Invitation to Tender for the Supply of Rebranding Items and Led Television Screens at Ministry Of Information and Civic Orientation

Ministry Of Information and Civic Orientation

Invitation to Tender for the Supply of Rebranding Items and Led Television Screens

Government of Ekiti State, Nigeria, hereby invites registered and technically competent suppliers/contractors for pre-qualification bidding for the supply of the under listed items.

Lot Nos

 

Project Title

 

Description

 

Quantity

 

Approved Tender Fees
1.

 

Outdoor Flags

 

Outdoor flags engraved with Ekiti State logo. 10

 

N15.000

 

2.

 

Key holders

 

(i)                Type with opener and nail cutter,

(ii)             Type with Ekiti logo engraved inside a box.

10,000

 

N12.000

 

3 Lapel Pins

 

Lapel Pins engraved with Ekiti State logo. 10,000

 

N10,000

 

4 New Logo Almanac

 

Almanac containing the Ekiti State Logo with the Six elements of logo well spelt out. size: “34×24” inches. 200

 

N1.500

 

5.

 

Gift Carrier Bags (small and big sizes)

 

Branded folded carrier bags with rope handle of A2 and A3 sizes.

 

6,000

 

N12.500

 

6.

 

T-Shirts (monogrammed polo version)

 

Branded high quality cream coloured T-Shirts of different sizes engraved with the Ekiti State logo.

 

1,000

 

N10.000

 

7.

 

Towels

 

High quality big towels with Ekiti State logo engraved.

 

500

 

N5.000

 

8.

 

T-Shirts (Regular version)

 

Branded high quality Round neck T-shirts of different sizes and colour engraved with the Ekiti State logo.

 

2,000

 

N10.000

 

9.

 

Face Caps

 

Branded high quality face caps in black, white and navy blue colours, engraved with the Ekiti State logo.

 

1,000

 

N5.000

 

10.

 

Ekiti State Logo made of Fibre Glass

 

Ekiti State logo engraved in fibre glass.

 

50

 

N10.000

 

11.

 

Customized wall dock with Golden Frame of Small. Medium and Large sizes

 

High quality wall clock of Ajanta Quartz engine with fortified plastic mold engraved with Ekiti State logo of “29×29″(2.5ft by 2.5ft) “24×24” (2.0ft by2.0ft) and “20×20” (1.8ft by 1.8ft) sizes.

 

850

 

N30.000

 

12.

 

LED Television Screen

 

Consists of LED Lamp Model, cabinet and other parts and accessories. The LED TV is a giant TV screen with superior device of a cluster of tiny LEDs. Screen with inbuilt, red, green and blue LEDs which lights up accordingly to create the correct, bright and attractive colours which can be sighted clearly from 20 meters to 1 kilometer or more from its location. 02

 

N30.000

 

Pre-Qualification Requirements

Interested Suppliers/Contractors are requested to submit their bids upon the payment of non refundable tender fees as spelt out above to Head 402/ Sub Head 164 of the Ministry of Information and Civic Orientation, account 0138793037 at FCMB on or before 21st May, 2013

Bid documents must include:

  1.   Certificate of the company’s Registration/Incorporation,
  2.   Evidence of Registration with Ministry of Works, Ekiti State,
  3.   Evidence of Registration with Ministry of Trade, Industries and Innovations, Ekiti State.
  4.   Evidence of Registration with Ministry of Information and Civic Orientation, Ekiti State.
  5.   Development levy for 2011, 2012 and 2013.
  6.   Company’s current tax clearance for 2011, 2012 and 2013.
  7. Veritable evidence of previous experiences of carrying out similar job of this nature and magnitude (completion certificate)
  8. Company’s profile.

Submission of Bids

All bids must be submitted to the Department of Planning Research and Statistics, Ministry of information and Civic Orientation, Ado Ekiti on or before 21st May, 2013

Further Enquires

For further information and job specification, contact Director of Planning, Research and Statistics, Ministry of information and Civic Orientation, Ado-Ekiti. 0806 229 7164

Signed:  Permanent Secretary, Ministry of Information and Civic Orientation, Ado-Ekiti, Ekiti State, Nigeria.

www.ekitistate.gov.ng

Invitation for Pre-Qualification for 2011/2012 Merged Tetfund Projects at Federal Polytechnic, Mubi

Federal Polytechnic, Mubi

Office of the Rector

P.M.B. 35, Mubi, Adamawa State, Nigeria

Website: www.fpm.edu.ng

Invitation for Pre-Qualification for 2011/2012 Merged Tetfund Projects

Introduction

The Federal Polytechnic Mubi is desirous of building an ultra-modern teaching, learning and school administration centre for the School of Environmental Technology like none before it and in record time given the excellent certainty of

TETFUND project financing,

PROJECTS

LOT A –      Construction of School of Environment Studies Complex

LOT B –      Procurement of Classroom/Office Furniture

LOT C –      Procurement of 60 Nos. of Desktop Computers, 20 Inch Flat Screen LCD.

Consequently, the Federal Polytechnic Mubi wishes to invite reputable and reliable construction companies and suppliers to indicate their interest to pre-qualify for the projects. –

Prequalification Requirement

i.        Evidence of Registration with Corporate Affairs Commission.

ii.       Evidence of Tax Clearance for the last three (3) years.

iii.      Evidence of Compliance with PENCOM requirement.

iv.      Evidence of Current Registration as a Contractor in category “C” with Federal Polytechnic Mubi.

v.       Evidence of Registration with ITF.

vi.      Evidence of Registration with NSITF.

vii.     Comprehensive Company Profile.

viii.    Proposed Management Team, Organizational Chart, with CV’s of Key Personnel to be deployed on the Project,

ix.      Evidence of Successful execution of projects within the last 5years, similar in Scope and Complexities. (Copies of letters of award and successful completion certificates and supporting reference letters should be attached).

x.       Reference letter from Bank stating willingness to grant a credit line of a minimum of N50 Million in order to carry out such a project.

xi.      List of Equipment to be deployed to the project

xiii.    Company’s Audited Account for the past three years.

xiii.    Evidence of Registration with VAT/TIN.

xiv.    Evidence of Social Responsibilities Rendered (if any).

The above documents and any other useful information should be bound and submitted in a sealed plain envelope clearly stating the project name and lot(s) for which the prequalification is sought in left hand side comer and addressed to The Registrar, Federal Polytechnic Mubi, Adamawa State.

Submission of Pre-Qualification Documents

Submission of completed pre-qualification documents, which must be enclosed in a sealed envelope with the Title of the project written at the top left hand comer of the sealed envelope, should be submitted and addressed to: The Registrar, Federal Polytechnic Mubi, Adamawa State latest by 12 noon on Friday 14th  June, 2013

Opening of Pre-Qualification Documents

Prequalification documents shall be opened at 2:30pm on Friday, 14th of June 2013 in the council hall of the Federal Polytechnic Mubi, Bidders are invited to opening of the prequalification documents. The Pre-qualification evaluation documents can be purchased at the Bursary Unit at N30.000.00.

Note: Companies should note that the prequalification is not an invitation to tender or bid and does not create any commitment by Polytechnic to any company. Only prequalified companies will be invited to tender for the projects.

Signed:

Alh. Suleiman S. Buba

Registrar

Invitation to Tender at Ministry of Petroleum Resources

Federal Government of Nigeria

Ministry of Petroleum Resources

Invitation to Tender

A.   Introduction

The Ministry of Petroleum Resources is desirous of implement the 2013 Budget and therefore invites interested, competent and reputable companies to bid for the underlined 2013 Capital Projects in compliance with the Public Procurement Act, 2007.

B.   Project Description:

 

LOT PROJECT
1 Geotechnical Investigations/Evaluations for the proposed

Development of DPR Headquarters, at Plot 2888 cadastral zone

E23 of Kyami District. FCT, Abuja.

2 Preliminary Architectural drawings of a functional 12 storey building to house the new Headquarters of DPR.
3 Provision of   Architectural and   Engineering services for the proposed Development of DPR Headquarters at Plot 2888

Cadastral zone E23 of Kyami District, FCT. Abuja.

4 Retail Outlet Metering.
5 Gas Royalty Reconciliation.
6 Utorogu Ughelli/ELPS – Delta IV Gas Supply.
7 OB/OB – Umuahia Gas Spur line.
8 Economic investigation, Consultancy Services, Statistical Data

Development and Database (Nigerian Petroleum Data centre).

9 Implementation of Petroleum industry Bill (Awareness

Campaign).

10 e-Design using Advance Manufacturing Technology (AMD on

Real Time Pipeline System Auditing Government- School – industry Collaboration.

11 Electronic Document Management and Stock inventory System and Accounts ledger system for ICT, Transparency, SERVICOM, legal, Press, stock verification, procurement Solution specifications.
12 Actualizing and implementing e-Governance processes and procedure.
13 Provision/Acquisition of equipment and materials for the assessment of Hydrocarbon impacted communities in 10 (Ten) Niger-Delta states (Bayelsa, Rivers, Delta, Abia, Ondo, Imo, cross River, Akwa-Ibom, Edo and Ogun state).

 

  1.        i.            Purchase of Generating Set (including installation).
  2.      ii.            Geographical information System (CIS).
  3.   iii.            Purchase of Personal Protective equipment
14 Facilities for Capacity Development of Petroleum/chemical

Engineers and Geologist/Up -Scaling Managerial Competence in

Oil and Gas

Automation of Law Library.

(2)     A complete set of Bidding Documents in English Language may be purchased and obtained for any of the lots on the payment of non-refundable fee of Twenty Thousand Naira (N20,000.00) only by Bank Draft made payable to the Ministry of Petroleum Resources.

(3)     At bids must be delivered in the tender box at the address below not later 18th June, 2013. Late submissions shall not be accepted.

Bidding Requirement

  • All bids must be accompanied with the following documents as requirement for consideration:
  • Evidence of registration with Corporate Affairs Commission (CAC).
  • Evidence of compliance with Employees’ Compensation Act showing remittance of 1% of toted annual emolument of their workers to the Nigerian Social Insurance Trust Fund.
  • Evidence of compliance with Pension fund Act for registration/remittances.
  • Evidence of payment of Training Contributions to Industrial Training Fund.
  • Tax Clearance Certificates for 2010,20H and 2012 (provide Tax Identification Number (TIN)
  • Evidence of financial capability and banking support.
  • Company’s Profile Including Technical qualification and experience of key professional staff and other resources.
  • Verifiable evidence of similar jobs executed in the recent past and knowledge of the industry/project.
  • Company’s audited Accounts for 2010, 2011 and 2012 duly endorsed by an Accounting firm.
  • Evidence of registration with relevant professional body or Certificate of Competence and qualification by appropriate regulatory agency.
  • List of relevant equipment owned.
  • Name/e-mail address and phone number of contact person in Company letter head.
  • A letter authorizing the Ministry of Petroleum Resources to verify claims with relevant agencies or bodies.
  • Please ensure that documents for submission are arranged serially in the order herein.

(5)     Additional Information

The advertisement shall not be considered as commitment on the part of the Ministry of Petroleum Resources, nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Ministry of Petroleum Resources by virtue of such Company having responded to this advertisement. Please note that respondents are to present their original Tax Clearance Certificate at the opening of Commercial Bid.

(6)     Submission of technical and Financial Proposals

Tenderers are required to submit separately sealed technical and commercial bids property labeled. The bids documents should be bound and submitted  in a sealed envelope and marked at the top left hand corner and addressed to Director (Procurement), Block D, 8th Floor, Room 31, NNPC Towers, Central Business District, Abuja. Submission of technical and financial proposals must be in separately sealed envelopes indicating the lot(s) of choice and submitted in the tender box at the address, below not later than 12 noon, Monday, 17th June, 2O13. Bids will be opened on the same Monday, 17th June, 2013 at 1.00pm in the presence of the bidders/representatives at the Conference Room of the Ministry on the 6th floor, Block D, NNPC Towers Central Business District.

Only companies with satisfactory Technical Proposals will be invited for the opening of the Financial Proposes. Proposals and bids in the value of NGN 100 Million and above for goods, consultancy services/non consultancy  services and NGN 300 Million and above for Works must be accompanied by (a Bank Bid Security) of not more than 2% of bid price. Interested firms may obtain further information from the contact address below from 9:00am – 4:00pm Mondays to Friday.

The Secretary,

Ministerial Tenders Board (MTB),

Ministry of Petroleum Resources,

NNPC Towers, Block D,

Abuja

Signed:

Ambassador Abubakar A, Musa mni

Permanent Secretary

Request for Expression of Interest at Capacity-Plus

Study of Attrition, Availability and Retention of Midwife

Service Scheme Officers in Nigeria between 2009 and 2012

Request for Expression of Interest

Capacity-Plus is a USAID-supported global health workforce project led by Intra-health International Initiative. Capacity Plus is funded in Nigeria through a range of HSS, MCH/POP and OVC allocations by the USAID mission to develop and support an integrated program of HRH strengthening, implemented at both national and sub-national levels. The overall goal of this program is to increase the availability of health workers to meet the HIV/AIDS, Maternal and Child Health (MCH), reproductive health (RH) and other priority health needs of under-served populations through sustainable and scalable HRH interventions. Implementation is targeted at both Federal and State levels through active engagement with a range of agencies, including Federal and State ministries of health, the National Primary Health Care Development Agency (NPHCDA), training institutions, and regulatory councils.

Capacity-Plus, in partnership with the NPHCDA, wishes to carry out a study on attrition, availability and Retention of Midwife Service Scheme Officers in Nigeria between 2009 and 2012. The purpose of this solicitation is to contract the services of a research firm/company with requisite technical experience in qualitative and quantitative research techniques to work with Capacity-Plus and the NPHCDA to conduct the proposed study, the result of which will guide programming to reduce attrition, attract and retain midwives in areas of greatest need. The successful firm shall have the responsibility of putting together a team of qualified personnel to complete this assignment.

The offerers should have:

a)       Legal status approved by the government of Nigeria enabling it to carry the tasks mentioned above;

b)      Internal expertise to develop the tools; collect key data; and perform Interviews with key informants;

c)       A proven professional record in the area of health systems research, preferably in developing countries;

Interested and qualified research agencies/companies/firms should send an expression of interest by e-mail to intrahealthcapacityplus@gmail.com  and copy nwazeoe@yahoo.co.uk with “MSS Retention Study” on the subject line on or before 5.00PM on Tuesday May 14, 2013. The full request for proposal (RFP) will be sent by e-mail to all interested firms/companies by Wednesday May 15th 2013.

Invitation for Technical and Financial Bids from Interested Bidders for Projects under the FY2013 Appropriation Act at Ogun-Oshun River Basin Development Authority (O-ORBDA)

Federal Ministry of Water Resources

Ogun-Oshun River Basin Development Authority

Alabata Road, PMB 2115, Abeokuta, Ogun State, Nigeria

Invitation for Technical and Financial Bids from Interested Bidders for Projects under the FY2013 Appropriation Act

1.0 Introduction

1.1 Ogun-Oshun River Basin Development Authority (O-ORBDA), one of the parastatals under the Federal Ministry of Water Resources (FMWR), hereby invites interested, qualified and competent companies/firms and consultants (bidders), including Joint Ventures (JVs), to submit TECHNICAL and FINANCIAL BIDS for the execution of the following APPROVED projects under her FY2013 Appropriation Act.

1.2     The projects slated for execution are as categorized below:

Lot 1A:       Construction of Igbojaiye Earth Dam Phase II /Earthworks. Spillway and Protective Works) N20.000

Lot 1B:       Construction of Small Earth Dam at Oko, in Surulere LGA of Oyo State N20.000

Lot 1C:       Road Rehabilitation of 1.5km Wuraola Street, Off Adenrele Street, Off Ogunjinmi Street, Igbala, Sango-Ota, Ogun State N20.000.

Lot 1D:       Upgrading of Existing Office Accommodation at Abeokuta   Headquarters N20.000.

Lot 2A:      Improvement Works on Osiele Water Supply Scheme at Osiele, Abeokuta Ogun State N20.000.

Lot 2B:       De-Silting/Dredging and Reticulation of Dandoru Lake at Ibadan Oyo State N20.000

Lot 2C:       Pipe Reticulation of Ilobu Township Water Supply Scheme at Ilobu Osun State N20.000.

Lot 3A:       Construction of Industrial Borehole (Large Diameter) at the University College Hospital (UCH) Ibadan, Oyo State N20.000

Lot 3B:       Construction of conventional Solar-Powered Boreholes in the Basement Formations of Osun, Oyo and Ogun States N20.000.

Lot 3C:       Construction of conventional Solar-Powered Boreholes in the Sedimentary Formations of Lagos and Ogun States N20.000.

Lot 3D:       Construction of conventional Solar-Powered Boreholes (MDG Type WSO1) at various locations in the Sedimentary Formations at Lagos State N20.000

Lot 3E:       Construction of conventional Solar-Powered Boreholes WITH 22.5M3 STORAGE CAPACITY at various locations in the Basement Formations at Oyo State N20.000.

Lot 3F:       Construction of conventional Solar-Powered Boreholes WITH 22.5M3 STORAGE CAPACITY at various locations in the Sedimentary Formations of Lagos State N20.000.

Lot 3G:       Construction of 2-Panel Solar-Powered Boreholes in the Basement Formations of Osun, Oyo and Ogun States N20.000.

Lot 3H:       Construction of 2-Panel Solar-Powered Boreholes in the Sedimentary Formations at Lagos and Ogun States N20.000.

Lot 3I:         Construction of Handpump-Fitted Boreholes in the Basement Formations of Osun, Oyo and Ogun States N20.000.

Lot 3J:        Construction of Handpump-Fitted Boreholes in the Sedimentary Formations of Lagos and Ogun States N20.000.

Lot 4A:       Study and Design of Flood and Erosion Control Measures at Isolo-Oke Afa in Lagos State N10.000.

Lot 4B:       Study and Design of Flood and Erosion Control Measures at Abule Oki in Lagos State N 10,000.

Lot 4C:       Study and Design of Flood and Erosion Control Measures at Majidun in Lagos State N10, 000.

Lot 4D:      Study and Design of Festac Water Supply Scheme at Festac Town, Lagos State N10.000

Lot 4E:       Study and Design of Earth Dam in Ikenne LGA, Ogun State N 10,000.

2.0     Eligibility Criteria

Interested bidders for any of the above projects are requested to provide the following minimum pre-Qualification requirements, as itemized for each category of criteria below:

2.1     For Consultancy Services:

i.        Certificate of Registration with Corporate Affairs Commission (CAC).

ii.       Tax clearance certificates for the last three (3) years (2010, 2011, 2012) with Tax Identification Number (TIN).

iii.      VAT Registration and Remittance.

iv.      Evidence of experience in at least five (5) jobs of similar nature and complexity, executed within the last ten years, with verifiable letters of contract award and evidence of payment and certificates of job completion.

v.       Detailed Company Profile with copy of Article of Association/Memorandum of Understanding (if Joint ventures) and Company’s Registration with relevant professional bodies, particularly COREN, COMEG, ARCON, etc:

vi.      Evidence of personnel capability including list of key professionals, curriculum vitae of each professional and evidence of registration of these personnel with relevant bodies such as COREN, COMEG, ARCON, etc.

vii.     Full Bank Accounts details including SORTCODE.

viii.    Submission of throe (3) years (2010, 2011, 2012) Audited Accounts,

ix.      Evidence of Remittance of Pension Contributions of Employees and Certificate of Compliance issued by PENCOM.

x.       Evidence of Remittance of Industrial Training Fund (ITF) Contribution for Employees Certificate of Compliance issued by ITF.

2.2     For Works:

i.        Certificate of Registration with Corporate Affairs Commission (CAC)

ii.       Tax clearance certificates for the last three (3 years (2010, 2011, 2012), with Tax identification Number (TIN).

iii.      VAT Registration and Remittance

iv.      Evidence of Ownership of or access to lease of relevant construction equipment and their status (where applicable).

v.       Evidence of experience in at least five (5) jobs of similar nature and complexity executed within the last ten (10) years, with verifiable letter of contract award, evidence of payment and certificates of fob completion.

vi.      Detailed Company Profile which   should include list of Key personnel,   their qualification (certificates & CVs) and experience in similar works.

vii.     For Joint Ventures, include Memorandum of Understanding (MoU).

viii.    Evidence of Financial Capability/Bank reference letter, showing line of credit available, to the tune of N100milllon for projects in (Lots 1A, 1D and Lots 2A-2C), N50million for projects in Lots (3A-3J) and N10million for projects in Lots 4A-4E)

ix.      Full Accounts details including SORT code.

x.       Submission of three (3) years (2010, 2011, 2012) Audited Accounts with Annual turn Over of a verifiable sum of at least N25million for projects in (Lots 1A-ID and Lots 2A -2C), N15million for projects in Lots (3A-3J) and N10million for projects in Lots (4A-4E).

xi.      Evidence of Remittance of Pension Contribution of Employees and Certificate of Compliance issued by PENCOM.

xii.     Evidence of Remittance of Industrial Training Fund (ITF) Contribution for

Employees and Certificate of Compliance issued by ITF.

Collection of Technical and Financial Documents:

Interested companies, on presentation of written application and evidence of payment of the prescribed NON-REFUNDABLE processing tees of N20,000.00 for PROJECTS In lots 1A-3J and N10, 000.00 for PROJECTS in Lots 4A-4E into the Authority’s Account Number; 2372120400, ECOBANK Plc. Ibara, Abeokuta, shall collect bidding documents as from 12.00 noon of Monday, May 6, 2013 at the:

Procurement Unit, (Rooms 32 & 33).

Ogun Oshun River Basin Development Authority Headquarters,

Alobata Road, Abeokuta. Ogun State

3.2     All terms and conditions in the Collected Technical and Financial Bidding Documents MUST be strictly adhered to, please.

4.0     Submission of Completed Technical and Financial Documents:

4.1     Completed Technical and Financial Tenders for the project(s) of interest should be submitted in four (4) hard copies (one original and three other copies) and one (I) soft copy (each for technical and financial) in (non-rewritable CD/DVD) Microsoft Office and enclosed in separate sealed envelopes, marked “Technical, lot No.” and “Financial, Lot No.” respectively. Both envelopes should be enclosed in a third larger envelope, sealed with the project name and Lot No. clearly marked on the Top right-hand corner, addressed and returned to:

The Ag. Managing Director,

Ogun-Oshun RiverBasin Development Authority,

Alabata Road, P.M.B 2115, Abeokuta, Ogun State.

4.2     All bidding documents for technical and financial MUST be accompanied with duly signed submission letters by the bidders. Any unsigned document will be disqualified.

4.3     All bidding documents submitted shall be subjected to Due Diligence checks in accordance with the Public Procurement Act (PPA) 2007.

5.0     Closing Date for Submission of Bids

5.1     The closing date and time for the submission of completed bids is Monday, June 17th 2013, at 12.noon prompt. Any bid submitted after this date and time will be rejected

6.0     Opening of Bidding Documents:

6.1     Bids Opening exercise shall be conducted publicly at the Training School Auditorium of Ogun-Oshun River Basin Development Authority, Alabata Road, Abeokuta, on the closing date of submission, which is Monday, June 17th 2013, beginning from 1:00p.m.

6.2     Only companies/firms whose Technical Bids fulfill the minimum requirements will have their Financial Bids opened at a date to be announced.

6.3     All Bidders are expected to bring along the ORIGINAL COPIES of all relevant documents for sighting.

6.4     Non-Governmental Organizations (NGOs) and the general public are hereby invited to witness the Bids Opening.

6.5     Enquiries:

All enquiries should be directed to the address below:

Procurement Unit, (Rooms 32 & 33),

Ogun-Oshun River Basin Development Authority Headquarters

Alabata Road, Abeokuta, Ogun State

Mobiles: 08037882175, 08038237931, 08033477021.

E-mail: ogunoshunprocurement@yahoo.com

7.0     Disclaimer and Conclusion.

7.1     This announcement is published for information purposes only and does not constitute an offer by this Authority to transact with any party for any of the projects; nor does it constitute a commitment obligation on the part of this Authority to procure/concession services.

7.2     The Authority will not be responsible for any costs or expenses incurred by any interested party (ies) in connection with any response to this invitation and/or the preparation or submission in response to any enquiry.

7.3     The Authority pledges fair treatment of all participants but is NOT bound to shortlist any bidder and reserves the right to annul the selection process at any time without incurring any liabilities and assigning any reason thereof.

Signed:

Ag. Managing Director