Building Construction , Supply and Installation of 500/1000KVA Perkins Generator at Federal Medical Centre, Bida

Federal Medical Centre, BIDA

Invitation for Pre-Qualification Supplementary Advertorial

  1. We wish to refer to our Advertisement on Invitation for Pre-Qualification/Tender placed on this National Daily on 31/05/2010 and to add that The Federal Government of Nigeria has provided funds for Construction Works in the 2010 Budget Proposes as indicated below. Consequently, the Centre invites competent and reputable firms with requisite expertise for the submission of Documents for Prequalification:
  1. a. Building Construction and Appropriate Equipping.
  2. b. Supply and Installation of 500/1000KVA Perkins Generator
  • The envelopes for the Prequalification must contain the following documents,
  1. Comprehensive Company Profile indicating Managerial, Structural, Technical and Operational Capabilities.
  2. Evidence of valid Certificate of Registration with Corporate Affairs Commission (CAC).
  3. Company Audited Account for the last 3 years (2007, 2008, and 20090).
  4. Evidence of Tax Clearance Certificate for the last 3 successive years (2007, 2008, and 20090).
  5. Evidence of VAT Registration and VAT Remittances.
  6. Evidence of Financial Capacity & or Banking Support.
  7. List of similar projects previously undertaken.
  8. Verifiable evidence of availability of appropriate manpower, machinery and equipment (for Construction Works).
  9. Evidence of Registration with Federal Ministry of Works (for Construction Work).
  10. Confirmation of Tender Validity Period of at 120 days from the date of Bid opening.
  11. Evidence of Employees Open Retirement Account (RSA) with a Pension Administration of their choice.
  12. Evidence of Remittance for both Employee and Employee Pension Contribution to the appropriate Pension Fund Custodian on or before 4th August, 2010, from the date of payment of salaries.

m.  Evidence of transfer of all Pension Funds and Assets prior to the commencement of the Pension Reform Act to licensed Pension Operators.

  • Any other additional information that win the Company’s application.

Submission of Documents

  • All Documents shall be submitted in wax sealed envelopes, must have the Company’s Address and contact Phone number clearly written at the second side of envelope and addressed to:

The Medical Director,

Federal Medical Centre,

P.M.B 14,

Bida, Niger State.

  • All Documents shall be delivered into the appropriate Tender Box on or before 12.00 noon on 11/08/2010 at

Procurement Unit,

Medical Director’s Office,

Federal Medical Centre,

Bida.

  • Submission of the Prequalification Documents is not a contractual agreement between any Company and Federal Medical Centre, Bida. Only Companies that are successful at the Technical session with be contacted for the collection of Financial Bid Documents.

NB:

  1. Documents submitted late will be rejected.
  2. Documents must be submitted, physically, not by post or electronic transfer.
  3. Documents submitted in any other location/address other than the one given above will become invalid.

Opening of Documents

  • Documents will be opened in the presence of the Companies Representative who chooses to attend in person in the Conference Hall of the Federal Medical Centre, Bida at 2:00 pm on 11/08/2010.

Interested eligible Firms may obtain further information from the Procurement Unit, Medical Directors’ Office, Federal Medical Centre, Bida from 9:00am to 4:00pm, Monday to Friday.

Signed

Secretary, Tenders Board

For: Medical Director

Supplies of Motor Vehicles & Generators at Federal Capital Territory Administration

Federal Capital Territory

Social Development Secretariat

Invitation to Tender for 2010fy Social Development Secretariat Supplies of Motor Vehicles & Generators

1.0    Introduction

The Federal Capital Territory Administration (FCTA) through the Social Development Secretariat is inviting competent and interested companies to submit technical bids for Prequalification/Tender as a first step in the award of contracts for Supplies of Motor Vehicles and Generators.

2.0    Scope of Work

S/N Project Classification Code Project Description
1 SDS/Sup/10/01 Provision of 5Nos Utility Vehicles for Project Monitoring and HIV/AIDS Surveillance
2 SDS/Sup/10/02 Procurement of 1No 500KVA Generator for Social Development Secretariat
3 SDS/Sup/10/03 Procurement of 1No luxury Bus for Social Development Secretariat activities
4 SDS/Sup/10/04 Purchase of 2Nos Utility Vehicles for Monitoring of Gender Issues and Child Welfare Institutions in the FCT.
5 SDS/Sup/10/05 Purchase of 3Nos Utility Vehicles for Tourism Development activities in the FCT
6 SDS/Sup/10/06 Procurement of  1N0 pick-up van & 1No 30-Seater bus for Arts & Culture activities in the FCT
7 SDS/Sup/10/07 Procurement of Utility Vehicles including 1Nr double door Ambulance with life support machine for Social Welfare activities in the FCT
8 SDS/Sup/10/08 Printing of SDS Year Book and FCT Price Index

3.0    Requirements

Interested companies must forward copies of the following documents and originals to be made available for sighting during the Tender opening.

3.1    Supplies

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Memorandum of Association of company
  3. Company profile, including name, address, telephone number(s), e-mail address
  4. Evidence of company income tax payment in the last three (3) years
  5. VAT Certificate
  6. Current Bank Reference and Audited account for three (3) years
  7. Verifiable letter of similar jobs successfully executed in the past, including letter of awards, certificate of completion and list of service currently being rendered if any
  8. Sworn Affidavit in line with the provision of Part iv, section 16, sub-section 6 (d-f) of the Public Procurement Act, 2007.

Originals of documents mentioned in paragraph 3.0 (3.1 & 3.2) above must be produced for sighting during opening session. All companies will be assessed based on proof of documents submitted to back up their claims.

4.0    Submissions

The documents are to be sealed and labeled in a sealed envelope and clearly marked Prequalification to Tender for Code. The documents should be submitted in three (3) copies (one original and two (2) other copies) and to be submitted to:

Social Development Secretariat

Planning, Research & Statistics (PRS) Unit

Cyprian Ekwensi Centre for Arts & Culture

Area 10, Garki – Abuja

On or before 7th September 2010.

5.0    Opening

Opening of the Technical bid documents will be performed on 20th August 2010 at 1200 noon at the Exhibition Hall of Social Development Secretariat, Area 10, Garki – Abuja in the presence of company’s representative, NGOs and other stakeholders.

Signed:

Management

Execution of Projects at Ondo State Ministry of Employment

Ondo State

Ise Loogun Ise

Ministry of Employment, Labour and Productive

Invitation to Tender

Tenders are hereby invited from interested but qualified contractors for the execution of the following projects:

LOT 1        Interactive Website Design with software to run a Web-based

software and administration of data;

LOT 2        Resident Server System for Data Storage/Data Bank Queries; LOT 3           Internet connectivity with one year license.

2.      Bid documents in specified Lots should be obtained from the Ministry of Employment, Labour and Productivity, Coop House Secretariat Annex, Ilesa-Owo Express Way Akure. Ondo State, on payment of non-refundable tender fee of N10,000.00. Prospective tenderers are to collect payment advice from the Chief Accountant of the Ministry for payment of the tender fee into Government Treasury.

3.      Tenders in sealed and waxed envelop with the Lot number indicated at the top left corner, must be accompanied with the following documents:

(i)              Three (3) years tax clearance certificate covering 2007,2008 and 2009;

(ii)           Three (3) years development levy receipt from Ondo State covering 2008, 2009 and 2010:

(iii)        Evidence of payment of tender fee;

(iv)         Evidence of current registration with Ondo State Ministry of Works;

(v)            Certificate of incorporation with the Corporate Affairs Commission;

(vi)         Evidence of satisfactory completion of similar projects in the past.

4.      The completed tender documents are to be submitted on or before 17th August, 2010

The Secretary,

Ondo State Tenders Board,

Cabinet and Special Services Department,

Governor’s Office

Akure.

5.      Bidders are reminded that the State Tenders Board (STB) is not bound to accept the lowest or any tender bid.

Signed:

Prince Ade Okiki

Permanent Secretary

Construction of a Car Park at Lagos State University

Lagos State University

Badagry Expressway Ojo

Website: www.lasunigeria.org

Email: vice-chancellor@lasunigeria.org registrar@lasunigeria.org

Tel: 01-4785002; 01-8547252

Invitation to Tender for the Construction of a Car Park for the University Auditorium at Ojo Campus of Lagos State University

1.0    Invitation

Lagos State University hereby invites Tenders from reputable Construction Firms, for the Construction of a Car Park for the University Auditorium at Ojo Campus of Lagos State University.

2.0     Scope of Work

Construction of a Car Park with interlocking tiles.

3.0 Requirements

  1. Certificate of Company’s incorporation with the Corporate Affairs Commission;
  2. Current Tax Clearance Certificate for the last three (3) Years;
  3. Evidence of Company’s Financial standing;
  4. Company’s Organizational Structure, including names and resumes of key personnel to be involved in the project;
  5. Evidence of execution and completion of similar jobs, in the last five (5) Years and
  6. Evidence of Registration as Contractor, with the Lagos State university, in the appropriate category

4.0     General Information

All enquiries, regarding the details about this advertisement, should be directed to the office of the Director of Works AND Physical Planning, Lagos State University, between 10, 00 a.m. AND 4.00 p.m. from Mondays to Fridays of the week. (Tel. 01-8547252)

5.0     Bidding Fee

Interested bidders should pay, a non-refundable fee of Ten Thousand Naira (N 10,000.00) only, to Lagos State University Account Number in the following designated Bank, from the date of this advertisement.

Zenith Bank Plc Account Number 6014013807

6.0     Submission

All submissions for the project, which should be in sealed envelope AND marked “Tenders for the Construction of a Car Park for the University Auditorium”, should be addressed to:

The Registrar,

Lagos State University

Badagry Expressway,

Ojo, Lagos State

Submissions should be delivered either by hand OR Courier Service, on or before 10th August 2010, to:

Principal Assistant Registrar,

Council Matters Division

Administrative Block Ii (Room 04)

Lagos State University,

Badagry Expressway, Ojo,

Lagos  State.

Any submission after the specified date will NOT be accepted.

Signed:

L. O. ANIMASHAUN, Esq.

REGISTRAR

Lagos State; University

Construction of Projects at Lagos State University

Lagos state university

Badagry Expressway, ojo

Website: www.lasunigeria.org

Email: vice-chancellor@lasunigeria.org and registrar@lasunigeria.org

Tel: 01-8547002; 01-8547252

Invitation for Expression of Interest for the Position of Project Managers

Background:

As part of its drive to physically develop the Institution, Lagos State University is to embark on the construction of the following projects:

1.      Faculty of Science Building Complex;

2.      Faculty of Arts Building Complex;

Construction work is expected to commence on the projects shortly, at the Ojo Campus. To this end, Lagos State University Authorities hereby invite Applications from reputable Project Management Firms for each of the projects, to provide Technical support to the University on the projects.

Key Responsibilities:

The Project Management Firms will be saddled with the following responsibilities AND any other related assignments, viz:

  • Preparing necessary briefs, to be used for the Invitation of Tenders for the Projects;
  • Compiling the scopes of the projects and planning sessions;
  • Supervising and managing the construction works, by the building Contractor on day-to -day baste;
  • Defining quality criteria and conducting regular site meetings.
  • Determining and agreeing on quality measures and controls, as well as, managing quality of work accordingly; and
  • Ensuring project accomplishment and delivery within budget (time and finance),

Furthermore, successful Firm(s) will be expected to make use of their respective Technical Experts [i.e. Mechanical AND Electrical Engineers, Structural Engineers AND Quantity Surveyors), for the respective project(s).

Qualifications:

All Intending Project Management Firms are expected to have relevant Professional experience in building construction management. In addition, each Firm would provide:

  • Evidence of registration of the Firm with the Corporate Affairs Commission,
  • Evidence of the Firm(s) registration with the relevant Professional body(ies);
  • Description of similar jobs done in the past five (5) years as well as the values of such project(s);
  • Current Tax Clearance Certificate for the last three (3) years; and
  • Company s Organizational Structure, including names AND resumes of key personnel to be involved in the project.

Intending Firm(s) are requested to NOTE that successful Firms would be required to register with Lagos State University.

Method of Application:

Interested Firms should forward their Applications with details of their respective Company profiles

Submission of Application

All Applications should be addressed to:

The Registrar,

Lagos State University,

P.M.B. 0001, Lasu Post Office,

Badagry Expressway,

Ojo.

ALL Applications are to be submitted, on or before Friday, 6th August, 2010 to:

Principal Assistant Registrar,

Council Matters Division,

Administrative Block Ii (Room 04),

Lagos State University

Badagry Expressway, Ojo, Lagos State.

Signed:

L. O. ANIMASHAUN, Esq.

REGISTRAR

Lagos State University