Invitation for Bids (IFB) at West Africa Agricultural Productivity Programme (WAAPP)

 

Invitation for Bids (IFB)

Name of Country:        Nigeria

Project:                          West Africa Agricultural Productivity Programme  (WAAPP- Nigeria)

Project ID:                     P117148

IDA Credit No:             4822-0

Bid Issue Date:              Friday 7th June, 2013

IFB Number:                WAAPP/PCO/NCB/02/13

Last submission Date:  Friday 5th July, 2013

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue No. WB 2089 of 4th April 2012 and Thisday and Daily Trust Newspapers of 6th June 2013.

2.       The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of West Africa Agricultural Productivity Programme (WAAPP-Nigeria), and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of ICT, Multi-Media and Sat Equipment.

3.       The West Africa Agricultural Productivity Programme (WAAPP-Nigeria) now invites sealed bids from eligible and qualified bidders for the Procurement of ICT, Multi-Media and Sat Equipment shown below:

Lot No Item No Description of Goods Qty Bid Security Delivery Period Delivery Location
1 1

2

3

4

5

6

Desktop Computers Laptops

Photocopiers

Photo Printer

Scanners

Laser Jet/Network Printers

42

30

6

1

6

26

N1,360.000.00 90 days Project Coordination Office (PCO), No 32, Constitution

Avenue, Gaduwa Estate.

Gudu District, Abuja.

 

2 1

2

3

4

5

6

7

8

9

10

11

12

V-Sat & Accessories Poly Phone

Public Address System

Satellite Receivers

Servers

PABX (28 extension)

2, 6&10 pair cables

Telephone sets

Direct Lines

Distribution box

Terminals

Secretariat Set

 

1

1

1

2

2

1

7

30

2

2

8

4

N1,200,000.00    “
3 1

 

2

3

4

5

6

Digital/Professional

Cameras

Camcorders

Television sets

DV Player

Micro Audio Recorder

Radio CD Player

 

10

 

5

2

1

2

1

N200,000.00    “     “
4 1

 

2

 

3

4

5

6

7

IR & PTZ Surveillance

Cameras

Video, Audio & AV

Cables

Plug, Pipes & Nipple

DVR

Monitor

HDD

Security metal detectors

6

 

4

 

4

1

1

2

2

N45,000.00    “     “

4.       Bidding will be conducted through the International Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from the Project Coordination Office (PCO), West Africa Agricultural Productivity Programme (WAAPP) No. 32, Constitution Avenue, Gaduwa Estate. Gudu District. Abuja, GSM Nos 08140604599 and 08033146590 e-mail waappnpc@ymail.com  and inspect the Bidding Documents at the address given from 9am -5pm daily on working days

6.       Qualifications requirements include:

a)       Financial Capacity

The Bidder shall furnish documentary evidence that it meets the following financial requirement (s):

  • External Audit Report of the Bidder for the last (3) years
  • Financial Capacity or a line of credit to execute a contract of the same magnitude (as contained in the schedule of requirements) for the supply of goods

b)      Experience and Technical Capacity

  • Evidence of previous supply (sale) of similar Goods proposed for the last 5 years.

c)       The Bidder shall furnish documentary evidence to demonstrate that the goods it offers meet the usage requirement stipulated and technical specification in the Bidding Documents.

d)      Legal Requirement:

  • Provide evidence of Business Registration
  • Provide evidence that the company is in compliance with section 6 (1) – (3) of the Industrial Training Fund Amendment Act No 19 of 2011

7.     A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of ten thousand naira (N10,000.00) or in an equivalent amount in a freely convertible currency. The method of payment will be by cash or bank draft The Bidding Documents will be sent by courier at the bidder’s request and cost

8.     Bids must be delivered to the address below at or before 12 noon on Friday 5th July 2013. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person or on-line at the address below at 12 noon on Friday 5th July 2013. All bids must be accompanied by a Bid Security as specified in the schedule of requirement above in naira or an equivalent amount in a freely convertible currency.

9.       The address referred to above is:

Project Coordination Office (PCO),

West Africa Agricultural Productivity Programme (WAAPP),

No 32, Constitution Avenue, Gaduwa Estate, Gudu District,

Abuja, FCT.

Signed:

National Project Coordinator

Invitation for Bids (IFB) at West Africa Agricultural Productivity Programme (WAAPP)

Invitation for Bids (IFB)

Name of Country:                   Nigeria

Project:                          West Africa Agricultural Productivity Programme  (WAAPP- Nigeria)

Project ID:                     P117148

IDA Credit No:              4822-0

Bid Issue Date:              Thursday 6th June, 2013

Last submission Date:   Thursday 4th July, 2013

IFB Number:                  WAAPP/PCO/NCB/01/13

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. WB 2089 of 4th April 2012 and Thisday and Daily Trust Newspapers of 6th June 2013.

2.       The Federal Government of Nigeria has received a credit from the International Development Association toward the cost of West Africa Agricultural Productivity Programme (WAAPP-Nigeria), and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement of Project Vehicle & Motorcycles

3.       The West Africa Agricultural Productivity Programme (WAAPP-Nigeria) now invites sealed bids from eligible and qualified bidders for the Procurement of Project Vehicle & Motorcycles

Lot No Item No Description of Goods Qty Bid Security Delivery Period Delivery Location
1 4WD Utility Cab 7 N2,450.000.00 90 days WAAPP-Nigeria No 32, Constitution

Avenue, Gaduwa Estate.

Gudu District, Abuja.

 

2 4x4WD Double Cabin Pick Up

 

7 N7,875.000.00 90 days    “
3 Saloon

 

5 N1,000.000.00    “     “
4 Cooling Van

 

6 N1,950.000.00    “     “
5 Motorcycles

 

30 N150,000.00    “     “

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.

5.       Interested eligible bidders may obtain further information from the Project

Coordination Office (PCO), West Africa Agricultural Productivity Programme (WAAPP) No. 32, Constitution Avenue, Gaduwa Estate, Gudu District, Abuja, GSM Nos. 08140604599 and 08033146590 e-mail waappnpc@ymail.com  and inspect the Bidding Documents at the address given from 9am-5pm daily on working days.

6.       Qualifications requirements include:

a)       Financial Capacity

The Bidder shall furnish documentary evidence that it meets the following financial requirement (s):

  • External Audit Report of the Bidder for the last (3) years
  • Financial Capacity or a line of credit to execute a contract of the same magnitude (as contained in the schedule of requirements) for the supply of goods

b)      Experience and Technical Capacity

Evidence of previous supply (sate) of similar Goods proposed for the last 5 years

c)                The Bidder shall furnish documentary evidence to demonstrate that the goods it offers meet the usage requirement stipulated and technical specification in the Bidding Documents.

d)      Legal Requirement:

  • Provide evidence of Business Registration
  • Provide evidence that the company is in compliance with section 6 (1) – (3) of the Industrial Training Fund Amendment Act No 19 of 2011

7.       A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of ten thousand naira (N10, 000.00) or in an equivalent amount in a freely convertible currency. The method of payment will be cash or bank draft. The Bidding Documents will be sent by courier at the bidders request and cost.

8.       Bids must be delivered to the address below at or before 12 noon on Thursday 4th July 2013. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 12 noon on Thursday 4th July 2013. All bids must be accompanied by a Bid Security as specified in the schedule of requirement above in naira or an equivalent amount in a freely convertible currency.

9.       The address referred to above is:

Project Coordination Office (PCO),

West Africa Agricultural Productivity Programme (WAAPP)

No 32, Constitution Avenue, Gaduwa Estate, Gudu District,

Abuja, FCT.

Signed:

National Project Coordinator

 

Invitation for Expression of Interest in Consultancy Service at Kogi State Government of Nigeria

Kogi State Government of Nigeria

Invitation for Expression of Interest in Consultancy Service

The Government of Kogi State conceptualized many projects for execution in various social sectors: as a vehicle for achieving the rapid transformation of the physical structure of the State.

The Selected project is contemplated for quality and timely delivery; requiring competitive and meticulous procurement, effective and competent supervision and long standing durability.

To this end, professionals in various fields of social services are required, to complement the state’s personnel in achieving the set objectives.

Consequently interested and suitable firms are invited to submit their expressions of interest, for the provision of consultancy services to the Government of Kogi State. Such intentions are to be expressed in English Language.

Consultants Required

Qualified professionals are required in:

1.       Architecture

2.       Structural Engineering

3.       Civil Engineering

4.       Mechanical Engineering

5.       Electrical Engineering

6.       Water Engineering

7.       Building Engineering

8.       Environmental Engineering

9.       Quantity Surveying

10.     Geological Surveying

11.     Hydrological Surveying

12.     Town and Urban Planning

Scope of Service

The scope of service will cover both pre and post contract consultancy services, which include, but are not limited to;

a)       The preparation of preliminary designs and estimates.

b)      Advising on cost alternatives.

c)       Production of detailed working drawings.

d)      Preparation of detailed Bills of Quantities. Articles of Agreements, Checking of tender and preparation offender report

e)       Project Monitoring and Evaluation.

f)       Project Management.

Qualifying Criteria

Those interested in the process are required to submit comprehensive general and technical information as follows:

General

(i)      Evidence of Incorporation or Business Name Registration.

(ii)     Evidence of Current Tax Clearance (for the last three years)

(iii)    Evidence of VAT Registration and evidence of post VAT remittance/ certificates.

(iv)    Evidence of current registration with relevant professional bodies.

(v)     Company Audited account for the last three (3) years.

(vi)    Evidence of compliance with the requirements of pension Act 2004.

Technical

(vii)   Verifiable evidence of having successfully provided consultancy services

(designed/supervised) for similar works in the past, including name(s) of client(s), location of projects, contract sum (with the letters of engagement), and photographs.

(viii) Company profile with names and qualifications of key technical and administrative personnel to be used (photocopies of CVs, Registration Certificates and Numbers are required).

(ix)   Evidence of financial capability and banking support.

(x)     Any other relevant information that will be helpful in determining the Consultant’s suitability for the service.

Note:

It is important to note that the Government of Kogi State will verify claims of prospective consultants and any false declarations /documentations will attract instant disqualification.

Additional Information

This advertisement shall Not be construed as commitment on the part of the Government of Kogi State. NOR shall it entitle any Consultant to make any claim OR seek indemnity from the Government of Kogi State by virtue of such firm having responded to this advertisement. No processing fee is required for this expression of interest. However, respondents are responsible for all costs incurred for expressing their interest in this invitation.

Submission of Documents

All expressions are to be submitted not later than 12pm on Monday, July 1st 2013. Early submission is encouraged, as responses will be processed for immediate use, as and when received.

The documents shall be sealed in an envelope and clearly marked “Expression of

Interest for Consultancy Service”

Submissions are to be addressed to:

The Secretary,

Tenders Board,

Office of the Secretary to the Government,

Governor’s Office. Lokoja.

Signed

Prof. Olugbemiro Jegede

Secretary to the Government of Kogi State

Lokoja,

Kogi State

 

Marine Notice at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agency Act, 2007)

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos

E-mail: info@nimasa.gov.ng  Website: www.nimasa.gov.ng

Marine Notice

General Requirements for the Registration of Vendors and Equipment Service Providers by the Nigerian Maritime Administration and Safety Agency (NIMASA) for the Provision of Maritime Services under the Auspices of the International Ship and Port Facility Security Code.

Pursuant to the statutory mandate of the Nigerian Maritime Administration and Safety Agency as the statutory Designated Authority (DA) for the implementation of the International Ship and Port Facility Security (ISPS) Code in Nigeria, and in line with its statutory functions, the Agency intends to streamline and regulate the activities of all Vendors, Infrastructure and Equipment Service Providers (V1ESP) providing maritime security related products and services in the nation’s maritime sector. Consequently, all VIESP currently operating or intending to operate in Nigeria’s maritime sector shall henceforth be required to register and be licensed with the DA.

In this regard, NOTICE is hereby given to all interested VIESPs to forward a formal application for registration under the new ISPS Code Implementation Regime.

Applications must be accompanied with the following documents:

1.       Company Profile

2.       Certificate of Incorporation, Form CO2, Form CO7

3.       Company details including contact person(s), fixed address, telephone numbers, e-mail and web addresses.

4.       Names and resumes of directors and key personnel

5.       Necessary professional certification(s)

6.       Details of past works executed by the company

All applications must be submitted on or before Friday 14th June, 2013 to the office of:

The Chairman

ISPS Code Implementation Committee

Nigerian Maritime Administration and Safety Agency

1st Floor, Maritime House,

4 Burma Road, Apapa, Lagos.

Only shortlisted VIESPs will be contacted.

Signed:

Management

Marine Notice at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agency-Act 2007)

Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail: info@nimasa.gov.ng   Website: www.nimasa.gov.ng

Marine Notice

General Requirements for the Registration of Guard Force Companies by the Nigerian Maritime Administration and Safety Agency for the Provision of

Maritime Security Services under the Auspices of the International Ship and Port Facility Security Code

Pursuant to the statutory mandate of the Nigerian Maritime Administration and Safety Agency as the statutory Designated Authority (DA) for the implementation of the International Ship and Port Facility Security (ISPS) Code in Nigeria, and in line with its functions, the Agency intends to streamline and regulate the activities of all Guard Force Companies (GFC) operating in the nation’s maritime sector. Consequently, all GFCs currently operating or intending to operate in Nigeria’s maritime sector shall henceforth be required to register and be licensed with the DA.

In this regard, NOTICE is hereby given to all interested Guard Force Companies to forward their formal application for registration under the new ISPS Code implementation Regime.

Applications must be accompanied with the following documents:

1.       Company Profile

2.       Certificate of Incorporation, Form CO27 Form CO7

3.       Company details including contact person(s), fixed address, telephone     numbers, e-mail and web addresses.

4.       Names and resumes of directors and key personnel

5.       Necessary professional certification(s)

6.       Details of past works executed by the company

7.       Certification by the Nigeria Security and Civil Defense Corps (NSCDC)

All applications must be submitted on or before Friday 14th June, 2013 to the office of:

The Chairman

ISPS Code Implementation Committee

Nigerian Maritime Administration and Safety Agency

1st Floor, Maritime House,

4 Burma Road, Apapa, Lagos.

Only shortlisted GFCs will be contacted.

Signed: Management