Procurement and Installation of Items at National Teachers Institute (NTI), Kaduna

National Teachers Institute (NTI), KADUNA

Invitation to Participate In the Pre-Qualification Exercise

The National Teachers’ Institute (NTI) Kaduna, is hereby invit­ing interested, competent and qualified registered compa­nies to submit Technical proposal as a pre-requisite for pre-qualification, for the procurement and installation of the following items:

4 DRS PS 960 photo scribe Image Reader (Scanner)

4 P7220 Printronix Printer

1HP Proliant ML 350G6 Server

Pre-qualification Requirements

Interested companies should submit the documents listed below:

  1. Full details of the company’s profile
  2. Certificate of Registration with the Corporate Affairs Commission.
  3. Current Tax Clearance Certificate.
  4. 3 years Evidence of VAT Registration and Remittance.
  5. Evidence of similar job(s) executed in the past (with verified addresses)
  6. Company’s organisational structure and available man power with list of Personnel/Officers.
  7. Evidence of financial capability and Bank Reference from a reputable bank.
  8. Company’s Audited Accounts, over the past three years.
  9. Evidence of Registration with Pensions Commission in compliance with provisions of Section 16(6) (d) of the Public Procurement Act, 2007 (PPA 2007)

Submission

The complete pre-qualification documents should be neatly bounded and in sealed envelopes clearly marked

4 DRS PS 960 photo scribe Image Reader (Scanner)

4 P7220 Printronix Printer”

1 HP Proliant ML 350G6 Server” and addressed to the: Director General/Chief Executive, National Teachers Institute, KM 5, Kaduna-Zaria Express way, P.M.B 2191

The document is to be dropped in the Tenders’ Box in the office of the Acting Registrar Companies submitting bids documents’ are to ensure that they also sign the submission register at the office.

Closing Date

All submissions should reach the above stated address on or before 14th July 2010 and the document will be opened publicly at 12.00 noon of the closing date at the Academic Services Department Conference Room in the pres­ence of bidders or their representatives who chose to attend All accredited Non-Governmental Organizations (NGOs) are invited to witness the bids opening.

Nothing in this advertisement shall be taken to mean commitment on the part of the National Teachers’ Institute to undertake the project, enter into correspondence with any bidder or entitle any bidder to make claim or claims against the Institute on account of cost incurred in connection with the response to this advert

Signed:

Acting Registrar

Construction Works, Supply of Goods and Services at Federal Ministry of Water Resources

Federal Ministry of Water Resources

National Water Resources Institute

P.M.B 2309, Mando Road, Kaduna

Invitation FOR Bids (IFB) for:

Construction Works, Supply of Goods and Services

  1. The National Water Resources Institute (NWRI) Kaduna, a Parastatal of the Federal Ministry of Water Resources hereby invites Tenders from interested firms and joint ventures for the execution of the following projects approved in the 2010 Capital Budget

Lot A: Fencing /Safeguarding of NWRI Land

The works include the Completion of the Block wall fencing of the Institute’s Land at Faringida and along the Institute’s eastern boundary. The perimeter fence at Faringida measures 2172 meters long, the concrete foundation and three (3) courses of block work have already been constructed. The eastern boundary fence measuring about 440 meters is to be completed by barbed wire tied to steel angle iron. The works to be carried out include:

1.    Completion of the block wall fences

2.    Construction of concrete copings

3.    Construction of drains

4.    Construction of Gates and Gate House

5.    Construction of Culverts

6.    Construction of Access Road and other utilities

LOTB:   Rehabilitation of Buildings

The work to be carried out is the Renovation of 2no. Blocks of 6no. 3-Bedroom Flats, The renovation works include:

1.    Roof and Ceiling repairs

2.    Repair/Replacement of Fittings and Fixtures

3.    Replacement of PVC Floor tiles with Ceramic Floor Tiles

4.    Repair/Replacement of damaged Doors and Windows

5.    Repair of the Plumbing Installation

6.    Repair of the Electrical Installation

7.    General Painting internally and Externally

LOT C:  Rehabilitation of Street Lights in the Institute’s Premises

The works include the Provision and Installation and Commissioning of Fifteen (15) Solar Powered Street Lights complete with Concrete Base, Galvanized Pole, Battery and Battery Box, Panel and Panel Hanger and cabling, Charge Controller and Cabra Head Lamp.

Minimum Qualification to be Met by Tenders

Interested contractors should submit the following information/ documents in their technical proposals:

a.       Evidence of registration with the Corporate Affairs Commission (CAC)

b.      Evidence of VAT Registration and current Tax Clearance Certificate for 3 years.

c.       Evidence of financial capability from a reputable Bank (Bank Reference Letter only).

d.      Evidence of experience in at least five (5) jobs of similar nature with verifiable letters of contract award and job completion certificates.,

e.       Evidence of personnel capability including list of key professionals and curriculum vitae of each professional:

f.       Submission of three (3) years Audited Accounts with Annual Turn over of N10, 000,000.00 in any of the last three (3) years as detailed in the Standard Bidding Document (SBD)

3.    Collection of Tender Documents

a.       Tender documents (Technical and Financial) are to be collected from the office of the Executive Director (Procurement Unit) between the hours of 8.00 am to 4.00 pm from 21st June, 2010 to 2nd August, 2010 on payment of a non-refundable fee of N25.000.00 for Lot A, N20.000.00 for Lot B and N10,000.00 for Lot C.

b.      Payment is to be made to the Institute’s Cashier and copy of receipt included in the tender Documents.

4.      Submission of Tenders

a.       Completed Technical and Financial proposals should be submitted in two (2) hard copies and one (1) electronic copy (Microsoft Office) and enclosed in separate sealed envelopes marked Technical or Financial and both enclosed in a third sealed envelope clearly marker. “Tender for constructions work, Supply of Goods and Services LOT,”

b.      the Tender must be submitted by hand or by registered post to the office of the Executive Director, National Water Resources Institute, P.M.B, 2309, Kaduna on or before 12:00noon on 2nd August 2010.

c.       Tenders received late or at different locations will not be accepted

d.      All bid enquiries are to be directed to the Head of Procurement Unit, National Water Resources Institute, P.M.B. 2309, Mando Road, Kaduna (Tel: 07028822032)

5. Opening of Tender Documents

a.       All bids will be opened on Monday 2nd August, 2010 at 1:00 pm in the Institute’s Conference Hall.

b.      All tenderers are requested to be present at the opening.

c.       Only tenderers who possess the minimum qualifications will have their financial bids opened. Tenderers who do not satisfy the minimum requirements will have their financial bids returned to them on opened.

Signed:

Dr. O.A. Bamgboye

Ag. Executive Director, NWRI

Supply and installation of Laboratory and Workshop Equipment at Petroleum Technology Development Fund

Petroleum Technology Development Fund

Plot 672, Port Harcourt, Off Gimbiya Street, Off Ahmadu Bello way, Area 11, Garki, Abuja, P.O. Box 9899, Area 10, Garki, Abuja.

Website: www.ptdf.gov.ng

Invitation for Pre-Qualification of Contractors and Expression of Interest as Consultants for the Provision of Infrastructural Facilities at the Federal University of Petroleum Resources Effurun, Delta State

The Federal Government of Nigeria is desirous of providing additional infrastructural facilities at the Federal University of Petroleum Resources Effurun, Delta State.

In pursuance of the above, PTDF is hereby advertising for pre-qualification of interested Contractors and Experience of interest by reputable Contactors Firms for the works

21     Scope of Work

2.1    Contractors

The scope Includes work packages in line with the following:

a)      Budding Works

b)      Civil Engineering Works.

c)      Provision of ICT and Ancillary Facilities

d)      Supply and installation of Laboratory and Workshop Equipment.

Interested companies should submit documents showing that they satisfied the following requirements:

  • Audited account with annual turnover of over N250Million value in any of the last five (5) years
  • Evidence of experience as a prime contractor on at least one project of similar nature and complexity within the last five years: stating clients, cost with completion certificates and photographs attached.
  • Have a Project Manager of between 7-15 years experience in works of equivalent nature and volume.
  • Organizational structure with names of key personnel involved in project implementation stating qualifications and professional registration applicable (enclose photocopies of profession qualifications).
  • Certificate of registration with Corporate Affairs Commission (CAC)
  • Article of Memorandum duly endorsed by the Corporate Commission (CAC)
  • Tax clearance certificate for the last three years
  • VAT Registration Certificate
  • Consent to allow for verification of Firm’s financial standing with the bankers
  • Comply with the Federal Inland Revenue Service requirements
  • Letter of financial comfort from a Bank
  • Evidence of compliance with the provisions of the Pension Reform Act, 2004
  • HSE. Community Affairs and security Policies detailing the Company’s procedure for handing HSE Community Affairs and security issues
  • Quality Assurance /Quality Control Manual.
  • Possess a substantial proportion of equipment required to successfully execute the contract
  • Evidence of access to bank credit up to N500,000.00 (Five Hundred Million Naira)

2.2 Consultants

The scope of services will involve but will not be limited to the provision of preliminary /detailed design, specifications, cost estimates and project supervision/management in the following areas of specialization.

a)          Project Management

b)         Architecture.

c)          Civil Structural Engineering

d)         Mechanical/Electrical Engineering

e)          Quantity Surveying

f)           ICT

a)          Evidence of incorporation or business names registration.

b)         Company Audited Account for three years.

c)          Evidence of Tax Clearance Certificate for the last three years

d)         Evidence of financial capability and banking support

e)          Technical competence qualification, experience of key personnel, professional affiliation and equipment & technology capacity

f)           Similar projects executed and evidence of knowledge of the industry

g)          Evidence of registration with relevant professional bodies

3.0    Submission of Pre-Qualification Documents

The information with supporting documents in respect of these requirements should be submitted in one original plus 2No soft copies on or before 14th July 2010. Accordingly, all prospective Contractors are to submit the required documents in a sealed envelope to:

The Secretary,

Tenders Board,

Petroleum Technology Development Fund,

Plot 672, Port Harcourt Crescent, Off Gimbiya Street

Area 11, Garki, Abuja

4.0    Important Information

This pre-qualification request is not an invitation to tender. PTDF is neither committed nor obligated to undertake the work described or to issue any call for tender or to include any respondent to this invitation or other company on any tender list, or to award any form(s) of contract The invitation to tender and full tendering Information will be issued only to qualified companies that have been pre-qualified, PTDF will not make any form of payment whatsoever for submission presented in response to this notice. Please note that ONLY companies that respond to this particular advertisement shall participate in the pre-qualification process for this tender.

Signed

Management

Petroleum Technology Development Fund

Conversion of Projects at National Eye Centre Kaduna

National Eye Centre Kaduna

P.M.B. 2267, kaduna.

Invitation to tender for 2010 capital projects

Introduction

National Eye Centre (NEC). Kaduna is a Parastatal established under Cap 258 LFN, 1990. It operates under the Federal Ministry of Health (FMOH), Abuja. It invites all interested bidders or contactors with relevant experience and good track records to tender for the following projects.

(i)      Details of The Projects

A.      Civil Work

Lot l-  Conversion of existing structures to Amenity suites A

Lot 2- Conversion of existing structures to Amenity Suites B

B.      Furnishing

Lot 3-         Furnishing of Amenity Suites A

Lot 4-         Furnishing of Amenity Suites B

C.      Medical Equipment

Lot 5-  Supply and Installation of Vitreotomy machine with complete

Lot 6 Supply and Installation of Phaeco Emulsification machine with complete accessories

D                Security Lighting

Lot 7-   Installation of Solar powered security light system for hospital complex

Lot 8-   Installation of Solar powered security light system for Resident Doctors/main Quarters.

(ii)    Technical /Financial Bid Requirement

  1. Full details of company profile
  2. Evidence of Registration with Corporate Affairs Commission
  3. Evidence of Registration with  the Federal Government of Nigeria or the National Eye Centre in relevant category
  4. Evidence of tax clearance certificate for the past three years i.e. 2007, 2008, 2009
  5. Value added tax (VAT) Registration and evidence of past remittance
  6. Evidence of financial capability including audited account for the last three years
  7. Relevant/verifiable cognate experience with NEC or other organization on similar projects in the past five years. (Please include job completion certificate, year, project titles, client, project value and duration, contact address and phone lines of client
  8. Evidence of payment of non refundable fee of Twenty Five Thousand (N25.000.00) only for financial bid payable at the  Accounts Department of the National Eye Centre
  9. Evidence of compliance with provision of Pension Reform Act 2004
  10. Original documents of (2,3,4 above must be produced for sighting)
  11. Any additional information that would enhance the potential of the company

(iii)   Scope of Work and Specifications

The scope of work and specifications for each project to provided for in the Tender Document which shall be obtained from the Planning Division of the Administration Directorate of the National Eye Canto on payment of financial bidding fee for each project.

(iv) Important Information

Prospective bidders for medical equipment must be a reputable agent or representative of foreign manufacturing companies. Prospective bidders should provide a letter of authority to investigate all claims made especially as it relates to previous relevant experience.

All respondents should please note that this is not a contractual obligation but an invitation to bid, therefore the Centre reserves absolute discretion and right to either accept or reject any financial bid, and it shall not be required to give reasons for the refusal.

(V)    Submission of Tenders

Completed technical and financial bid document must be submitted in sealed envelope and marked technical and financial bids. You are to indicate boldly the lot at the back of envelope and addressed to:

The Chief Medical Director

National Eye Centre

P.M.B. 2267, Kaduna.

Tender documents shall be opened at 12:00noon from now till 10th August 2010. Further clarification could be obtained from the Director of Administration

Signed

Management

Procurement of Goods at Nasarawa State University, Keffi

Nasarawa State University, Keffi

Invitation for Pre-Qualification of Contractors

1. Introduction

The University is desirous of inviting competent and interested Contractors to bid in the prequalification exercise for the year 2007/2008/2009 (MERGED) ETF Library Development in the following areas.

LOT1:    Procurement of Books

LOT2:    Building the Institution’ Website and Electronic Library

–   Procurement of Computers

–   Procurement of Air Conditioners

–   Procurement of Giant Photocopier

LOT3:   Procurement of Bindery Equipment

2. Submission

The prequalification bid must be submitted in a sealed envelope addressed to the Registrar, Nasarawa State University, Keffi, not later than 13th July, 2010.

3. Collection of Tender Bid Documents

Invitation to Tender will only be extended to Contractors that are pre- qualified on a payment of non-refundable tender processing fees payable to the Bursary Department as follows:

LOT1:    N10, 000.00

LOT 2:   N10, 000.00

LOT 3:   N 5, 000. 00

Bidders are also requested to note that, the University is not bound to give for any unsuccessful applicant.

4. Prequalification Criteria

  1. Full details of Company profile to include the following.
    • Organizational Chart
    • List of key professional is working in the organization would be an added advantage)
    1. Evidence of Registration with Corporate Affairs Commission and the Nasarawa State University, Keffi
    2. Evidence of similar jobs carried our since 2005 including letters of Award and completion certificates.
    3. Relevant company financial standing (audited Company Account for the     last (3) three years)
    4. Bank references and evidence of bank commitment to your protect    Implementation will be of added advantage.

5.  Enquiries

All enquiries in relation to the prequalification and tender notice should be directed to:

The University Librarian,

Nasarawa State University,

Keffi

Alh. Dalhatu O. Mamman FICEN

Registrar