Calling for submission of Tenders for the following Capital Projects at Federal Medical Centre, Azare

Federal Medical Centre, Azare

Bauchi State

Calling for submission of Tenders for the following Capital Projects;

LOT 1:        Construction of Trauma Centre at Permanent Site.

LOT 2:        Constriction of Consultants’ Offices at Permanent Site.

LOT 3:        Lead Lining Of Radiology Complex at Permanent Site.

LOT 4:        Installation of Electrical Power Supply to Radiology Complex

LOT 5:        Human Capital Development for Overseas Residency Training.

LOT 6:        Supply and Installation of Medical Equipment.

LOT 7:        Construction of Laboratory Complex at Permanent Site.

Introduction

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

Requirements

Interested Companies are to apply on or before 29th July, 2013 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 and services executed and their locations.

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 (2010, 2011 and 2012)

8.       Statement of Bank Account for last 6 months and Banker’s Reference.

9.       Evidence of the existence of Pension for Scheme for Company employees.

10.     Company Profile.

11.     Audited Statements of Accounts for the last 3 years (2010, 2011 and 2012).

12.     Evidence of payment of Training funds in respect of Company employees to ITF.

13.     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 (21) sealed envelopes clearly marked as “TECHNICAL BID” and “FINANCIAL BID respectively” Note that the “TECHNICAL BID” should contain the documents listed above in Items No.1-13, while the “FINANCIAL BID” is to contain the amount quoted for executing the project. Be informed that only Companies who satisfy the requirements of “TECHNICAL BID” would have their “FINANCIAL BIDS” opened; those who are deficient would be automatically disqualified. Tender Documents for the above projects are obtainable in the Centre upon the payment of non-refundable fee of N30, 000.00 cash or Bank Draft addressed to “Federal Medical Centre, Azare”.

 

Submission

All submissions should be addressed to

“The Medical Director,

Federal Medical Centre,

No. 5, Sule Katagum Road,

P.M.B. 005, Azare, Bauchi State, “and be delivered not later than 16th July, 2013.

 

Note that opening of “TECHNICAL BIDS” will take place on the same day by 12.00 Noon in the Board Room of the Centre; while 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.

 

Muhammad Bakari UBA

AG. 46: Head of Administration

For: Medical Director

Invitation to Tender for 2013 Capital Projects at National Park Service

National Park Service

Umaru Musa Yar’adua Expressway, P.M.B. 0258, Garki, Abuja

 

Invitation to Tender for 2013 Capital Projects

The National Park Service invites competent and experienced contractors to tender for the execution of the following projects under the 2013 Appropriation Act.

S/N Projects Lot No.
Park Headquarters
1 Construction of 2 nos. Entrance Gate House, Renovation of 1, 122 Wall Fence and Construction of 3m Radius Round-About with Lion Sculpture NPH Lot 1
2 Survey and Beaconing of Kamuku and Kainji Lake National Parks NPH Lot 2
3 Provision of Water from Manyara River to Earth Dam ‘A’ and ‘B’ in Zugurma Sector of Kainji Lake National Park NPH Lot 3
4 Biodiversity Survey in Kainji Lake and Gashaka – Gumti National Parks NPH Lot 4
Cross River National Park
1 Construction of 10 nos Tourist Chalet CRNP Lot 1
2 Provision 2 nos full – serviced camping sites CRNP Lot 2
3 Construction of Double-Cell Culvert at Ekaemanghe (Erokut Camp Track) CRNP Lot 3
4 Upgrading and Laying of Asphalt on Erokut Road (9km) CRNP Lot 4

 

Interested contractors are required to provide the following:

i)                   Evidence of incorporation with the Corporate  Affairs Commission

ii)                Comprehensive company profile

iii)              Evidence of financial capability to handle work (bank reference)

iv)              Detailed of verifiable record of competence

v)                Tax Clearance Certificate for the last 3 years

vi)              Evidence of VAT registration/remittances Certificate with TIN NO,

vii)           Evidence of compliance with Pension Act 2004 (as amended)

viii)         Evidence of compliance with the amended Industrial Training Fund (ITF) Act, 2011

ix)              Proof of company firm registration with relevant professional bodies

x)                Any additional information that may enhance the chance of the company

Eligible bidders may obtain further information from the National Park Headquarters. Umaru Musa Yar’adua Expressway, Abuja. Bidding documents for the projects may be purchased by interested bidders upon payment of a non-refundable fee of N5.000.00 in cash or bank draft payable to the National Park Service.

All tender documents are to be submitted in sealed envelopes, with the Park and Lot No. clearly written at the top left hand corner and addressed to; The Conservator-General, National Park Service, Umaru Musa Yar’adva Expressway, Abuja.

B ids must be delivered to the address above before 12.00 noon on Monday, 15th July, 2013. The bids will be opened by 12 noon same day in the Conference Room of the National Park Headquarters. Umaru Musa Yar’adua Expressway Abuja. Late bids will not be accepted.

NB:   Please note this advert was earlier published in the Federal Tenders Journal Vol. 9 No. 11 edition of 3rd June, 2013

Signed

Secretary Parastatals Tenders Board

Tender Notice at The Ministry of Special Duties, Ekiti State

Ministry of Special Duties

Tender Notice

The Government of Ekiti State, Nigeria is desirous of equipping the Fire Service Officers and Paramedics with tools and personal gears for efficient and effective fire-fighting and rescue operations.

 

2.       Tender is therefore invited from suitably qualified companies for the supply of Fire-Fighting equipment/tools and gears which details and specifications are available at the Ministry of Special Duties, 1st Floor of Phase V Building, New Secretariat, Ado – Ekiti from 8.00 a.m. to 4.00 pm daily from Monday-Friday.

 

3.      Interested bidders are expected to fulfill certain conditions and attach evidence to the bids which should be submitted NOT later than 5th July 2013. The Tender conditions are:

 

(i)      Evidence of Registration with the Corporate Affairs Commission

(ii)     Evidence of Registration with Ekiti-State Government (vide MW&T or BPP)

(iii)    Evidence of Three Years Tax Payment including 2013 assessment year (TIN, Payer ID, TCC etc)

(iv)    Evidence of payment of 3 years Development Levy to Ekiti State including 2013.

(v)     Evidence of VAT registration (FIRS)

(vi)    Evidence of track record on similar job/supply.

(vii)   Proof of office in Ekiti – State

(viii) Proof of Payment of Tender fee of N140, 000.00 non refundable.

 

4.      Bids which must be enclosed in an envelope and wax-sealed, should be addressed to ‘The Permanent Secretary’ Cabinet & Special Services Department, Governor’s Office, Ado-Ekiti to reach him NOT later than 12.00 noon of the day marking on 5th July 2013.

 

5        Please note that personal or company name should not be written on the bid envelope which should carry at its top left corner, “Supply of Fire-fighting Equipment/Tools/Gears”.

 

Signed:

Permanent Secretary, Ministry of Special Duties,

Ado-Ekiti, Ekiti State, Nigeria

www.ekitistate.gov.ng

 

Request for Expression of Interest at National Power Training Institute of Nigeria (NAPTIN)

Federal Republic of Nigeria

National Power Training Institute of Nigeria (NAPTIN)

 

Request for Expression of Interest

 

Introduction

The National Power Training Institute of Nigeria (NAPTIN) is planning to establish an e-learning Support Management System for all its training (both technical and non-technical) across all its nine (9) Regional Training Centers (RTCs), HQ inclusive.

 

In furtherance of this, NAPTIN is seeking suitable technical partner to undertake the development of this initiative, and is inviting interested reputable companies with requisite technical capabilities to develop the e-learning support and management system for NAPTIN’s1 training to submit their expression of Interest.

1.0     Terms of Reference:

The proposal should among others include but not limited to the following:

a)       Detailed design of the all-level network architecture and IT infrastructure including bandwidth that will support the project;

b)      Project implementation methodology and timeline;

c)       Proposed management structure detailing specific function of the management team and the technical personnel to be deployed;

d)      Marketing plans/strategies to be deployed for ensuring increased enrollment on the e-learning platform.

 

2.0     Scope of Works

The Project scope should cover but not limited to the following:

 

Courseware Development

  • Design and development of E-learning courseware for various courses offered by NAPTIN in the latest version of SCORM (Sharable Content Object Reference Model (SCORM).

 

Learning Management System (LMS):

Standard LMS that will run the above e-learning courseware.

 

E-library component Integration:

An e-library component capable of providing high-level learning support to be developed and integrated into the Learning Support Management System.

 

Security parameters:

  • The security features of LMS in respect of the application/ Database/System Security etc. may be provided for enabling third party audit, if and when needed.

 

Capacity Planning:

  • Capacity of the hardware/software to be used and scalability options for the next 3-5 years.

 

Network Architecture And IT Infrastructure:

Detailed design of the all-level network architecture and IT infrastructure including bandwidth that will support the e-learning project. The internet access option must be fiber optics.

 

Bandwidth Utilization

The Bandwidth requirement should be very reasonable and adequate to stream live video and voice of training webcast the LMS developed /offered.

 

3.0     Selection Criteria

NAPTIN invites eligible companies to express their interest in providing the above mentioned service. Interested companies must provide the following

a)     Certificate of incorporation with Corporate Affairs Commission

b)    Evidence Tax Clearance Certificates for the recent past 3 years

c)     Evidence if VAT payment for the recent past 3 years

d)    Veritable evidence of similar jobs successfully executed or being executed in Nigeria within the past five years with delivered results

e)     logistics and infrastructural capacity to deliver

f)      Operational governance structure with clear indication of technical and administrative staff strength of key personnel that would be involved in the project

g)     Evidence of financial capability and references from Banker

h)    Evidence of Pension Fund Administration and remittances

i)       Evidence of compliance with the Industrial Training Fund (ITF) amended Act 2011

j)       Proposal showing readiness and demonstrable success in undertaking project under a partnership model will be an advantage.

 

 

4.0     Submission of Expression of Interest

All expression of Interest must be submitted in triplicates (three hard copies), and a soft copy in CD-Rom and delivered to the office of the Director General, National Power Training Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja not later than 4th July, 2013. The sealed envelope must be clearly marked “Expression of Interest for NAPTIN E-Learning Project”. Interested applicants may obtain further information at the address below from 8.00am to 4pm Monday – Friday (except public holidays).

 

5.0     Important Information

a)     Only companies with satisfactory submissions/proposal will be invited to bid.

b)    This advert shall not be construed to be a commitment on the part of NAPTIN nor shall it entitle any company to any claim whatsoever and/ or seek indemnity from NAPTIN by virtue of such company’s having responded to the advertisement.

c)     Submission made by e-mail and late submission will be rejected.

 

Note that only short listed firms would further be contacted

 

Disclaimer:

  • NAPTIN reserves the right to reject/accept any/all applications/proposals without assigning any reason whatsoever.

 

Signed

Management

National Power Training Institute of Nigeria (NAPTIN)

Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja

 

Tel: 09-87599300

E-mail: info@naptin.org.ng

 

 

Invitation to Tender at Federal Ministry of Justice, Abuja

Federal Ministry of Justice

Shehu Shagari Road, Abuja

 

Invitation to Tender

 

Introduction

The Federal Ministry of Justice intends to undertake the execution of the under listed Projects under the 2013 Budget of the Ministry.   To this end, competent Contractors. Vendors are invited to tender for the projects.

 

 

Description of works

The projects for execution are as follows:

 

 

Lot Number Project Title
LOT 1 Acquisition of Law Books. Law Reports and Periodicals
LOT 2 Rehabilitation and Repairs of Headquarter Building
LOT 3 Improvement of Security System
LOT 4 Establishment of Justice Data Bank
LOT 5 Establishing and Equipping of Customized Archives
LOT 6 Rehabilitation and Repairs of Lagos Zonal Office
LOT 7

 

Replacement of Underground 11 KVA Electric Supply Line and Provision of On-Line UPS

 

 

Tender Requirements

All interested contractors are required to forward the following Documents along with the Financial Bids:

a)     Evidence of Company Registration with Certificate of Incorporation by Corporate Affairs Commission (CAC);

b)    Company profile and Organizational Structure; including names and curriculum vitae of Key Technical Staff;

c)     Current Tax Clearance Certificate for the last three years;

d)    Evidence of VAT Registration Certificate and past Remittances;

e)     Evidence of Pension Fund Remittances;

f)      Audited Accounts for the last three years;

g)     Evidence of financial strength and Banking Support;

h)    Previous experience and verifiable list of similar projects previously undertaken including evidence of the projects such as letters of award, completion certificates etc;

i)       Evidence of compliance with the amended Industrial Training Fund Act, 2011;

j)       Evidence of registration with relevant professional bodies;

k)    List of Equipment for the proposed project where necessary; and

l)       Name, e-mail address and telephone numbers of contact person for the project;

 

Important Information:

Bidding will be conducted through National Competitive Bidding (NCB) Procurement as specified in the Public Procurement Act, 007. The general public is invited to note that Procurement below the National Competitive Bidding Threshold would be carried out during the course of the year.

 

Collection of tender Documents

Details of scope of works and specifications for the projects are to be collected in the Office of the Secretary of Ministerial Tenders Board upon payment of non-refundable tender fees of N20.000 for each lot. This must be in certified Bank Draft payable to Federal Ministry of Justice.

 

 

Submission of Tender Documents

All submissions should be neatly packaged, placed in sealed envelope with the name of the project and lot number clearly marked on the top left side of the envelope.

The Financial tender must be submitted in a separate envelope marked “Financial tender” with clear indication of project name and lot number and addressed to:

The Secretary

Ministerial Tenders Board,

3rd Floor Room 3D 30/34

Federal Ministry of Justice

Plot 7th, Shehu Shagari Road, Central District, Abuja.

 

Closing of Submission

All submission offender documents ends on Thursday, 25th July, 2013 at 12.00 noon and tenders shall be opened at 1.00pm same day at the Ministry’s Auditorium Bidders or their representatives are strongly advised to be present.

 

 

Signed

Solicitor General of the Federation and

Permanent Secretary

Federal Ministry of Justice