Invitation for Pre-Qualification at The Federal University of Technology, Akure

The Federal University of Technology, Akure

P.M.B. 704, Akure, Ondo State Nigeria

Invitation for Pre-Qualification

1.0       Preamble

The Federal University of Technology, Akure (FUTA) invites interested competent and reputable contractors to apply for this Pre-qualification exercise  and submit the required information as well as comply with all other prerequisites of Pre-qualification for the approved 2013 Capital projects stated below:

2.0   2013 Capital Project                                     Reference

1.       Construction of School of Sciences Phase III – LOT1-CSOS/20I3

2.       Construction of Lecture Theatres               – LOT2-CLTS/2013

3.       Supply and Installation of Teaching and Research Equipment – Lot STRE/2013

3.0       2012 Tetfund Normal Intervention Projects

1.       Construction of library Extension Phase II        LOT4 – CLBE/2013

2.       Re-roofing of SAAT/SEET building                       LOT 5 – RRSB/2013

4.0       2013 IGR Projects

1.       Construction of New Security Building  –  LOT 6 CNSB/2013

2.       External Works Around Bode Akindele – LOT 7 EWAB/2013 SMAT Building

5.0     Scope

Projects in LOT 1, LOT 2 and LOT 4 are framed structured buildings, with steel roof and aluminum roof covering. While LOT 5 project involves the removal of existing amiantus roof and replacement with steel roof and aluminum roof covering Lot 6 is a new administrative bungalow building for the University security Unit. The supply and Installation of Teaching and Research Equipment deals with various scientific and analytical high-tech laboratory equipment for research activities in the University.

6.0       Pre-Qualification Criteria

Compulsory and mandatory Criteria:

  1. Evidence of Registration with Corporate Affairs Commission (CAC)
  2. Include CAC registration form CO2 and CO7 containing list of Directors and Shareholders
  3. Evidence of Tax Clearance Certificate for the last three (3) years (2010-2012)
  4. Company Audited Account in the Last Three (3) years (2010-2012)
  5. Pre-qualified bidders should note that refundable bid security of 2% of bid sum in Bank Certified Cheque will accompany the bid documents at tender stage.
  6. A sworn affidavit that all documents submitted are genuine and verifiable
  7. A sworn affidavit that none of its Directors has been convicted in any country  for any  criminal  offence,  including  fraud  or financial impropriety.
  8. A sworn affidavit indicating whether any current officer of The Federal University of Technology, Akure   is a former or present Director, shareholder or has any pecuniary interest in the company.
  9. Evidence of compliance with Part IV, section 16 (6d) of the Public Procurement Act 2007 as it relates to pension.
  10. Show evidence of compliance with Section 6(ii) of the Industrial Training Fund (ITF) Amended Act, 2011.
  11. Failure to provide 6.0 (i)-(x) above will automatically disqualify the bidder.

7.0       Other Criteria

i.        List of verifiable Equipment owned

ii.       Indication of Technical and Administrative staff strength, with

academic/professional qualifications and Curriculum Vitae of Key personnel available for the project.

iii.      Evidence of relevant verifiable experience on similar jobs in Nigeria over the last 5 years stating location, cost and duration of execution, with certificate of completion,

iv.      Evidence of Payment of Value Added Tax

v.       Evidence of Social Responsibility in terms of Endowment, sports or ETF contributions.

vi       Evidence of payment of non-refundable Pre-qualification Fee of

N50,000.00   for   each Lot, made payable to FUTA Account No. 0120765724, WEM A Bank, FUTA Branch.

vii.     Reference letter from bankers and copies of current bank statement

viii.    Submission of two (2) copies of spiral bound company profile, packaged in accordance with the stated criteria in paragraphs 6.0 and 7.0 above.

8.0     General Information

8.1     Interested Contractors should collect pre-qualification screening questionnaire from the Physical Planning Unit on presentation of receipt issued from the Cash Office, of the Bursary, Federal University of Technology Akure, Ondo State from Monday, 17lh June, 2013 to Monday, 15th July, 2013.

8.2     All enquiries regarding this advertisement should be directed to the DIRECTOR, PHYSICAL PLANNING UNIT, J. T. Useni Building, Federal University of Technology, Akure, Ondo State between the hours of 11:00 am and 3.0 pm. Monday – Friday. All interested Bidders are to attend the opening of Pre-qualification documents meeting scheduled for Monday 15th July, 2013 in the old Senate Chambers at 2.00p.m.

9.0     Submission

All submissions for pre-qualification and Tender should be in sealed envelope and identified with the project reference number at the top left hand corner and marked “PRE-QUALIFICATION FOR LOT” (Please specify LOT no.) and delivered by hand or courier service to reach the address stated below not later than 12 .00 noon, Monday, 15th July, 20 1 3.

The Registrar

The Federal University of Technology,

P. M.B. 704, Akure.

10.0   Opening

There shall be a public opening of the Pre-qualification submissions, 2.00 p.m. on Monday 15th July, 2013 and all interested Bidders or their recognized representatives and the general public are invited to attend.

NOTE:

(i)                Failure of a Bidder to follow the order of any of the instructions above or provide any of the listed documents may automatically result in disqualification.

(ii)             Notwithstanding the submissions made, The Federal University of Technology, Akure is neither committed nor under any obligation to include any Contractor on the final list of pre-qualified Contractors or award any form of contract to any Contractor.

Signed:

Dr. (Mrs.) M.O. Ajayi

Registrar and Secretary to Council

General Procurement Notice for 2013 Capital Projects at Librarian Registration Council of Nigeria (LRCN)

Librarians’ Registration Council of Nigeria

General Procurement Notice for 2013 Capital Projects

The Librarian Registration Council of Nigeria (LRCN) is a corporate body established by the Federal Government of Nigeria through Act No 12 of 1995. Its major thrust is to regulate the practice of the Library and Information Science profession in Nigeria.

The Council wishes to notify the General Public of its intension to procure Goods, in the 2013 Fiscal Year. These are to be funded through Year 2013 Federal Government Budget Appropriation

1.0     Goods

S/N Description of Item
1. Bus – 14 Passenger
2. Purchase of HP 3G Desktop Computer & Accessories
3. Purchase of HP Laptop computer & Accessories
4. HP 2055 Laser Printer
5. HP 2800 Laser Color Printer
6. Purchase of UPS (650V)
7. Purchase of Automatic voltage Regulators (2000WATTS)
8. Purchase of  Multi User Anti – Virus
9. Purchases of semi – Executive Chairs/Tables
10 Purchase of Library Tables
11. Window Blinds and Accessories for Various Offices

2.0     Eligibility Criteria

The eligibility criteria must include and not be limited to the following documents:

  1. Certificate of Registration /Incorporation with C. A.C.
  2. Detailed Company profile with list of staff, qualifications and years of experience
  3. Tax Clearance and VAT certificate for 3 years, (2010 – 2012).
  4. Evidence of financial capability, banking support (statement of accounts for the last 6 months)
  5. Audited accounts for the past three years (2010 – 2012), (duly endorsed by a chartered accounting firm)
  6. Evidence of having undertaken similar projects carried out within the last 3years, in areas of interest (photocopies of letters of award should be enclosed as evidence).
  7. Evidence of accredited dealership or manufacturer’s authorization
  8. Evidence of registration with a pension fund administrator and evidence of remittance.
  9. Evidence of compliance with the Industrial training Fund Act of 2011 (where applicable)

Note:

  1. This Notice is not an Invitation to Bid.
  2. Interested Suppliers/Contractors are advised to visit the Council’s Notice Board and Website: (www.lrcn.gov.ng) for Specific Procurement Notices for minor value procurements,
  3. The Librarians’ Registration Council of Nigeria has the right to invoke the provision of section 28 of the Public procurement act (PPA) 2007, without incurring any liability on the bidder.

Signed

Management

2013 Due Process for Capital Budget Utilization: Invitation for Tender at Nigeria Natural Medicine Development Agency (NNMDA),Federal Ministry of Science and Technology

Nigeria Natural Medicine Development Agency (NNMDA)

Federal Ministry of Science and Technology

9, Kofo Abayomi Street, Victoria Island Lagos

2013 Due Process for Capital Budget Utilization: Invitation for Tender

Introduction

The Nigeria Natural Medicine Development Agency is a parastatal of the Federal Ministry of Science and Technology established to implement Government’s strategic mandate for the Research, Collation, Documentation and Promotion of Traditional Medicine.

In strict compliance with the Public Procurement act and the following. Due Process procedure of the Federal Government, the Agency wishes to implement the under listed Projects for the utilization of the 2013 Capital Budget Allocation.

In pursuance of the above, Contractors, Consultancy firms, Event managers and Suppliers are invited to collect and submit their tenders for the projects listed below.

Project and Scope of Work

Project 1

 

Development of Herbarium and Pilot Experimental Plant
LOT 1A

 

General Annual Maintenance of MAPs at the model/Experimental farm at Jesse Delta State and Cultivation of MAPs and Procurement of Farm Implements, Manure & Topsoil. Barcode reader and other Consumables. (Ref.No. GCP)
LOT I B

 

Procurement and Installation of Nol. 250KVA Generator. (Ref. No. GEN)
LOT 1C

 

Procurement of No 1 Project execution and monitoring Vehicle (Ref. No. PPV)
LOT  I D

 

Construction of Borehole at the MAPs Experimental farm at FUT-Minna, Niger State. (Ref. No. CBF)
LOT I E Publication of Books (Ref. No. PUB)
Project 2

 

Laboratory and Pilot Production Unit Development (PDU) (Primary Efficiency and Safety Analysis)
LOT 2A

 

Supply and Installation of Laboratory Equipment and other Accessories and Staff Training (Ref. No.LEC)

 

LOT 2B

 

Supply and Installation of Products Development Unit Equipment and Staff Training. (Ref. No.SPE)
Project 3

 

Development and Facilitation of Observational studies of Herbal Therapies for Topical Diseases including H1V/A1DS, Tuberculosis, Malaria etc.
LOT 3A

 

Continuation of Research and Development of Herb-Herb combination Therapy for malaria. (Ref. No. RHM)
LOT 3B

 

Facilitate the Continuation of (IN-HOUSE) of Herbal Mosquito Repellant Cream and Anti- Arthritis Herbal Ointment (Ref. No. MRC)
LOT3C

 

Continuation of Research and Development of Herbal Anti-diabetic Therapies (Ref. No. CHD)
Project 4

 

Development of Digital Virtual Library and Dedicated focal reference centre for Traditional Medicine Knowledge and Practice(TMKP’s)
LOT4A

 

Procurement and Installation of Computers & Accessories, Air conditioners and Inverters Batteries. (Ref. No. PAB)
LOT4B Purchase of Books (Ref. No. PBK)
Project 5

 

Development of an Appropriate Mechanism and Framework for an intellectual Property Rights Regime for Traditional Knowledge and Practice

 

LOT 5A

 

Facilitate one National Stakeholder forum to review Draft Traditional Knowledge and Biological Resources Protection Document in Abuja Nigeria (Ref. No. FNF)
Project 6

 

Conduct Ethno Medical, Veterinary and indigenous Medicine Technologies Surveys in Nigeria on Zonal Basis
LOT 6A Survey and Documentation of Indigenous Technologies (Traditional Bone Setting Techniques and Massage Therapy) in Selected Communities in South-East Geopolitical Zone of Nigeria, (Imo, Ebonyi &Abia States) (Ref. No. DIT)
LOT 6B

 

Ethno- Veterinary Survey, Inventory, Documentation and Collection of Herbarium Specimens in selected Communities in Niger, Plateau and Kogi States. (Ref. No. ETB)
LOT6C

 

Facilitate 2nd Phase Ethno- Veterinary Survey, Inventory, Documentation and Collection of Herbarium Specimens in the Mambila, Plateau, Adamawa States and Yankari Games Reserves, Shiroro Dam and in 3 other selected communities in North East Geopolitical Zone (Ref. No. ETM)
LOT6D

 

Facilitate 2   Phase Ethno- Veterinary Survey, Inventory, Documentation and Collection of Herbarium Specimens in selected communities and dedicated areas in South West (Idanre Hill and Ikogosi Warm Spring) South West Geopolitical Zone. Ref. No. EVS)

C       Bid documents collection

  1. Interested applicants should collect the bid documents from the office of the Director General/Chief Executive between 10:00 am and 3:30pm daily from the date of this publication.
  2. All   Firms/Consultants  that  wish  to  participate  in bid/tender process should provide:

 

  1. Evidence of Registration with the Corporate Affairs Commission
  2. Evidence  of Experience  in   execution   of  similar projects
  3. Evidence of Tax clearance certificate for the immediate past Three (3) years and VAT Registration/Certificates including TIN Numbers.
  4. A copy of Curriculum Vitae of the Key Consultant being proposed for the job
  5. Firms/Consultants shall indicate their contact addresses including Telephone numbers, and E-mail address.
  6. Evidence of Pension Fund remittance to Pension Funds Administrator (PFAs)/Certificate of compliance issued by the commission

Submission of Bid Documents

  1. Interested Contractors, Firms & Consultants are to collect the bid /tender documents on the payment of NON-REFUNDABLE TENDERING fee of N10,000.00 for each LOT in Bank draft in favour of Nigeria Natural Medicine Development Agency, Lagos.
  2. The bid documents should be returned in a sealed envelope with the Lot marked at the top left hand corner of the envelope.
  3. Bid document should reach the office of the Director General/Chief Executive, Nigeria Natural Medicine Development Agency (NNMDA), 9, Kofo Abayomi Street Victoria Island Lagos, not later than 29th July, 2013
  4. Completed bids clearly marked as indicated at 2 above must be returned in a sealed envelope and addressed to the Director General/Chief Executive, NNMDA, 9 Kofo Abayomi Street, Victoria Island, Lagos, not later than 12.00 noon Monday, 29th July, 2013 as Bid Documents would be publicly opened same day at 1. 00 pm at the Agency’s Conference Room. Representatives of Bidding Companies are requested to be present.
  5. Late submission and incomplete Bid will be rejected

E        Companies are to note that:

The Agency will deal only with Authorized Officers/Representative of the Companies and not through Individuals or Agents acting on their behalf and shall not defray any cost or fees for the Bid exercise.

Signed

Management

Invitation to Tender for the Execution of Various Projects for 2013 Activities at The National Poverty Eradication Programme (NAPEP)

The Presidency

National Poverty Eradication Programme (NAPEP)

Federal Secretariat Complex, Phase II, Abuja

Invitation to Tender for the Execution of Various Projects for 2013 Activities

In pursuance of its mandate and m compliance with the requirement of the Public Procurement Act. The National Poverty Eradication Programme (NAPEP) intends to carry out the under listed procurement/activities under the 2013 approved budget

2.       Tenders are hereby invited from experienced, reputable, competent and registered Contractors with verifiable records of performance for the under feted projects/activities.

Procurement of Goods

LOT ITEM LOCATION
A Procurement of Motor Cycles Various
B Procurement of Sewing Machines Various
C Procurement of Water Pumping Machines Various
D Procurement of Grinding Machines Various
E Procurement of Knapsack Prayers Various
F Procurement of Herbicides Various
G Procurement of Laptops Various
H Procurement of Desk Top Computers Various
I Procurement of Transformers Various
J Procurement of Hair Dressing Machines Various
K Procurement of Laptops NAPEP HQTRS
L Procurement of Knitting Machines Various
M Procurement of Mini Buses Various
O Procurement of Out-Board Motor Engines Various
P Procurement of Fishing Nets Various
Q Procurement of Generators Various
R Procurement of Deep Freezers Various
S Procurement of Desk Top Computers NAPEP HQTRS
T Procurement of Welding Machines Various
U Procurement of Mobile Handsets Various
V Procurement of Units of dippers Various
X Procurement of Rice Milting Machines Various
Y Procurement of Vulcanizing Machines Various
Z Procurement of Tricycles Various

3.       Qualification Criteria and Requirements

In order to be considered must submit bid documents accompanied with the followings:

  1. Evidence of incorporation Affairs Commission (CAC)
  2. Company Audited Accounts tor the last three (3) years
  3. Copy of current Tax Clearance Certificate (2010 – 2012) verifiable from Federal Inland Revenue Services (FIRS)
  4. Evidence of Vat Registration and past VAT Remittance
  5. Evidence of Vat Registration with relevant professional Bodies (for consultancy)
  6. Letter from a Banker for the confirmation of the financial capability of the company
  7. Evidence of payment of non-refundable tender fee of N10.000.00 for the goods, works and consultancy services in favour of National Poverty Eradication Programme (NAPEP)
  8. Detailed Company profile including CVs and list of key personnel
  9. Evidence of 2 – 3 similar jobs previously executed including the letter of award completion certificate, payment etc
  10. Evidence of compliance with the employees compensation Act which requires that all Employers of labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund (as Applicable)
  11. Evidence of payment of Training contribution to Industrial Training Fund (ITF).
  12. Evidence of registration with PENCOM
  13. Any other information that will further enhance the pre-qualification of the company

4.       Collection of the Tender Documents

Qualified companies shall on application collect standard bidding documents from the Agency’s Office upon the presentation of evidence of payment of non-refundable tender fee of N10, 000.00 into the NAPEP Account as follows:

Account Name:    NAPEP Revenue Account

Account Number:          3000882413

Bank:                   FCMB, Zone 4, Wuse, Abuja

5.       Submission of Tender Documents

Completed Technical and Financial bids should be in Three (3) copies each including one (1) original and two (2) copies. Each of the documents should have two (2) separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” and both sealed in a third envelope marked with the appropriate project title and Lot No at the top right hand corner to the address given below not later than 12:00 noon on Thursday July 11, 2013 for (Goods, works and consultancy services) from the date of this publication.

The Programme Tenders Board

National Poverty Eradication Programme

Room 309, 3rd Floor, Block B, Room 309

Federal Secretariat, Phase II

Abuja.

6.       Opening of Bids

Technical opened publicly at 1:00 p.m. on Thursday, July 11th 2013 at the Conference Room, Atiku Hall, Block A Head of Service, Federal Secretariat Complex, Phase II, Abuja after the close of the submission. Only qualified bidders, relevant NGOs and CBOs will be invited to witness the opening of the financial bid documents.

 

7.       Please Note

i.        Contravention of the condition in paragraph 3(I-XIV) could lead to disqualification of bids and on no account should bidders combine technical bids and financial bids in the same envelope.

ii.       Late submission of bids will be rejected

iii.      Bidders are free to bid for all the packages, but shall not be offered more than two packages for award of contract

iv.      Any bid above 100 million naira must be accompanied with a bid security of 2% of the bid price.

v.       All the requirements stated in paragraph 3(i-xiv) shall be enclosed in the technical envelops.

vi.      Any Bid document not signed will be rejected.

 

Signed

Secretary of Programme

National Poverty Eradication Programme (NAPEP)

Pre-Qualification/Invitation to Tender at National Library of Nigeria

National Library of Nigeria

Sanusi Dantata House Central Business District, Abuja

Pre-Qualification/Invitation to Tender 

The National Library of Nigeria invites interested, experienced and reputable Companies for Pre-qualification/tendering for the supply of items/Equipment and Construction works as approved in the 2013 Budget.

 

a.       Company profile

b.       Evidence of registration with CAC.

c.       Evidence of Compliance with Pension Commission

d.       Evidence of Valid Tax Clearance for the last three years. (2010, 2011 and 2012)

c.       Evidence of Compliance with Industrial Training Fund (ITF).

f.       Evidence of Similar Jobs and Completion Certificate.

g.       Evidence of Financial Capabilities/bank support

h.       Evidence of Audited Account for the Past three years (2010, 2011 and 2012)

i.        Evidence of registration with Professional Bodies.

j.        A copy of Vat 2012)

k.       List of equipment.

Submission of Pre-Qualification Document

Submission of pre-qualification Document will be on or before 1st July, 2013.

At the Procurement Department National Library Abuja. The Submission should be in sealed envelope Marked with the Name of the Project at the top left corner of the envelope.

Opening commences immediately after the closure of bid at 12.noon same day Pre- qualified Contractors will be notified and are to pay a non-refundable Processing Fee for Tender Documents at the national Library of Nigeria Cash Office  (N50.000.00)

Invitation to Tender

Lot 2 Supply/Equipment/Renovation

a.       Equipment of Modern Library -Abia State

b.       Renovation of Akure State Branch Prototype Building

Lot 3 Procurement of Books & Periodical

a.     Procurement of Books for Libraries

b.       Procurement of Books – NLN Headquarters

Interested Companies are requested to collect relevant tender documents from Procurement/Due Process Unit for N30.000.00 for books and N20.000.00 for Renovation and Equipping

Companies are to note that National Library of Nigeria shall accept company Registration. Tax Clearance and VAT Certificates on their face value. If these documents are found to be fake on verification, such companies shall be handed over to relevant law enforcement Agencies.

2.       Submission of Tender Documents

The submission should be in sealed envelope marked “(Tender for the …………Please indicate Project Description)” at the Top left hand corner of the Envelope.

Tender documents for different projects must be in separate envelopes and should be forward and submitted on or before 12.00 noon 30th July, 2013 to:

The Director/Chief Executive Officer,

National Library of Nigeria,

Plot 274, Sanusi Dantata House,

Central Business District, P.M.B. I, Garki – Abuja. 3

Note:

  • That Bid opening follows immediately after the closure of Bids submission at the Board  Room of the Library of Nigeria  Headquarters, Abuja (as above written)
  • All contractors who tendered should please endeavor to be present at the opening of the Tender
  • National Library of Nigeria is not bound to accept the lowest bidder.
  • Opening will be attended by Civil Societies and Relevant Professional Bodies
  • For more information and clarification, contact the undersigned

 

Head (Procurement/Due Process)

for: Director/Chief Executive Officer