Invitation to Tender for the Implementation of 2013 Capital Projects at The Nigerian Nuclear Regulatory Authority (NNRA)

Nigerian Nuclear Regulatory Authority

 

Invitation to Tender for the Implementation of 2013 Capital Projects

 

A.      Introduction

The Nigerian Nuclear Regulatory Authority (NNRA) is desirous of implementing her 2013 Capital Projects, In line with the Federal Government Public Procurement Act, 2007, interested and reputable contractors and suppliers with relevant experience and evidence of performance are invited to tender for the various works and goods as listed below:

 

Lot 1:         Procurement of Scientific Equipment

Lot 2:         Office Partitioning

Lot 3:         Office Renovation

Lot 4:         Purchase and Installation of Fire Fighting Equipment

Lot 5:         Purchase of Utility Vehicles

Lot 6:         Office Furniture & Office Fittings

Lot 7:         Purchase of Generators

Lot 8:         Upgrade of ICT Infrastructure

Lot 9:         Supply Of office Equipment

 

 

B. Tender Fees

Contractors/Suppliers are free to tender for one or more lots on payment of a non-refundable fee of N20, 000 (Twenty Thousand Naira Only) Bank Draft per Lot in favour of Nigerian Nuclear Regulatory Authority Abuja.

 

 

C.      Tender Requirements

The Tender requirements are;

1.       Evidence of Registration with Corporate Affairs Commission (CAC);

2.       Current Tax Clearance Certificate;

3.        Value Added Tax (VAT) registration Certificate;

4.       Evidence of Registration with Nigerian Nuclear Regulatory Authority (NNRA);

5.       Company’s audited financial account and funding information over the past Three (3) years endorsed by a firm of chartered accountants;

6.       Evidence of financial capability from reputable Bank(s);

7.       Evidence of compliance with ITF regulations;

8.                Evidence of compliance with the Pension Reform Act 2004 (as amended);

9.       Evidence of registration with Financial Reporting Council of Nigeria (where applicable)

10.     Verifiable evidence of similar projects previously executed including letters of awards and completion Certificates within the past Three (3) years;

11.     Affidavit disclosing whether or not any officer of NNRA or BPP is a former or present director, shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particular;

12.     Any additional information that will enhance the potential of the contractor/supplier;

13.     List of on-going projects, (If any);

14.     Photocopy of Tenders receipt.

 

 

 

D.      Not Eligible

All Contractors who have defaulted on previous contracts) awarded to them by NNRA

 

 

E.      Submission of Completed Tender Documents

All tender documents are to be submitted in sealed envelope and clearly marked “TENDER FOR 2013 CAPITAL (LOT NUMBER) and addressed to:

 

The Acting Director-General/CEO,

Nigerian Nuclear Regulatory Authority,

Plot 564/565 Airport Road,

P.M.B 559 Garki,

Abuja.

 

 

The sealed envelope should be deposited into the Tender Box provided for this purpose at the Ground Floor, NNRA, Abuja not later than 20th May, 2013. No late submission will be entertained after 12:00 noon on the expiration of the date stated.

 

 

F.      Opening of Bids

The Nigerian Nuclear Regulatory Authority will invite all those who submitted their bids or their representatives and any interested members of the public to witness the opening of the bids on Monday, 20th May 2013 at the NNRA Headquarters, Abuja.

 

 

Please Note

1.       NNRA reserves the right to reject any or all “Financial Bids”. This notice of “Invitation to Tender” shall not be construed a commitment on the part of the NNRA nor shall it entitle any Company to make claims whatsoever or seek any indemnity from the NNRA;

2.       The Authority reserves the right to verify any claim by the bidders.

 

 

Signed:

Management

 

Invitation for Bids at The Ministry of Finance

Ministry Of Finance

Headquarter

 

Jalingo-Taraba State 079-222003, 22261

 

Specific Procurement Notice

 

Invitation for Bids

 

National Competitive Bidding (NCB)

Taraba State Government:

Federal Republic of Nigeria

 

 

1.       The Ministry of Finance has Budgetary Allocation from the Taraba State Government towards the cost of Motor Vehicles and intends to apply part of the proceeds of the allocation to payments under the contract for the procurement of Motor Vehicles. IFB NO TSBBP/OCB/GOODS/01/33.

 

2.       The Taraba State Ministry of Finance now invites scaled Bids from eligible and qualified Bidders for the supply and installation of:

 

 

 

S/No

 

Lot No

 

Item Description

 

Quantity

 

Delivery Period

 

 

Bid validity

 

Bid Security

 

 

Delivery Location

 

 

1. Lot l

 

Pick-Up Van 4×42700

 

 

10 Nos.

 

With 60 days

 

 

valid for 90 days from April 14 2013

 

Not less than 3%

of the Bid

Price

 

 

Taraba

State

Ministry of

Finance-

TSMF

Jalingo,

Taraba

State

Nigeria

 

2. Lot 2

 

Minimum 18

Seater Staff Bus

 

4 Nos.

 

With 60

days

 

Most be

Valid for 90

days from

April 14 2013

 

Not less than 3%

of the Bid

Price

 

 

Taraba

State

Ministry of

Finance-

TSMF

Jalingo,

Taraba

State

Nigeria

 

3 Lot3

 

Sedan Car

 

1 No.

 

With 60

days

 

Most be

Valid for 90

days from

April 14 2013

 

Not less than 3%

of the Bid

Price

 

 

Taraba

State

Ministry of

Finance-

TSMF

Jalingo,

Taraba

State

Nigeria

 

4. (A)

 

Minimum of 1.8 Litres Engine

Saloon Cars)

With 60

days

 

Most be

Valid for 90

days from

April 14 2013

 

Not less than 3%

of the Bid

Price

 

 

Taraba

State

Ministry of

Finance-

TSMF

Jalingo,

Taraba

State

Nigeria

 

Lot3

(B)

 

Sedan Cars

Minimum of 2.2.

Litres engine

Saloon Cars)

1 No.

 

With 60

days

 

Most be

Valid for 90

days from

April 14 2013

 

Not less than 3%

of the Bid

Price

 

 

Taraba

State

Ministry of

Finance-

TSMF

Jalingo,

Taraba

State

Nigeria

 

 

 

 

Note: All items (3 a-b) are one lot. Bidders quoting for incomplete lot will have their bids declared non-responsive.

 

3.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures and is open to all bidders from eligible source Countries.

 

4.       Interested eligible bidders may obtain further information from the Permanent Secretary Taraba State Ministry of Finance-TSMF, Jalingo Jaraba State Nigeria. And inspect the bidding documents at the address given below, from 9.30am-4.00pm Monday to Friday.

 

 

5.       Qualification requirements include:

(a)     Financial Capacity:

The bidder shall furnish documentary evidence that meets the following financial requirement (s)

 

(i)                External Audit Report of the Bidder for the last three (3) years

(ii)             Banker’s authorisation that the Bidder has the Financial Capacity or a line of Credit to execute a Contract of the same magnitude (as contained in the scheduled requirements) for supply of goods.

And or

(iii)           Manufacturer’s declaration for a line of credit for the goods to be supplied by the Bidder.

 

(b)     Experience and Technical Capacity:

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s).

 

(i)      Previous experience in supply of Motor vehicles and parts of similar magnitude

(c)      The Bidder shall furnish documentary evidence to demonstrate that goods it offers meet the following usage requirement:

 

(i)         Suitable for use by the Client

 

A margin of preference for eligible national contractors shall not be applied. Additional details are provided in the Bidding Document.

 

6.       A complete set of Bidding Documents in English Language maybe purchased by interested Bidders on the submission of a written application to the address below upon payment of non refundable fee of N15, 000.00 or US $120.00. The method of payment will be by certified cash, certified cheque or bank draft. The Bidding Documents will be collected by hand or sent through courier services on request.

 

7.       Bids must be delivered to the address below on or before Tuesday 14th May, 2013, 10.00am prompt. Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be opened in the presence of the Bidder’s representatives who choose to attend in person at the address below on Tuesday 14th May, 2013,10.00am prompt. All Bids must be accompanied by Bid Security of amount not less than 3% of the Bid price and delivered to the address below on or before 10.00am on Tuesday 14th  May, 2013.

 

 

8.       The address referred to above is:

 

The Permanent Secretary,

Taraba State Ministry of Finance-TSMF,

Jalingo, Taraba State, Nigeria.

 

Signed

Mrs Lydia S. Ambitani

The Permanent Secretary

Taraba State Ministry of Finance-TSMF,

Tel: 98969744413.

Invitation to Tender at Christian Prime Limited

Invitation to Tender

 

Interested companies are requested to apply for the following consultancy service:

 

Scope:

1.       To offer the services of Quantity Surveyor, Evaluator and Building Engineers in the development of a shopping mall in Enugu.

2.       You shall evaluate every work done and recommend payments to Contractor   according to the Bill of Quantities.

3.       To report daily to the Developer.

 

Duration of Service/Contract:

This service shall be valid for 15 months starting from May 2013.

 

Qualification:

  • You must have certified QS, Evaluators and Building Engineers in your team
  • Your company must show evidence of registration with the CAC, FIRS and other necessary agencies of Government.

 

Submission:

  • Application must be submitted in sealed brown envelope to the advertiser not later than 15th April 2013.
  • You must include in the envelope the company’s profile and individual’s resume of the key staff of your company who will be part of the implementation team.

 

Advertiser

Christian Prime Limited,

2nd Floor, 111 Chime Avenue, New Haven Enugu

Email: AYOBANNA@LIVE.COM

 

Invitation for Submission of Bid for Pre Qualification for Printing of 5 Series of Comic Books in Full Color at Search for Common Ground Nigeria (SFCG)

Search for Common Ground Nigeria

 

Invitation for Submission of Bid for Pre Qualification for Printing of 5 Series of Comic Books in Full Color

 

With support from the European Union (EU) Search for Common Ground in Nigeria(SFCG)is carrying out the Tomorrow is a New Day project in support of the Federal Amnesty programme. The goal of the project is to support long-term sustainability and results of the Amnesty Process and DDR in the Niger Delta. This action will ultimately support target communities’ healing from the trauma of violence, loss of family members, livelihood and property. It will also strengthen structures of inclusive dialogue and decision-making, and mechanisms for conflict prevention, early warning and rapid response that will empower local stakeholders to help sustain peace in the Delta region.

 

LOT 1: Printing of series 1 25,600 copies of comic books in full colour.

LOT 2: Printing of series 2 25,000 copies of comic books in full colour.

LOT 3: Printing of series 3 25,000 copses of comic books in full colour.

LOT 4: Printing of series 4 25,000 copies of comic books in full colour.

LOT 5: Printing of series 5 25,000 copies of comic books in full colour.

 

Pre-qualification Requirement:

You are requested to submit copies of the following documents as evidence of your eligibility to tender:

 

1.       A certified true of Certificate of Registration, incorporation and valid license issued by Corporate Affair Commission of Nigeria.

2.       For a joint venture, a fully signed Memorandum of Understanding between the parties.

3.       The company profile including the curriculum vitae and professional certificates of all staff.

4.       The office postal address and physical location, functional contact emails and telephone numbers.

5.       List of at least three clients for whom the tenders has conducted similar works within the last three years with address, company name and telephone and email address of contact persons)

6.       Tax clearance certificates issued by Nigerian Federal Inland Revenue Service/State Inland Revenue Service for the last three years.

7.       Verifiable evidence of similar works.

8.       Annual financial statements of the company, audited by a Certified Chattered Accountant from 2009 -2011 applicable specifically to the companies bidding for studio equipment and training equipment and generator system equipment.

9.       Evidence of VAT Registration

 

Arrangement of document should follow the order presented above. Each parcel should have a table of content indicating the pages or folio on which these items are to be found.

 

Any submission that does not conform to this form may not be processed further Vendors are required to fully review all instruction and comply with all requirements as specified in this invitation for pre-qualification. SFCG reserves the right to reject any and all submissions due to incomplete documentation.

 

Collection of Bidding Document:

Tenderers who will on the basis of the submitted documentation and assessment by SFCG have pre-qualified will be invited to collect bidding documents from SFCG’s offices (Abuja, Port Harcourt or Jos), or receive these bidding documents via email.

 

Instructions and Submission Procedure:

Pre-qualification documents are to be submitted with the above stated requirements.

Note: Organizations or companies can bid for any or all of the LOT and submit bids in 5 hard copies for each LOT separately. Each envelope should be wax-sealed and marked with “Name and LOT No of protect bided for” at the top left corner as follows:

PRE-QUALIFICATION DOCUMENTS FOR PRINTING OF 5 SERIES OF COMIC BOOKS IN FULL COLOUR/LOT…/NGR502 addressed with your organization e-mail address and phone number for the purpose of acknowledging the receipt of the bid and envelope to:

 

The Country Director

Search for Common Ground, Nigeria

No 11 Tombia Street, GRA, Port-Harcourt,

Rivers State, Nigeria

 

Pre-qualification document should be submitted not later than Friday, April 19th 2013, at 5.00pm. Prequalification exercise shall be done on Monday Apr9il 22nd at the Search for Common Ground conference hall in Portharcourt at 10.00am and successful companies shall be communicated accordingly.

 

Important Notice:

  1. The submission of pre-qualification documents does not in any way compel Search for Common Group Nigeria to shortlisted any of the bidders for tender.
  2. Companies are advised to apply strictly to area of their expertise and business domain. Failure to comply with this instruction may lead to disqualifying organizations or companies.
  3. SFCG shall not be responsible for payment of any expenses incurred by the bidder for the submission of pre-qualification documents.
  4. All bidders will be informed of the success or otherwise of their bids at the end of the pre-qualification exercise. Please note that SFCG reserves the right to select bidders t its discretion and shall NOT enter into correspondence about the outcome of the pre-qualification exercise.
  5. Only companies which have satisfied the Pre-qualification requirements will be contacted to submit a quotation.

 

Signed:

CHOM BAGU

Country Director

Invitation for Expression of Interest for Provision of Under-listed Services for Sure-P (MCH) Programme at National Primary Health Care Development Agency(NPHCDA- SURE-P)

National Primary Health Care Development Agency

 

Subsidy Reinvestment and Empowerment Programme, Maternal and Child Health Services (SURE-P, MCH Services Project)

 

No.1 Mubi Close, Off Emeka Anyaoku Street, Area 11, Garki, Abuja

 

Invitation for Expression of Interest for Provision of Under-listed Services for Sure-P (MCH) Programme

 

Introduction:

 

The SURE – P intervention was designed to mitigate the effect of the partial withdrawal of subsidy on petroleum product through properly targeted safety net programmes including Maternal and Child health, to save the lives of millions of mothers and children in Nigeria thereby improving the currently low human development indices of maternal and child morbidity and mortality.

 

The NPHCDA- SURE-P in readiness to provide network connectivity to its offices & shared areas, and to provide effective Coverage to the SURE-P MCH activities across the Nation is seeking the services of qualified Service Provider and Communication Firms with proven track record of similar Service to Corporate Organisations. In compliance with the Public Procurement Act 2007, the Agency therefore invites interested and reputable Firms/Companies to submit Expression of Interest for the procurement of the following under listed items:

 

 

  1. A.   Projects Description.

 

S/N  Projects/Items Description  Lot No. 
1.  Expression of Interest;

  • Installation Of Certified Structured Cabling, Wire management and Equipment Rack Infrastructure
  • Procurement and installation of Network equipment to provide connectivity to offices and shared work areas.
  • Procurement and installation of uninterruptible power systems (UPS) to maintain operation of computers and network equipment for a minimum period of 72 hours during electrical power outage.

 

 

LOT1 
2 Expression of Interest;

  • Deployment of Windows Domain System.
  • Electronic mail installation and configuration using Microsoft Exchange 2013.
  • SharePoint Server Deployment and Configuration using MS SharePoint Server 2013
  • Installation and deployment of End User Protection (Antivirus and Antimalware services)

 

LOT 2 
3 Expression of Interest;

  • Expression of Interest for Production and Placement of Television & Radio Jingles on National Television and Local Radio Stations across the Nation for the promotion and endorsement of SURE-P MCH programmes and activities.

 

LOT 3 
4. Expression of Interest;

  • Expression of Interest for Production of TV Hausa Drama Series titled “SADIYA” for SURE-P MCH programmes.

 

LOT 4 

 

 

Note:

All relevant Technical Specifications and Terms of Reference (TOR) will be included in the Request for Proposal (RFP) Documents to be issued to shortlisted firms only.

 

  1. B.   General Requirements:

 

Interested Firms/Companies wishing to submit Expression of Interest are to forward their documents providing the following relevant basic requirements:

 

  1. Evidence of Registration with CAC. (As a limited liability company)……(Photocopy)
  2. Three (3) years Tax clearance from 2010 to 2012……..(Photocopy)
  3. Evidence of VAT Registration with registration No……..(Photocopy)
  4. Company Audited account from 2010 to 2012……..(Photocopies)
  5. Comprehensive Company profile including registered office, functional contact address, GSM Number, and E-mail address etc.
  6. Evidence of Technical experience/competence including evidence of similar jobs completed.
  7. Evidence of Firm/Company registration with relevant statutory regulatory bodies……..(Photocopies)

 

  1. C.   Submission of Documents:
  • All interested Firms/Companies should submit their Expression of interest in sealed envelope indicating the project of interest and corresponding LOT or LOTS and addressed to;

 

Head of Procurement,

Address: SURE -P. No.1 Mubi Close,

Off Emeka Anyaoku Street, Area 11, Garki, Abuja

 

 

Closing date of submission: 30th April, 2013.

 

All completed Request for Proposal should be dropped in the Tender Boxes provided at the SURE-P MCH Office, No.1 Mubi Close, Off Emeka Anyaoku Street, Area 11, Garki, Abuja

 

Please Note:

1.       The NPHCDA- SURE-P MCH reserves the right to reject any document it considers to be of doubtful authenticity.

2.       Late submission will not be entertained.

3.       This notice shall not be construed to be a commitment on the part of the Agency to award any form of contract(s) to any respondent nor shall it entitle any organization to claim any indemnity from the Agency.

 

Signed:

NPHCDA/SURE-P

Management