Invitation for Tender at AES Nigeria Barge Limited (AESNBL)

Invitation for Tender

AES Nigeria Barge Limited (AESNBL), an Independent Power Producer in Lagos. Nigeria with generating capacity of 294MW invites reputable security service companies (“Security Company”) to bid for the provision of security services within the premises of its power plant, estate and residents in Lagos and Surroundings. The Security Company will report to AESNBL’s Security Coordinator

 

 

Scope of Work:

  1. Supply of fixed Security Guards
  2. Quick Reaction Force

(a)     The Security Company will have a permanent 24/7 response capability

(b)     Its vehicle will have radio link and communications to the Security Company’s command and control room

(c)      The Security Company will have a VIP escort vehicle

 

  1. Alarm systems and response for residences and Estates, This will entail;

(a)     Minimum 2 X (via radio communications) fixed alarm keypad instated that is able to activate, de-activate or initiate panic in selected zones within a residence and estates

(b)     Magnetic monitoring tags installed on all lower Door windows and doors

(c)      Motion sensors instated

(d)     An audible siren installed to deter intruders

(e)      All location of a remote panic button to each resident and estate building which on activation initiates a set response from Security Company in the form of police, security personnel and communications to the resident from the Central Security Control assigned to monitor that residents alarm and panic system

(f)      All panic alarms and monitoring tags are linked to central security control under the direct control of the Security Company

(g)     Security Patrol vehicles and quick response officers are assigned to monitor and perform rapid intervention duties 24/7 this is a dedicated functions and should be linked to and supported by the local police in that area

 

 

Management and Supervision

(a)     The security team at the site must include a contract manager and a supervisor at all times to control the activities of the overall team

(b)     The security team must be supervised by a designated operations manager who would visit the Siteon a regular basis and liaise directly with AESNBL’s representative. There would be regular minute meetings to record the progress of the assignment

(c)      The Security Company must designate me communications and operations center which will manage the contract. This center should be located within a 20km  radius of the site

(d)     The Security Company must accept and act on any recommendations made by AESNBL’s representative following any failure highlighted about security officers whist on duty

 

 

5.       Personnel: All personnel of the Security Company must be

(a)     aged between 20 and 40 years

(b)     proven to be of sound mental and physical health and fitness

(c)      proven not to be colour bind

(d)     of sound educational background

(e)      able to communicate dearly, orally and m writing

(f)      poised and even tempered

(g)     decisive and possess initiative.

 

Interested reputable companies with cognate experience in the industry are invited to register and collect the documents from:

 

The Security Coordinator

AES Nigeria Barge Limited,

PHCN Compound, Egbin Thermal Station

Via Ikorodu, Lagos State.

 

Proposal Package

Interested companies are required to submit the information specified below in order to qualify for consideration. Incomplete submissions may lead to disqualification.

1.       Copies of Corporate Registration Documents (Certificate of Incorporation, Form C02. C07, VAT Registration Certificate, most current tax clearance certificate and memorandum and articles of association

2.       List of similar jobs carried out if any;

3        Organizational structure of the company including names of managerial staff, their qualifications and cognate experience

4.       Audited Accounts for the preceding three (3) years;

5.       Full details of the Company’s profile, which should include the names, telephone number(s), website, E-mail addresses and verifiable contact addresses

6.       Reference Letter from a Reputable Bank.

 

 

Submission of NID Documents and Deadline for Submission

The bid document must be submitted no later than 6th March, 2013 with a non-refundable fee of N4,000 in Bank Draft (drawn in favour of AES Nigeria Barge Limited). The package must be hand delivered and addressed to:

The Procurement Manager

AES Nigeria Barge Limited.

PHCN Compound, Egbin Thermal Station

Via Ikorodu, Lagos State

 

Please Note that:

1        Late submissions will not be entertained

2        AESNBL is neither committed nor obliged to consider any company or to engage the services of any of the companies submitting bids

3        AESNBL is not bound to accept the lowest or any other tender.

4        AESNBL reserves the right to inspect or verify information submitted as it deems necessary and reject any or all of the bids

5.       AESNBL will only correspond the companies that are successful in their bids.

6.       AESNBL will only correspond with the duly authorised officers of the companies and not agents or persons acting on their behalf.

Request for Expressions of Interest at Lagos State Government

Selection of Consultants by Beneficiaries of Financing From The French Development Agency

 

Request for Expressions of Interest

 

Federal Republic of Nigeria

Urban Projects in Lagos City (Eko Up)

Slum Upgrading and Solid Waste Management

 

Date of Issuance: Thursday, February 21st 2013.

 

The Lagos State Government, through the Federal Republic of Nigeria, has received financing from the French Development Agency, and intends to apply part of the proceeds for the following services: Needs Assessment and Feasibility Study for an intervention by AFD in the urban sector in Lagos, which consists in three components:

 

–         Support to the Lagos State Urban Renewal Authority (LASURA) for upgrading of one or several areas within 5 among the largest and oldest slums in Lagos, which together host between 900,000 and 1.1 million inhabitants: Ajegunle, Badia,Amukoko, Makoko and Bariga;

–         Support to the Lagos Waste Management Authority (LAWMA) for the construction of solid waste management facilities for the whole city and improvement of solid waste management into the 5 selected slums where the public service is impeded by lack of accessibility;

–         Support to the program management activities by the Development Partnership Department (DPD) of Lagos Stale, in order to assure coordination of the two components and fluent communication among the various ministries and implementing agencies.

 

The services include:

–         The preparation of a diagnosis and a needs assessment on the urban renewal, and solid waste management components, which will give elements of arbitration to refine the scope of the project;

–         The preparation of a program feasibility study, which will include:

 

–         For each slum within the scope of the urban renewal component, a ‘Slum Development Plan’, to be considered as an urban upgrading redevelopment  action  plan   that  will   include   a  portfolio  of ‘Intervention Packages’, that is to say single investment projects or interventions;

 

–         A ‘Facility Development Program’ for the solid waste management component, to be considered as an action plan that will include a portfolio of ‘Investment Packages’, that is to say single infrastructural investment projects;

 

–         A ‘Program Operational Manual’ which should describe for each component the processes and systems for the program implementation including legal, financial and technical aspects, roles and responsibilities of the stakeholders at the different stages of the program preparation and implementation;

 

–         A ‘Capacity building plan’ for the stakeholders to ensure adequate management and coordination of the program, as well as the durability of its impacts.

 

–         Preliminary Design Studies, program design and Tender Documents, up to the point whereby the program can be tendered and implemented.

 

The Lagos State Government now invites consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures description

of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications.

 

The Lagos State Government will prepare a short list of about six candidates to be pre-selected on the basis of the expressions of interest received to whom will be sent a Request for Proposals to perform the services.

 

Expressions of interest must be delivered to the address below by Wednesday, March 20th 2013 AT 4PM

 

Attn: Mrs Folashade Fasehun

Development Partnership Dept.

Ministry of Economic Planning & Budget

Block 19, 1st Floor, Room 103

The Secretariat, Alausa, Ikeja.

E-Mail: tad_mepb@yahoo.com

Procurement of Indoor Residual Spray Chemicals, Spray Pumps/Nozzles and Protective Clothings at Gombe State Malaria Control Booster Project (GSMCBP)

Invitation for Bids (IFB)

Gombe State Malaria Control Booster Project

Credit Number: 4250 –UNI

 

Procurement of Indoor Residual Spray Chemicals, Spray Pumps/Nozzles and Protective Clothings

 

IFB NO: GSMCBP/NCB/02/13

 

1.       This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue no, GNP/001/06 of 13th September 2006

 

2.       The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of Indoor Residual Spray Chemicals, Equipment and Protective Clothing.

 

3.       The Gombe State Malaria Control Booster Project (GSMCBP) now invites sealed bids from eligible bidders for:

 

 

Lot

 

Description Quantity

 

Bid Security

 

Bid Validity

 

Delivery Period

 

Delivery Location

 

REMARKS

 

1

 

Alphacypermethrin

 

33,548

Sachets

 

At least,

2.5% of

Bid Price

 

90days

 

Within 60

days

 

State

Central

Medical

Stores,

Behind

Railway

Station,

Gombe

2

 

Spray Pumps

 

167 PCS

 

At least,

2.5% of

Bid Price

 

90days

 

Within 60

days

 

State

Central

Medical

Stores,

Behind

Railway

Station,

Gombe

Nozztes:8001 E

 

250 PCS

 

At least,

2.5% of

Bid Price

 

90days

 

Within 60

days

 

State

Central

Medical

Stores,

Behind

Railway

Station,

Gombe

Nozztes:8002 E

 

350 PCS

 

At least,

2.5% of

Bid Price

 

90days

 

Within 60

days

 

State

Central

Medical

Stores,

Behind

Railway

Station,

Gombe

3 Protective Clothing’s

 

222 PCS

 

At least,

2.5% of

Bid Price

 

90days

 

Within 60

days

 

State

Central

Medical

Stores,

Behind

Railway

Station,

Gombe

 

 

Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

 

4.       Bidding will be conducted through the National Competitive Bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from eligible source Countries as defined in the Guidelines.

 

5.       Interested eligible bidders may obtain further information from GOMBE STATE MALARIA CONTROL BOOSTER PROJECT (GSMCBP), and inspect the bidding documents at the address given below from 8:00am to 4:00pm hours, Monday to Friday, except on public holidays.

 

6.       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 N10,000:00 (Ten thousand Naira only) or its equivalent in any freely convertible currency. The method of payment will be certified cheque or bank draft in favor of Gombe State Malaria Control Booster Project (GSMCBP). The document will be collected by bidder’s representative,

 

7.       Bids must be delivered to the address below at or before 12:00 Noon, 21st March, 2013. Electronic bidding will not be permitted. All bids must be accompanied by a bid security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below at 12:00 Noon, 21st March, 2013

 

8.   The address referred to above is:

Project Manager,

Gombe State Malaria Control

Booster Project (GSMCBP)

New GRA, Behind Bulma Guest Inn, Gombe

Tel: 08036140724, 07062518618

E-mail: arnobel95@yahoo.com

Invitation for Pre – Qualification to Tender at High Court of the Federal Capital Territory, Abuja

High Court of the Federal Capital Territory, Abuja

 

Invitation for Pre – Qualification to Tender

 

The High Court of Justice, Federal Capital Territory, Abuja wishes to pre-qualify competent contractors and other service providers who wish to tender for contracts for procurement of goods and services in the year 2013.

 

Interested persons are hereby invited to submit their documents for screening and further necessary action.

 

The court will require the following goods and services:

 

Lot (A)       Purchase of Motor Vehicles and Spare Parts

1.0     Toyota Prado (Jeep).

1.1     Honda Civic 1.8 Ltrs.

1.2     Toyota Hilux4x 4 Double Cabin.

1.3     Honda City.

1.4     Toyota Coaster.

1.5     Toyota Hiace.

1.6     Volkswagen Passat 1.8 Ltrs

 

Lot (B)       Rehabilitation

2.0     Rehabilitation of Courts and offices.

 

Lot(C)        Purchase of Office Materials

3.0     Purchase of Stationeries.

3.1     Printing of Judicial Forms, Probate Forms, Non-Security Documents and other documents.

 

Lot D                    Maintenance Services

4.0     Maintenance of Motor Vehicles.

4.1     Maintenance of Courts and Offices.

Prospective Contractors Shall

 

Pre-Qualification Requirement

Prospective Contractors shall be required to posses the following pre-qualification documents:

(i)                Valid Certificate of Incorporation/Registration

(ii)             Current Tax Clearance Certificate

(iii)           Value Added Tax Registration Certificate.

(iv)           Three Years’ company Audited Accounts (Companies with annual turn­over of less than Two Hundred Million Naira (N200,000,000) need NOT to apply)

(v)             Evidence of Registration as a Contractor with the High Court of the FCT, Abuja.

(vi)           Company profile with Curriculum Vitae of Directors

(vii)        Details of Equipment and Plants

(viii)      Bank Reference Letter

(ix)           Evidence of execution of similar contracts with the High Court or any other Government establishment (Letter or Certificate of Successful completion must be attached)

(x)             Evidence of pension contribution for employees as required under Section 19(6) of the Public Procurement Act.

(xi)           Evidence of compliance with Industrial Training Fund (ITF) Amendment Act 2011 as applicable.

 

Submission of Pre-Qualification Documents

Pre-qualification document should be enclosed in sealed envelope marked “2013 Pre – Qualification” and must be returned to Tenders Board Secretariat, High Court of Justice Abuja, not later than 8th March, 2013, addressed to:

 

The Secretary,

Tenders Board,

High Court of the FCT, Maitama,

Abuja, FCT.

 

Please Note:

(a)     All documents submitted will be subject to verification by the Court from relevant Agencies like CAC, FIRS, etc.

(b)     Late submission will be rejected.

(c)      This advertisement for “2013 Pre – qualification to tender” shall not be construed to be a Commitment on the part of the High Court of the FCT Abuja nor shall it entitle any person to make any claims and / or seek any indemnity from the Court by virtue of such person having responded to this advert.

(d)     Applicants must be specific in their areas of specialization and interest.

 

Signed:

Abdulrahman Shuaibu

For: Chief Registrar

High Court of the FCT, Abuja

 

 

Tasks: The consultant will be expected to: (1) collectors on electronic data collection software a conduct daily quality control checks during data cc provide trouble-shooting support on software and 1 RTI will provide the consultant with in-person trail support regarding the software and hardware that v

Required qualifications: At least five years’ experi< support/IT helpdesk support. Experience with suj collection and data quality control preferred. The consul familiar with the use of electronic tablets, local configuration, and should have advanced skills in applications.

Individuals with previous and relevant experience shoi cover letter by Monday, Feb. 27 to: gtadysy(S)crea; award a single contract to a qualified consultant, right not to award any contract.

.•  * *

Individuals with previous and relevant experience cover letter by Monday, Feb. 27 to: award a single contract to right not to award ar

 

(iv).     Three Years’ compaVy Audited‘&r^l

over of less than Two Hundred Mnnnn’il  (<mpanies with annual turn-apply). °red Mll0n Naira (N200,000,000) need NOT to

(v).      Evince of Registration as a Contractor with the High Court of the FCT,

(vi).     Company profile with Curriculum Vitae of Directors

(vii).    Details of Equipment and Plants.

(viii).    Bank Reference Letter.

(ix).     Evidence of execution of similar contracts with the High Court or anv other

Government establishment (Letter or Certificate of Successful completion

must be attached), (x).      Evidence of pension contribution for employees as required under Section

19(6) of the Public Procurement Act. (xi).     Evidence of compliance with Industrial Training Fund (ITF) Amendment

Act 201 las applicable.

SUBMISSION OF PRE – QUALIFICATION DOCUMENTS

Pre-qualification document should be enclosed in sealed envelop marked “2013 PRE – QUALIFICATION” and must be returned to Tenders Board Secretariat, High Court of Justice Abuja, within two (2) weeks from the date of this publication, addressed to:

The Secretary, Tenders Board, High Court of the FCT, Maitama, Abuja, FCT. PLEASE NOTE:

(a)       All documents submitted will be subject to verification by the Court from relevant Agencies like CAC, FIRS, etc.

(b)       Late submission will be rejected.

(c)       This advertisement for “2013 Pre – qualification to tender” shall not be construed to be a Commitment on the part of the High Court of the FCT Abuja nor shall it entitle any person to make any claims and /

(i)        VaS Smcate of incorporation/Registration (ii).      Current Tax Clearance Certificate. (ifl).     Va G e

^o posses the following pre – qualification iu ^

annual turn-

RRT1

INTERNATIONAL

NIGERIA NO EDUCATION 1!

RTI International, through the Northern Nig Initiative (NEI) seeks a qualified Data Collection Su| to oversee data capture for an upcoming learnin Bauchi and Sokoto States. The work is expectei between April-July 2013 and to require approxim; labor.

Tasks: The consultant will be expected to: (1) collectors on electronic data collection software at conduct daily quality control checks during data co

provide trouble-shooting support on software and \ RTI will provide the consultant with in-person trair support regarding the software and hardware that v

Required qualifications: At least five years’ experii support/IT helpdesk support. Experience with suj collection and data quality control preferred. The consul familiar with the use of electronic tablets, local configuration, and should have advanced skills in applications.

 

The court will require the following goods and services: LOT (A)

1.0 Toyota Prado(Jeep).

1.1 Honda Civic 1.8 Ltrs.

1.2 Toyota Hilux4x 4 Double Cabin

1.3 Honda City.

1.4 Toyota Coaster.

1.5 Toyota Hiace.

1.6 Volkswagen Passat 1.8 Ltrs

LOT (B)REHABILITATION

2.0 Rehabilitation of Courts and offices.

LOT(C)

LOT(D)

3.0

3.1

4.0

4.1

PURCHASE OF OFFICE I

Purchase of Stationeries.

Printing of Judicial Forms, Probate Forms, Non-Security Documents

and other documents.

MAINTENANCE SERVICES

Maintenance of Motor Vehicles. Maintenance of Courts and Offices.

Invitation for Pre-Qualification at Federal Medical Centre

Federal Medical Centre

Murtala Mohammed Way

P.M.B 2121 Katsina, Katsina State

 

Invitation for Pre-Qualification

 

The Federal Medical Centre Katsina wishes to bring to the notice of interested competent and reputable Contractors, Suppliers that the Centre would carry out procurement of the under listed goods and works under its year 2013 capital projects.

 

  • Supply and installation of medical equipment
  • Construction works
  • Supply of Hospital Furniture/Equipment
  • Supply and installation of Electric Generator sets

 

Pre-qualification Requirement:

  • Certificate of incorporation/Business Registration
  • Current Tax Clearance Certificate for the last three (3) years
  • Value Added Tax Registration Certificate
  • Audited Account
  • Company Profile
  • Evidence of Registration with the Centre
  • Evidence of Financial Capability
  • Details of Technical Personnel
  • Evidence of Similar jobs executed
  • Evidence of Pencom Registration
  • Evidence of Registration with ITF

 

Submission of documents:

Contractors/Suppliers are expected to submit relevant documents on or before 22nd March, 2013 and clearly indicate area of interest with a non-refundable fee of N20, 000.00 to:

 

The Medical Director,

Federal Medical Centre,

Murtala Mohammed Way,

P.M.B2121,

Katsina,

Katsina State

 

Note:

The pre-qualification invitation shall not be construed to be a commitment on the part of Federal Medical Centre Katsina nor shall it entitle any Company to make any claim what so ever and or seek any indemnity from the Centre by virtue of such Company having responded to the advert. The Centre is not under any obligation to include your Company on the lists of its contractors.

 

Signed:

Medical Director