Execution of Projects at Health Care Related Programs Trust Ltd /GTE

HEALTH CARE RELATED PROGRAMMS TRUST FUND LTD/GET

50 LAMIDO ROAD, NASSARAWA, KANO

KANO STATE, NIGERIA.

INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR APPOINTMENT AS MEDICAL EQUIPMENT CONSULTANT.

The Health Care Related Programs Trust Ltd /Gte is an independent Trust Fund established by Pfizer and the Kano State Government in accordance with the terms of an out of court settlement, to oversee the construction of a multi billion Naira health facility in Kano State, Nigeria.

In pursuance of this mandate, the Board of the Trust Fund urgently requires the services of a Medical Equipment Consultant to advise it on the selection, procurement process/procedures for acquiring the right type of equipment for the under listed projects currently being undertaken by the Trust Fund:

*        Centre for Disease Control

*        Public Health Laboratory

*        Micro Biological Reference Laboratory

* Diagnostic Centre

Interested Individuals/Firms should please send their application to the

Executive Secretary,

Health Care Related Programs

Trust Fund Ltd / Gte

50 Lamido Road, Nassarawa, Kano,

Kano State, Nigeria

Applications should give every information necessary to show capability, experience and integrity of the interested firm, and should be sealed and send not later than 14th of July 2010.

Signed

Management

Execution of Projects at Nigeria Customs Service

NIGERIA CUSTOMS SERVICE TENDERS BOARD

CUSTOMS HEADQUARTERS, WUSE ZONE 3, ABUJA

Website: www.customs.gov.ng

E-mail: ngcustomsboard1@yahoo.com

INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR THE EXECUTION OF NIGERIA CUSTOMS SERVICE 2010 CAPITAL PROJECTS

1.       ADDENDUM TO PRE-QUALIFICATION REQUIREMENTS

Sequel to our advertisement in Daily Trust and This Day of Monday 24th May, Leadership and Punch of 25th May 2010. The Sun of Wednesday 26th May, Federal Tenders Journal of 31st May 2010 and the Nigeria Customs Service website, prospective applicants are to note item (e) below:

To be considered for pre-qualification, interested contractors must submit: Evidence of company registration with Corporate Affairs Commission,

a.       Evidence of registration as a Contractor with the Nigeria Customs Service;

b.       Evidence of current Tax Clearance Certificate for the last three (3) years 2008 & 2009

c.       Evidence of VAT Registration, Remittance and Tax Identification Number (TIN).

d.       Submit evidence of having fulfilled all obligations in relation to Pensions and Social Security Contributions in accordance with the provisions of the Pensions Act, 2004 and Section 16 (6) (c) of the Public Procurement Act 2007.

e.       Company Profile including Key Staff and Strength,

f.       Details of equipment and plants including machines (Construction);

g.       Name, address of Banker(s) and letter of Reference from Bank(s)

h.       Verifiable details of contracts previously executed in the last five (5) years  including letters of Award, Agreements and Completion Certificates.

2.       Applicants who have already submitted their pre-qualification documents are to submit PENCOM Certificate of Clearance enclosed-in an envelope marked ADDENDUM TO PRE-QUALIFICATION’ or submit same on the day of opening of pre-qualification.

3.       Closing Date for submission Monday, 5th July 2010 while opening is 6th of July 2010.

The Secretary

Nigeria Customs Service Tenders Board

Room 323, Customs Headquarters,

Wuse-Zone3, Abuja.

Projects Execution at National Assembly Service Commission

NATIONAL ASSEMBLY SERVICE COMMISSION

Federal Secretariat Complex, Phase III

Ahmadu Bello Way, Central District, Abuja

INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS IN THE 2010 ANNUAL BUDGET

The National Assembly Service Commission intends to execute some projects contained in its 2010 Budget. Consequently, the Commission hereby invites reputable and registered contractors to tender for the projects as listed

below:

1.       LOT1A: Deployment and Relocation of ICT Equipment.

LOT1B: Supply and Installation of 10KVA Inverter Power Supply Equipment.

SCOPE OF WORK:

1A     (i)      Supply, trunking of trays and laying of cables at the new office complex at Utako District, Abuja.

(ii)     Uninstall the existing ICT infrastructure from The Federal Secretariat office and move them to the new office,

(iii)     Install the relocated ICT equipment at the new Office complex 1B

(i)      Supply and install a 10KVA Inverter Power Supply Unit.

(ii)      Connect the Unit to the Server Room equipment.

REQUIREMENTS FOR TENDERING:

(I)       Company’s profile giving details of current activities and Management Structure.

(ii)      Evidence of Registration with Corporate Affairs Commission.

(iii)     Write up on understanding of the assignment.

(iv)     Tax Clearance Certificate for the last three years and Evidence of Tax Registration and Payment.

(v)      Evidence of similar works successfully completed Within the last three years

(v)     Company’s official telephone number(s) and email.

(vi)    Non-refundable Tender fee of N20,000.00 (Twenty Thousand Naira only) and attach the photocopies of receipt of payment.

(vii)     Interested companies are requested to submit also evidence, of compliance with the provisions of Section 16(b) (d) of the Public Procurement Act 2007 (PPA 2007) as it relates to the Pension Reform Act 2004.

2.       LOT 2: Consultancy Service for the provision of Document

Management System Software.

SCOPE OF WORK:

(i)       Review the Commission’s existing filing system and document management Processes with particular emphasis on file movement and associated security implications and recommend best expansion / upgrade and Integration

Solutions.

(ii)      Conduct overall project Implementation Review and make Recommendation for improvement and enhancement of Project implementation. Processes and recommend best expansion/upgrade and Integration solutions. Management Structure.

(iii)     Draw up long-term strategic plan to guide the implementation of Archiving and digitization in the Commission (Using Business and User Requirement Analysis.

(iv)     Recommend additional hardware and software Solution (if any) for enhancement and improvement of the existing Infrastructure.

(v)      Undertake a needs assessment and recommend Necessary Manpower Development needs to enhance the sustainability of the project in the Commission and facilitate its implementation.

(Vi)    Shall   evaluate   Tenders   bid   documents   received   from Contractors/suppliers.

SUBMISSION OF TENDER DOCUMENT:

Interested contractors / Suppliers should submit two (2) copies each of their tender documents in a sealed envelope clearly marked with the project Lot title boldly written at the right hand corner of the envelope and addressed to:

The Executive Chairman,

National Assembly Service Commission,

Federal Secretariat, Phase III, Abuja.

Ahmadu Bello Way, Central District,

P.M.B. 558, Abuja.

This must be dropped into the Tenders’ Box in Room 1:13 on or before 5th of July 2010 and not later than12 noon.

OPENING OF THE BIDS:

Tenders document will be opened publicly on 5th July 2010 at the Commission’s Conference Room by 1.00pm.

Signed

Management

21st June 2010.

Management lease of Farakwai Stone Crashing Plant at KAPWA

CALL FOR PRE-QUALIFICATION APPLICATION.

KADUNA STATE PUBLIC WORKS AGENCY (KAPWA)

Market Road, Kabala Costain P.M.B 2453, Kaduna

INVITATION FOR PRE-QUALIFICATION FOR THE MANAGEMENT LEASE OF A STONE CRUSHING PLANT AT FARAKWAI ALONG KADUNA-ZARIA EXPRESSWAY, ZAIRA

  1. INTRODUCTION:

Kaduna State Public Work Agency (KAPWA) is a Parastatal under the Kaduna State Ministry of Transport responsible for the maintenance of Public Infrastructure. The stone crushing plant is equipped with a BERGOUND STONE CRUSHER that has the capacity to produce 120-200 tons/hour of various product sizes. At present the average production capacity has fallen to about 20 tons hour.

  1. PROJECT TITLE:

Management lease of Farakwai Stone Crashing Plant.

  1. SCOPE OF WORK

Rehabilitation of the stone crushing plant/ancillary facilities and management of its Operations.

  1. 4. PRE-QUALIFICATION CRITERIA:

Only companies qualified from this pre-qualification exercise shall be invited to the competitive tender for the said project. Interested companies are required to submit pre-qualification document which address the following:

  1. i.            Full detail of the company profile
  2. ii.            Evidence of Registration with Corporate Affairs Commission
  3. iii.            Evidence of income Tax clearance Certificate and payment of tax for the last 3 years.
  4. iv.            Evidence of VAT Registration
  5. v.            List of available Equipment facilities and personnel to undertake the project
  6. vi.            Auditor’s Reports for last 3 years
  7. vii.            Satisfactory evidence of Financial capability from a reputable BANK
  8. viii.            Payment of a non-refundable processing fee of N 100,000.00 only in Certified Bank draft payable to:                         Kaduna State Public Work Agency (KAPWA)
  1. 5. SUBMISSION OF PRE-QUALIFICAHON DOCUMENTS

Pre-qualification documents should be made in two copies neatly bound and Cleary marked PRE-QUALIFICATION FOR MANAGEMENT LEASE and addressed to:

THE GENERAL MANAGER KADUNA STATE PUBL1C WORKS AGENCE NO, 1 MARKET ROAD, KABALA COSTAIN, P.M.B 2453 KADUNA STATE, KADUNA.

  1. CLOSING DATE FOB SUBMISSION OF DOCUMENTS

All submissions must be made on or before 5th of July 2010, latest by 4:00pm on the last day.

  1. Those organizations who had earlier on submitted letters of Expression of interest (EOI) to the Agency should take note and APPLY FOR PRE-OUALIFICATION in order to effectively participate in the Tendering process.
  1. 8. DISCLAIMER

Please, note that this is not an invitation for tender, full tendering will be applied to only applicants that have been pre-qualified and found capable of executing the project.

NB

The Quarry site would remain open for inspection between the hours of 8:00am and 4:00pm  Monday to Saturday during the period.

Signed:

MANAGEMENT

Rehabilitation of Students Hostels and Roads at Ahmadu Bello University, Zaria

AHMADU BELLO UNIVERSITY, ZARIA

INVITATION FOR PRE-QUALIFICATION OF CONTRACTORS AND

TENDER BIDDING FOR THE YEAR 2010 CAPITAL APPROPRIATION PROJECTS IN AHMADU BELLO UNIVERSITY, ZARIA

Applications are hereby invited from reputable and interested Contractors with relevant cognate experience and good track record of performance for pre-qualification and tendering on the following projects:

PROJECTS:

1.       LOT ‘A’: REHABILITATION OF STUDENTS HOSTELS  

2.       LOT ‘B’: REHABILITATION OF ROADS.

PRE-QUAUF1CATION CRITERIA:

Reputable and interested Contractors are required to submit their applications with the following documents:-

(i)        Evidence of Incorporation/Registration with Corporate Affairs

Commission (CAC).

(ii)      Evidence of Company Tax Clearance Certificate in the last three

(3) years (2007-2009).

(iii)     Evidence of VAT Registration and remittances in the last three (3)

(2007-2009).

(iv)     Evidence of Company Audited Annual Financial report for the

three (3) years (2007-2009) certified   by   a   chartered accountant/auditor.

(v)      Company Profile which should include names, curriculum vitae and copies

of certificates of key managerial, technical and  Administrative personnels, list of similar verifiable projects executed  or on-going within the last three years (2007-2009), with evidence of award, actual completion of projects and photographs.

(vi)    Evidence of Financial capability to handle the chosen   project i.e Bank reference and credit facility.

(vii)  Evidence of Community and Social responsibility (if any)

(viii)  Evidence of current registration as contractors with Ahmadu Bello

University and/or with FME/FMH/FMWT and in the relevant category B-D.

(ix)    Original documents should be available for sighting on   demand during or

after the opening of prequalification documents,

(x)     Company Evidence(s) of compliance with the provisions of the   Pension   Reform Act, 2004 (Providing details of Pension  Administrator and Remittances for staff).

5.       CLARIFICATION ON PREQUALFICATION AND TENDERS:

All contractors and interested vendors are to attend a one day workshop on prequalification requirements and tender on 29th June, 2010 at the Estate Department Conference room, ABU Zaria at 12noon prompt. Scoring, tendering criteria would be discussed. Those who are unable to attend would have themselves to blame.

6.       SUBMISSION   OF   PRE-QUALIFICATION   AND   TENDER DOCUMENTS:

Interested contractors are to pay to the ABU Main Campus Cash Office the required non refundable fee of N20, 000.00 for prequalification only and the sum of N30, 000.00 as tender fee for each lot to a maximum of two (2) lots.

Completed pre-qualification and tender documents in wax-sealed envelope with “Pre-qualification and tender lot number written at the top left hand corner should be addressed to the Secretary, University Tender Board, Registrar’s Office, Ahmadu Bello University, Zaria and hand delivered into the tender box in the Registrars office, 7th floor Senate Building not later than 12noon Monday 5th July, 2010.

Copies of the receipt of payment should be enclosed.

7. OPENING OF PRE-QUALIFICATION AND TENDER DOCUMENT

Pre-qualification/tender documents will be opened on Monday 5th July, 2010 by 1.00pm prompt at ABU Main Campus Zaria, Assembly Hall near the convocation square. All interested contractors and members of the public, especially professional bodies and civil/transparency societies are hereby invited for the opening.

PLEASE NOTE:

(a)  Submissions of Pre-qualification documents to ABU ZARIA is neither a

commitment nor an obligation to award any contract to any Contractors/Consultant/Supplier or agent.

(b) Advertisement for Invitation to Pre-qualification should not be construed

as a commitment on the part of the Ahmadu Bello University, Zaria, or shall it entitle any Contractor/Consultant or Supplier to make any claims whatsoever or seek any indemnity from ABU ZARIA.

(c)  Due diligence would be followed as all documents submitted would be

verified, past executed works and contractor’s offices, plants & equipments may be visited. Any discrepancies found would     summarily disqualify the contractor.

Signed

Secretary

University Tenders’ Board