Pre-Qualification for Provision of Traffic Improvement Measures in Federal Capital Territory

Federal capital Territory Administration (FCTA), through the Transportation Secretariat is inviting competent and interested companies for the Prequalification for provision of traffic improvement measures in Federal Capital Territory.

2.      The Scope of the Project Includes the Following Lots:

Lot 1: Provision of speed control facilities, associated traffic marketing and signs at some intersections.

Lot 2:  Provision of marking and traffic signs on major roads in Phases I & II of the City

Lot3:  Provision of speed control radar at intersections within the Federal Capital City to enforce speed limits.

3.                Pre-Qualification Requirement

Interested companies are to forward copies of the following documents

and originals made for sighting during the bid opening:-

  1. Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of  Memorandum of Association complete with up to date returns with the CAC;
  2. Tax Clearance Certificate for the last three(3) years;
  3. Companies Audited Account for the last three(3)years  prepared by a Chartered Accounting Firm;
  4. Evidence of registration with and remittance of pension fund to the National Pension Commission in compliance with the provision of the Pension Reform Act,
  5. Bank Statement of the Company for the last twelve (12) months and Reference letter from a reputable Nigerian Bank (original);
  6. Company profile showing the list of key personnel officers to be use for the project starting their roles, designation, qualifications and experience.
  7. Verifiable documentary evidences of similar jobs successfully executed in the form of award letter and completion certificate.
  8. Sworn affidavit in line with the provisions of Part IV, section 16, sub-section 6 (e-f) of the public Procurement Act, 2007.

Submission of the Prequalification Documents

The prequalification documents (arranged in the order of the stated criteria) should be loose-bound and submitted in triplicate and clearly marked “Prequalification for the provision of traffic improvement measures in FCT” The documents are to be dropped in the Tender Box at:

Office of the Secretary,

Tenders Board Secretariat,

Room 043, Area 11, Garki, FCT, Abuja

On or before 12, 00 noon, August 30, 2010

The representatives of the bidding companies are invited to witness the opening of the pre-qualification documents on the same day at Archives and History Bureau Building, Room o4, Area 11, Garki, Abuja by 2.00pm.

Note:

  1. Originals of documents for items1, 2, & 3 must be produced for sighting during the bid opening exercise,
  2. Failure to submit the documents under items 1, 2, 3, & 4 above would be considered NON-RESPONSIVE and automatically disqualifies any company,
  3. Please note that due diligence could be conducted,
  4. Interested members of the general public, especially the Civil Society Organisations are invited to attend the opening exercise but shall adhere to the Code of Conduct for Public Procurement Observers Issued by the Bureau of Public Procurement,
  5. Companies representatives are to come along with a letter of introduction indicating name, rank and sample signature to the venue of the opening exercise,
  6. This advertisement shall not be construed as a commitment on the part of Transportation Secretariat, nor shall it entitle responding Company to seek any indemnity from Transportation Secretariat by virtue of such company having responded to this advertisement.

Signed

Engr. Jonathan A. Ivoke

Secretary Transportation

Supply of Three – Wheel Trucks/Tricycle and Dynamo Solar/Battery Powered at National Poverty Eradication Programme (NAPEP)

The Presidency

National Poverty Eradication Programme (NAPEP)

Federal Secretariat Complex Phase II. Abuja

Invitation for Pre-Qualification and Tender for the Supply of Three – Wheel Trucks/Tricycle and Dynamo Solar/Battery Powered

Multi-Band Radio

Preamble

The National Poverty Eradication Programme (NAPEP) in furtherance of its mandate to coordinate, monitor and evaluate all poverty eradication activities in the country and intervene in critical areas for the empowerment of the poor, intends to engage suitably qualified, competent and reputable contracting firms to supply three -wheel trucks/ tricycles and the supply of Dynamo Solar and Battery Powered Multi-band Radio with Reading Lamp in the following categories:

Category ‘A’: Supply of three-wheel trucks/ tricycles

Vehicle Key Features And Technical Specifications

Engine Type

Four stroke. Air-cooled, Diesel

Bore Stroke. mm86/68

Number of cylinders – 1(one)

Displacement Ratio 395 cc

Compression Ratio 18.01

Max Power 8.1 hp @ 3600 r.p.m

Max Torque 16.7 Mm @ 2200-2800 r.p.m

Air Cleaner Dry Type

Oil Filter Spin on

Fuel Filter Paper Element Air Cooled

Oil Sump Capacity 1.4 liter

Clutch

Type Multi-Plate Wet Type

Transmission

Type Constant Mesh Type

No of Gears 4 Forward + 1 Reverse

Steering

Steering Handle Bar

Chassis

Chassis Rectangular Ladder Type

Long Member Size, Mm Dia 42 OD- 1.6 Thick

Number of Cross members 5 nos.

Suspension

From Leading link Type with Coil Spring & Shock Absorber Rear Two sets of longitudinal leaf Springs. Assisted by Two Telescopic Shock Absorbers.

Brakes

Service Brake Dual Circuit Hydraulic- Self Adjusting Brakes

Front Drum Brake

Rear Drum Brake

Parking Brake Mechanical on Rear Wheel

Wheel & Tyres

4.5-10-8 pr. Cross

Electrical System

Battery 12 -v – 32 Ah, Multi plate Lead Acid

Alternator 13.5 v – 18 A at 5000 r.p.m

Wiper Single Blade Motorized

Starting Electrical Start

Head lamps Double Filiment, Twin 35w

Fuel Tank

Capacity 7 liters

Fuel Consumption 36 + 2 kmpl

Max Speed 55 km/hr

Overall Dimensions (mm)

Wheel Base 1845

Overall Width 1310

Overall Length 2960

Overall Height 1810

Rear Track 1140

Min. Ground Clearance 130

Cargo Area (LXWXH)

Pick up Standard 1520 x 1300 x 1300 x 400 mm

Pick up Standard 1520 x 1300 x 1150 mm

Delivery Van 1520 x 1300 x 1150 mm

Weight (Kg)

Max GVW 990

Max permissible FAW 500

Max permissible RAW 900

Kerb Weight 437

Safety features

Fuel lank Lock, Tool Box lock, Battery Lock

Category ‘B’: Supply of Dynamo Solar and Battery Powered multi-band Radios with Reading Lamp

RADIO FEATURES AND SPECIFICATION

  1. FMWB/AM/SW 1-4 7 bands

FM 88-108 MHz

WE 162 40-162.55 MHz

AM 530-1600 KHz

SW 1-4 -26 MHz

  1. Solar & Dynamo charged
  2. Reading lamp 8 PCS LED lights
  3. Rechargeable Batteries “AAAX 3 pcs, 3.8v x 300 mA NI-CD rechargeable batteries Dry CELLS DC-4 5v “AA” x 3 pcs (dry cells not included)
  4. Solar panel output 5V 40mA
  5. Solar panel size 10:2 8cm
  6. Dynamo output 9v 400mA
  7. Product size 16.5, ‘6 5’ 14cm
  8. AC-Dc power supply Jack DCA 5-6v input Jack (AC-Dc adaptor not included)
  9. Earphone Jack D3 5mm (earphone not included)
  10. Loudspeaker 800.SW
  11. Power output around 400mW

Packing:

Unit packing bubble bag + color box

Note also the following

No ultra violation. No Radiation Blue Hazard. Self Generating Energy Capacity, covered with water proof thick material

Pre- Qualification Requirement

To be pre-qualified, interested firms should supply the following verifiable information’s including but not limited to the following:

  • Evidence of registration with the Corporate Affairs Commission
  • Evidence of Current Tax Clearance (last 3 (three) years)
  • VAT Registration and evidence of VAT remittance
  • Evidence of Compliance with the Pension Reform Act, 2004
  • Verifiable evidence of having completed similar works in the last 3 (three years)
  • Company Audited Financial Statement for the last 3 (three years)
  • Company Profile including structure, management team, registered address, phone number(s), and web address with names of and qualifications of key staff to be used
  • Demonstration of knowledge of the industry
  • Names and Address of Bankers and their recommendations
  • Evidence of adequate facilities to effectively carry out the work
  • Provision of Tax Identification Number by the bidder
  • A sworn affidavit that no officer of NAPEP is a Director or Shareholder or has any pecuniary interest in the bidder and none of the Directors of the company seeking prequalification has been convicted of any criminal offence. The affidavit is also to conform that all information presented in the firm’s prequalification documents are true and correct in all particulars.
  • Any other relevant information that will be helpful in determining the bidder’s suitability for the work

The requested information should be arranged in the order presented above. Bidders may be required to present original documents for sighting during the assessment exercise.

All bid documents should be submitted on or before 12;00 noon on Friday, 10th September 2010 in two sealed separate envelopes clearly marked technical and financial bids. The two envelopes shall be enclosed and sealed in one single outer bidder. The category being bidded shall be indicated on the prequalification documents and addressed to:

The Secretary

National Poverty Eradication Programme

Ministerial Tenders Board (MTB)

Federal Secretariat Phase II

Block B Room 309

All submissions received shall be publicly opened by 1.00pm on or before 10th September, 2010 in the conference room of the Secretary of Programme (SOP) NAPEP. All firms submitting prequalification documents are advised to attend the opening exercise.

Only successful Pre-qualified firms shall be invited for financial bid opening and the least evaluated responsive bid considered for the jobs

Note: This publication supersedes the earlier advertisement

Dr. Dan Mou

Secretary of Programme (SOP)

For: National Coordinator

National Poverty Eradication Programme

Abuja