Projects execution at National Open University of Nigeria, Lagos

NATIONAL OPEN UNIVERSITY OF NIGERIA

14/16, Ahmadu Bello Way. P. M. B. 80067, Victoria Island, Lagos.

INVITATION FOR FINANCIAL BIDDING

A      INTRODUCTION

The National Open University of Nigeria (NOUN), Lagos plans to commence the implementation of 2010 Capital Projects. In view of this, the University hereby invites technically competent and qualified Contractors for Financial Bidding.

B     SCOPE OF WORKS

Below is the list of areas covered by the scope of works to be undertaken: –

  1. 1. Renovation/Rehabilitation/Construction works
  2. i.            Renovation/Construction at Study Centres
  3. ii.            Construction of CMDU Building at Lagos Headquarters
  4. iii.            Borehole construction at Study Centres
  5. iv.            Drainage works at Lagos Headquarters/Kaduna
  1. 2. Supply /Installations
  2. Furnishings of Study Centres
  3. Supply of Project Monitoring /Exam Supervision Vehicles
  4. Supply of Vehicles for Study Centres
  5. Supply of Office Equipments for Study Centres
  6. Provision of IT Solutions at Study Centres
  7. Digitalization of NOUN Warehouse at Kaduna
  8. Supply of Printing Machines at Lagos Headquarters

3. Development Editing & Printing

  1. Printing of Developed Study Materials
  2. Development/Editing of New Study Materials

C.      BIDDING REQUIREMENT

  1. All intending Contractors are to pay a non-refundable fee of N50,000.00 only per Bid in Bank Draft payable to NOUN. This does not include those applying for Development/Editing of Study Materials.
  2. Bid Documents are thereafter to be obtained from the Directorate of Procurement, NOUN Headquarters, 14/16 Ahmadu Bello Way. Victoria Island, Lagos on presentation of photocopy of draft between 9.00am and 3.00pm daily and shall last on or before 28th June 2010.
  3. Course Developers and Editors are to meet the Director, Instructional Resources Development Unit for necessary Directives
  4. All those who earlier applied for Course Development and Editing in our last year Advertisement need not apply. They should however comply with (iii) above.
  5. All Contractors presently handling on-going NOUN Capital Projects yet to be completed need not apply

D   SUBMISSION/OPENING OF BIDS

  1. The completed Bid Documents should be sealed and marked “Confidential” and stating the Lot no and title of the protect at the left hand corner of Envelope. Contractors Bidding for Furniture should attach the furniture catalogue describing the various items.
  2. All completed Bid Documents are either to be sent to the Registrar as addressed below or dropped in our Bid Boxes located at the Conference Hall, Model Study Centre, NOUN Headquarter. Lagos latest on or before 28th June 2010.
  3. Opening of the Bid Documents shall take place 12noon on 28th June 2010. Please note that no late submission of Bids shall be entertained.
  4. Please note that the submission of Bids is an offer and should not be considered as a commitment on the part of NOUN nor entitles Firms/Companies to make any claim(s) whatsoever and or seek any indemnity from NOUN. It is not a contract.
  5. All Bidding Contractors are encouraged to attend the opening Exercise,

Signed

Registrar,

National Open University of Nigeria,

14/16 Ahmadu Bello Way,

Victoria Island,

Lagos.

Construction and Renovation of works at Federal Medical Centre, Azare

FEDERAL MEDICAL CENTRE, AZARE

BAUCHI STATE

(OFFICE OF THE HEAD OF ADMINISTRATION)

FMCA/GEN/17/VOL.I/S.      9th June 2010

CALLING FOR SUBMISSION OF TENDER FOR THE FOLLOWIING CAPITAL PROJECTS,

LOT 1:        COMPLETION OF HEALTH  RECORDS DEPARTMENT

LOT 2:        PERIMETER FENCING OF 1.5 KM AND CONSTRUCTION OF 1 GATE HOUSE AT PERMANENT SITE

LOT 3:        RENOVATION OF FEMALE SURGICAL WARDS

LOT 4:        CONSTRUCTION OF PAEDIATRICS COMPLEX AT PERMANENT SITE

LOT 5:        CONSTRUCTION OF MEDICALWARD AT PERMANENT SITE

LOT 6:        EQUIPPING OF WARDS

LOT 7:        CONSTRUCTION OF RADIOLOGY COMPLEX AT PERMANENT SITE

LOT 8:        CONSTRUCTION OF DOCTORS OFFICES AT PERMANENT SITE

LOT 9:        RENOVATION OF BLOCKS OF 3-HOUSES STAFF QUARTERS

LOT 10:      CONSTRUCTION OF GAS PLANT AT PERMANENT SITE

INTRODUCTION

The Federal Medical Centre, Azare is desirous of carrying out the above mentioned Capital projects.

REQUIREMENTS

Interested Contractors are to apply on or before 26th July 2010 with the following documents:-

  1. Copy of Certificate of Incorporation/Registration with Corporate Affairs Commission
  2. List of Directors of the Company
  3. VAT Certificate
  4. List of Projects executed and location
  5. List of Technical Staff, their C.V’s and GSM Nos.
  6. List of Equipment owned by the Company.
  7. Tax Clearance for the last 3 years (2007,2008 and 2009)
  8. Statement of Bank Account for last 6 months and Bankers Reference
  9. Company Profile
  10. Audited Statements of Accounts for the last 3 years (2007,2008,2009)
  11. Any additional information that may enhance the bidder’s chance

Method of Application

Interested companies should submit for each project two (2) proposals separately in two (2) sealed envelopes or package, clearly marked as “TECHNICAL BID” and “FINANCIAL BID” for any of the above mentioned PROJECTS. Note that the “TECHNICAL BID “should contain the documents listed above in Items No,1-11, while the “FINANCIAL BID” is to contain the amount quoted for executing the project. Be informed that only Companies who satisfy the above requirements by having the necessary documents indicated above in their “TECHNICAL BIDS” would have their “FINANCIAL BIDS” opened; those who are deficient would be automatically disqualified. Tender Documents for each of the above mentioned projects are obtainable in the Centre upon the payment of non-refundable fee of N20, 000.00 cash or Bank Draft addressed to “Federal Medical Centre, Azare”,

SUBMISSION

All documents should be delivered to the address below on or before 21st July, 2010. Note that opening of “TECHNICAL BIDS” will take place on the same day by 12.00 Noon in the Board Room of the Centre; white the date for the opening of “FINANCIAL BIDS” would be announced later. All are invited. Further enquiries can be made through the Office of the Head of Administration.

Federal Medical Centre,

No. 5 Sule Katagum Road,

P.M.B. 005,

Azare, Bauchi State.

GSM: 08034287648

KABIR M. LELE

HEAD OF ADMINISTRATION

For: MEDICAL DIRECTOR

Execution of Projects at NACA

National Agency for the Control of aids (NACA)

Issuance Date: June 14, 2010.

Invitation for Pre-qualification of Consultants and Suppliers for the provision of Consultancy Services and various equipment and consumables

The Federal Government of Nigeria has received a Grant from the Global Fund towards the cost of Health System Strengthening. Also received for smooth operations of the Agency is the FGN annual appropriation and the Agency intends to apply part of the proceeds of this Grant/annual appropriation to payments under the contract for the supply of vehicles, office equipment, construction/renovation works and provision of ICT, communication/media, procurement consultancies etc.

NACA intends to pre-qualify contractors and or firms for the procurement of goods, works and consultancy services listed below.

Pre-Qualification Details

Consulting Services in the areas of:

  1. Programmes
  2. Training (capacity building)
  3. Procurement Services
  4. Insurance Services
  5. Communication/Media Services
  6. Disaster Data recovery and Security Solution Services
  7. Information Technology Consultancy Services
  8. Printing Services
  9. Cleaning Services

B, Goods and Equipment:

  1. Vehicles (Light and Heavy Duty)
  2. Office equipment- Steel filling cabinets, photocopiers, safes, etc
  3. IT Equipment – Computers Printers, Scanners etc
  4. Software Systems-Accounting System e.g flexy, Tally etc
  5. Furniture
  6. Conference Equipment
  7. Public Address System
  8. Laboratory Equipment/Consumables
  9. Office/IT Consumables
  10. Security Equipment
    1. Generating Equipment

C. Civil Works:

  1. Constructions of New Structures
  2. Renovation of Existing Structures.

Pro-qualification Requirements

  1. i.            Evidence of registration with the Corporate Affairs Commission
  2. ii.            Evidence of compliance with tire Pension Act
  3. iii.            Evidence of VAT registration and remittance to the FIRS
  4. iv.            Evidence of current tax clearance certificate
  5. v.            Track records of the firm with evidence of similar projects executed over the last three years
  6. vi.            Evidence of Bank reference
  7. Company profile with list of key technical staff of the company with their job description.
    1. Audited Accounts for the last three years (2007 -2009) as proof of financial capability to handle huge projects

Technical Details of the specifications of the products shall be described in the bidding document that will be issued.

Submission of pre-qualification documents

Complete prequalification documents should be enclosed in an envelope sealed and marked boldly at the top right comer with the words “pre-qualification for supply of goods, works or consultancy services (indicate the Lot number) and

delivered to the address below on or before 12pm 30th June. 2010:

The Director-General,

National Agency for the Control of AIDS (NACA)

Plot 823 Ralph Shodeinde Way,

Central Area,

Abuja

Only technically qualified firms will be eligible for further considerations

Signed Professor John Idoko

Director-General

National Agency for the Control of AIDS

Projects Execution at Aminu Kano Teaching Hospital

Aminu Kano Teaching Hospital

P.M.B. 3452, Kano.

Invitation for Pre-Qualification and Tender

Introduction

The Management of Aminu Kano Teaching Hospital plans to execute the under listed projects comprising some Medical and Electrical Equipment under the 2010 Capital Budget.

20     Project;-1 Supply and Installation of Medical Equipment

LOT 1:        ERCP Equipment with C-Arm flouroscopy

LOT 2:        Laparoscope

LOT 3:        Blood Apharesis Machine

LOT 4:        Temporal Bone Dissection sets

LOT 5:        Electro Convulsive Therapy Machine

LOT 6:        ENT Total Treatment Units (CHAMCU 5000)

LOT 7:        Transurethral Prostatectomy Equipment

LOT8a:       Patient Trolleys

LOT8b:       Diagnostic sets

LOT8c:       Sphygmomanometers

LOT8d:       Examination Couches

LOT8e:       Weighing scales,

LOT9:         Teaching Operating Microscope

LOT 10:      Bactec Machine

LOT 11:      Video laryngoscope

LOT 12:      DiaLyser Reprocessing Machines

LOT 13:      X-fay Automatic Film Processor

LOT 14:      VItek 2 Machines

Project: – 2 Supply and Installation of Electrical Items

LOT 15 11KV Switch Gear Electric Panel

Pre-Qualification and Bidding Requirements

Interested companies/suppliers with experience in similar jobs are hereby invited for pre-qualification and bidding for the above projects.

The companies are expected to submit the following:-

  1. i.            Evidence of Registration with Corporate Affairs Commission. (CAC)
  2. ii.            Copies of Tax Clearance Certificate for the last three years (2007,2008 and 2009)
  3. iii.            Evidence of VAT Registration
  4. iv.            Company profile, which should include CVs of key personnel with evidence of technical and Managerial capability, supported by copies of credentials and Certificate of registration with relevant Professional bodies.
  5. v.            Evidence of similar projects executed in the past, supported with copies of
  6. vi.            Letters of Award or Certificates of Completion or Payment Vouchers.
  7. Details of equipment and plants owned by the company (where applicable).
  8. Evidence of financial capability through an original letter of reference from a reputable bank specifically addressed to the Chief Medical Director. AKTH, Kano.

Tender Fees: – Prospective bidders are expected to pay non refundable fee for each Lot as follows N25,000.00 for lots 1.2. &15, N15, 000.00 for Lots 14. N10, 000.00 for lot 3, 4, 5 N5, 000.00 for Lots 6, 7.8, 9, 10, 11, 12, & l3

The documents (with alt the specification) are obtainable from PRS Division on presentation of evidence of payment of relevant fees payable at the hospital cash office

Interested companies/suppliers applying for the pre-qualification and bidding should please note that-

  1. They should submit two applications for both pre-qualification and Tender at the same time.
  2. The Hospital Management reserves the right to reject any or all submissions by a company,
  3. This advertisement for pre-qualification and Tender should neither be construed as a commitment on the part of the Hospital nor shall it entitle companies/suppliers to make any claims whatsoever and/or seek any indemnity from the Hospital
  4. All bids should be comprehensive and should include transport, Installation/Testing and user training.

Guide for submission of pre-qualification and Tender documents

One set of the Pre-Qualification documents and another set of Tender papers neatly bound and in two separate sealed envelopes clearly marked “PRE-QUALIFICATION TO TENDER FOR SUPPLY OF AND TENDER FOR

At Aminu Kano Teaching Hospital” should be dropped in the Tender Box stationed at the Office of the Chief Medical Director, on or before 5th July, 2010

Screening of Documents

All submitted, documents for prequalification will be screened first by a Technical Committee, and only those qualified will be invited to the Tenders Opening ceremony where the bids will be opened and winners will be notified through their contact addresses.

Signed

A.M. Sulaiman

Director of Administration

Aminu Kano Teaching Hospital.

Construction of office complex at FCTA

Federal Capital Territory Administration

FCT Tenders Board Secretariat

FCT a Secretariat, Kapital Road, Area 11, P.M.B 24, Garki Abuja, Nigeria

Invitation to Participate in the Prequalification Exercise for the construction of Urban and Regional Planning Tribunal Office Complex, Abuja.

Federal Capital Territory Administration (FCTA) through the Urban and Regional Planning has provisions in the FCT 2010 Statutory Budget and is hereby inviting competent and Interested companies to submit Technical bid for the construction of it’s office complex.

Scope of Work

The scope of work invokes the construction of various blocks of traditional method.  The roofing is made of long span corrugated aluminum roofing sheets on timber trusses. The scope also involves all finishings, painting and services.

The structures to be constructed include the following:

  1. Main Office Block
  2. Confidence Hall
  3. Court Hall
  4. Staff Canteen
  5. Generator House
  6. Gate House
  7. External Works

B.      Prequalification Requirements

Interested companies are to forward copies of the following documents and the originals to be made available for sighting during the Tender opening Photocopies of professional certificates are to be initiated, endorsed by the owners and embossed with a professional seal.

  1. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association,
  2. ii.            Interested companies should have up to date returns with CAC and be informed that due diligence could be conducted,
  3. iii.            Company’s Audited Account for the last three year from a Chartered Accounting Firm,
  4. iv.            Tax Clearance for the last three (3) years,
  5. v.            List of verifiable documentary evidences of similar jobs successfully executed within the last three years (complete with award letters, last interim certificates of valuation on on-going jobs, completion certificates and final maintenance certificates where applicable)
  6. vi.            List of key technical personnel stating their roles designation, qualification and years of experience with the guarantee that a minimum of five (5) relevant registered professionals, (e.g. COREN. QSREN ARCON. etc) of various disciplines shall be deployed to the project.   Copies of educational and professional certificates are to be attached.
  7. A functional and well equipped materials testing laboratory for the proposed structures listed 1, 2, and 3 above.
  8. History of company’s policy on community development.
  9. ix.            Reference letter from a reputable bank,
  10. x.            Sworn affidavits in line with the provisions of Part  iv Section 16, Subsection 6 (e-g) of the Public Procurement Act. 2007.
  11. xi.             Interested companies whose work force is more than twelve (12) persons would be required to provide evidence of remittance of contributory pension funds in line with Section 16, Subsection 8, Clause (d) of the Public Procurement Act.
  12. Letter of Authority to FCT Administration to cross check the   company’s account.

Submission

The pre-qualification and Financial bid documents should each be sealed and labeled (Technical bids for: Project Title)The document is to be submitted to: Secretary, FCT Tenders Board, Room 043 Former Public Building Block, FCTA Secretariat, Area 11, Garki Abuja on or before 10am, 28th June 2010 . The representatives of the bidding companies are invited to witness the opening of the tenders on the same date at Room G9 Archives and History Bureau Building near AGIS, Peace Drive, Area 11, Garki-Abuja at 12.00noon.
Collection of Tender Documents

Interested companies are to collect tender documents from the Office of the Director, Security Services Department, Area 11, Garki-Abuja, upon the presentation of evidence of payment of N 10,000,00 (Ten Thousand Naira only) non-refundable Tender Fee into FCT Treasury Revenue Account at Fidelity Bank (Central Area)Account No; 051503010000426.

Successful companies could be requested to provide Performance Bond. Whose value shall not be less than 10% of the contract sum before signing the contract.

Note:

  1. i.            The administration is not hound to accept the lowest or any other bid
  2. ii.            Members of the general public, especially the Civil Society Organizations invited to the opening exercise. They are however to abide by the Code of Conduct for Public Procurement observers issued by the Bureau of Public Procurement (BPP).
  3. iii.            Company’s representatives are to come along with a totter of introduction indicating name, rank and sample signature to the opening exercise.

HAJARA MUHAMMED

DD (Proc.) / Secretary, FCTA Tenders Board