Invitation for Bids (IFB) at Lagos State Government

Lagos State Government

 

Invitation for Bids (IFB)

 

Lagos Metropolitan Development and Governance Project (LMDGP)

 

Credit NO. 4219-ONI

 

Procurement and Installation of Record/Archival Management Equipment for Lagos State Records and Archives Bureau

 

IFB No: LMDGP/NCB/G-001/13

 

1.       This invitation for bids follows the General Procurement Notice (GPN) for the above project that appeared in the dg Market web site issue No. 1688882 of 20th May, 2007.

 

2.       The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Lagos Metropolitan Development and Governance Project (LMDGP) and intends to apply part of the funds to cover eligible payments under the contract for the procurement and installation of Records/Archives Management equipment for Lagos State Records and Archives Bureau (LASRAB).

 

3.       The LMDGP’s assistance to the Bureau was based on poor public service records management culture together with the ravaging impacts of urbanization and the absence of social memory in the state prior to the establishment of LASRAB. The situation has seen varying degrees of records decay in public establishments such that old files and important records e.g. physical plans, Government Whites, etc. are either lost, endangered or destroyed.

 

4.       In order to reverse the above situation, the Lagos State Government since 1999 has undertaken various initiatives to upgrade Public Service institutional capacity for records management while the information sector is continually being reformed and upgraded to communicate the change and drive the process. One of such initiatives is the creation of the Lagos State Records and Archives Bureau (LASRAB) which was established as an information and quasi-knowledge management agency to further good governance, heritage preservation, planning efforts and Lagos brand projection (marketing, tourism and informational value) for effective and efficient delivery of public goods.

Lagos Metropolitan Development and Governance Project (LMDGP) now invites sealed bids from eligible bidders for the supply of Record Management Equipment to upgrade the institutional capacity of the Lagos State Records and Archives Bureau (LASRAB) through the procurement of Records/Archival Management equipment for the Bureau.

 

Lot Description

 

Rooms/Items

 

Quantity

 

Delivery Period

 

Bid Security

 

1 Procurement and Installation of a Mobile Shelving System for the Lagos Slate Records and Archives Bureau (LASRAB)

 

6 Rooms

 

84 double mobile units

 

 

12 single static units

 

 

 

 

 

 

 

90 Days

 

 

 

 

 

 

NGN4,680, 000.00 or USD30,000 (In Bank Guarantee or Bank Draft)

 

2 Procurement of Mobile Shelving Accessories for the Lagos State Records and Archives Bureau (LASRAB)

 

Archive Boxes

 

6000 units

 

Lever Files

 

6000 units

 

Steel Ladder

 

2 units
4 -Wheel Trolley

 

4 units
2- Wheel Trolley

 

2 units
ADLIB Software

 

10 users

 

 

 

 

6.       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, May 2004 and is open to all bidders from eligible source countries as defined in the Guidelines.

7.       Interested eligible bidders may obtain further information from the office of the Project Director, Lagos Metropolitan Development and Governance Project (LMDGP) and inspect the bidding documents at the address given below from 8.30am to 5.30 p.m. Mondays through Fridays.

 

8.       Qualification Requirements includes:

a.       Evidence of relevant experience in the supply and installation of similar goods in the last 5 years supported with letters of awarded contracts and letters of completion by at least three reputable organizations in Nigeria.

b.       A representative or distributor of a parent manufacturer of similar goods

c.       Audited financial statement for the last 3 years to demonstrate the financial capability of the bidder in terms of profitability and adequate working capital.

d.       Additional details on qualification that will be provided in the bidding document.

 

9.       A complete set of bidding documents in English Language 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 N20, 00.0.00 (Twenty Thousand Naira only) or 125 USD. The method of payment will be by Bank Draft made payable to Lagos Metropolitan Development and Governance Project (LMDGP). The bidding document will be collected by bidder’s Representative or sent by courier services on request (The bidder pays for the courier services).

 

10.     Bids must be sealed and delivered to the address below on or before, Wednesday, February 61h, 2013 at 11.00 a.m. All bids must be accompanied with a bid security as stated above. The bid security shall be in the form of a bank guarantee, or cashier’s cheque issued by a reputable bank. Late bids will be rejected. Electronic bidding will not be permitted. Bids will be opened in the presence of the bidder’s representatives, who choose to attend at the address below at 11.00 a.m. on February 6th, 2013.

 

 

The address referred to above is:

Lagos Metropolitan Development and Governance Project (LMDGP)

Plot 1 Wempco Road,

Off Lateef Jakande/ Agidingbi Road

Ogba, Ikeja, Lagos.

 

Tel: 01-8976433, 7390259

E-Mail: info@lmdgp.org.ng

 

Signed

Dayo Oguntunde

Project Director

 

 

Invitation to Prequalify and Tender for the Construction of the Proposed Minna City Centre Tower at Ministry Of Works and Infrastructural Development, Minna

Niger State Government

Ministry Of Works and Infrastructural Development

Block E, Abdulkareem Lafene Secretariat Minna.

 

Invitation to Prequalify and Tender for the Construction of the Proposed Minna City Centre Tower

 

Introduction

In line with the Niger State Government’s vision of attaining the status of being among the three best economies in Nigeria by the year 2020, the State Government is desirous of construction a tower referred to herein as Minna City Centre Tower, located at the proposed Minna City Centre along Paiko Road, by Mobil Round About Minna, Niger State.  In pursuit of its urban renewal programme, the State Government is envisaging a re-development that will take advantage of the City Centre of the State Capital Minna with a tower and adjoining befitting shopping arcade or mall for which designs and architectural conceptualization have been completed.

Accordingly, Niger State Government is inviting reputable and competent bidders that are experienced in tower construction to bid for the construction of proposed Minna City Centre Tower.

 

2.0           Project Description

 

2 .1   General Design Concept

The proposed Minna City Tower is conceived within the Local “Calabash and Ludayi” concept housing communal facilities at the lower levels and observatories and restaurant along the tower section which rises up to 70 meters above ground level.

 

2.2     Design Responsibility

Within the provision of the contract for this project and as stipulated in the contract conditions, the successful bidder shall be required to provide detailed designs of structural and engineering service of the tower in line with outline design and specification given by the consultants referred in the contract conditions.

 

2.3           Construction

The work includes the construction of the Minna City Centre Tower consisting of concrete and steel structural frames, main central core in concrete and steel elements on raft and pile foundation, both lower and tower sections constructed in precast concrete and structural steel skeleton covered in Alucobond cladding.  The observatories and restaurants are to be cladding in clear sheet glaring. The work also comprises vertical transportation and ventilating systems, mechanical and plumbing installations, communication and fire fighting installation amongst others.

 

3.0           Bid Requirements

All bidders are expected to be Local/International firms with proven track record in tower construction works.

 

3.1    Pre-qualification Requirements

In order to pre-qualify, prospective firms must supply the following information.

i.            Proof of registration with Niger State Public Procurement Board (NSPPB):

ii.            Company profile containing contract person, telephone number and e-mail address.

iii.            Copy of CAC registration certificate

iv.            Evidence of three years tax clearance

v.            Evidence of three years audited account.

 

 

3.2           Technical & Financial Bid Requirements

i.            Track record of successful investment in construction and redevelopment.

ii.            Evidence of financial capability from a reputable bank.

iii.            Brochure showing tasks accomplished in relevant sectors.

iv.            Composition and profile of management team showing qualification and years of experience in construction/ hospitality industries;

v.            Schematic drawings of proposed construction with proposed period of development:

vi.            Work Plan and Methodology for undertaking the assignment;

  1. Evidence of previous work done.
  2. A non-refundable bank draft  of tender fees of  five Hundred Thousand Naira only, payable to Niger State Ministry  of Works  and Infrastructure Development;

ix.            Completed bidding document and

x.            Any other additional information that may enhance the bidding process

 

3.3           Bid Security

A refundable bid security amount of One Million naira (1,000,000.00) only shall be provided.

 

4.0           Bidding Document Collection & Submission

 

4.1    Collection

The Interested firms are requested to collect complete set of bidding documents from the office of the Director Public Building, Ministry of Works & Infrastructural Development, Block E, Abdulkareem Lafene Secretariat Complex, P.M.B 60, Minna, Niger State.

 

4.2    Submission

The Financial and financial bid proposals must be prepared as separate documents as provided for in the Instruction to Bidders. The technical and financial proposals must be SEPARATELY packaged in sealed envelopes, clearly marked as, “Financial” and “Technical” as appropriate and put together in a SINGLE (bigger) envelope which should be marked “TENDER FOR THE PROPOSED MINNA CITY CENTER TOWER” All bids should be submitted not later than 19th February, 2013 at the conference hall of the Ministry of Works & Infrastructural Development in the presence of bidders and/or their representatives by 10:00am

All bids to be addressed and submitted to the office of the Permanent Secretary Ministry or Works and Infrastructural Development, Block E, Abdulkareem Lafene Secretariat, Minna, Niger State

 

Signed

Permanent Secretary

Ministry of Works and Infrastructural Development

State Secretariat,

Minna, Niger State

 

Tender Notice at Boripe Local Government

Boripe Local Government

P.M.B. 2001, Iragbiji

 

Tender Notice

 

Tenders are hereby invited from qualified contractors

For:

(a) Asphaltic Outlay of Alawode/Chief of Staff Road in Iragbiji Community of Boripe Local Government Area, Osun State.

(b) Asphaltic Outlay of Oluokun/Hon Osuolale Bello Street in Iree Community of Boripe Local Government Area, Osun State.

 

 

All interested contractors are required to submit the under listed items for pre-qualification for the execution of the jobs.

  1. Evidence of Registration with the Corporate Affairs Commission (CAC)
  2. Evidence of Registration with the State Government of Osun State
  3. copies of Clearance Certificate (Company Income Tax from the Federal Inland Revenue Services (FIRS)
  4. Bank Reference
  5. Evidence of Technical Competence
  6. Profile of the Company including names, qualification and experiences of the company’s staff.
  7. Evidence of current registration with Boripe Local Government as a  registered contractor(s)

 

In addition to pre-qualification requirements, interested companies may liaise with the Director of works of the Local Government.

 

Completed Application should be submitted in sealed and waxed enveloped and addressed to:

The Executive Secretary

Boripe Local Government,

P.M.B. 2001, Iragbiji, Osun State, Nigeria 

 

 

Please, note that all pre-qualification applications are to be delivered not later than 22nd January, 2013

 

Dr. Akinbode Martins Alli,

Head of Local Govt. Administration,

Boripe Local Government,

P.M.B. 2001, Iragbiji, Osun State, Nigeria

 

 

Invitation for Registration as Private Refuse Contractor with Osun Waste Management Agency (OWMA) at Ministry of Environment and Sanitation, Osun Waste Management Agency, Osogbo

Government of the State of Osun

Office of the Special Adviser

Ministry of Environment and Sanitation

Osun Waste Management Agency, Osogbo

 

Invitation for Registration as Private Refuse Contractor with Osun Waste Management Agency (OWMA)

 

In line with the six point integral Action Plan of the current

Administration in the State of Osun especially on “Restoration of Healthy

Living” and the O’CLEAN-Plus initiative of the Government, interested members of the public are hereby invited to obtain Registration form to express their interest to practice as a Private Refuse Collector with Osun Waste Management Agency (OWMA) through the Public Private Partnership Initiative of the Government on environmental management.

 

ELIGIBILITY:

1.       Applicants are to accompany their forms with the following documents

  1.        i.            Application fee of N50,000,00 (Non refundable);
  2.      ii.            Evidence of registration with Corporate Affairs Commission:
  3.   iii.            Evidence of Registration of Business premises with all relevant Agencies of State of Osun:
  4.   iv.            Three (3) years Tax Clearance;
  5.      v.            Company Profile – containing information on Staff disposition, capacity for prompt evacuation of waste and 3 years audited account:
  6.   vi.            Reference Letter from Bank affirming Company’s financial standing;
  7. Letter of Recommendation from the respective Local Government (Local Government are to note that they can only recommend within the limit of their quota.
  8. Registration forms arc obtainable at the Office of General Manager, Osun Waste Management Agency, opposite SUBEB Junction, Obongan – Ibadan road, Osogbo,

 

2.       SUBMISSION:

All applications with attached document should reach the office of the General Manager, Osun Waste Management Agency on or before Monday, 14 January, 2013.

 

 

3.       SELECTION:

Screening and selection of applicants shall be on MERIT and successful Applicants shall be duly notified OWMA’s decision shall be final on the matter.

 

Hon. Bola Ilori

Special Adviser Environment & Sanitation

Invitation for Pre-qualification at Federal Medical Centre, Bida

Federal Medical Centre, Bida

Invitation for Pre-qualification

1:0     The Federal Government of Nigeria has the intension of executing the under listed Capital Projects in the year 2013 in the Federal Medical Centre, Bida.

Consequently, the Centre invite competent and reputable firms with expertise for the execution of the projects below to submit Document for Prequalification:

 

1.       Rehabilitation/Expansion of Clinics and Wards at the Out Post Centres (Zungeru and Gawu Babangida).

 

2.       Supply of Medical Equipment.

 

3.       Supply and Installation of Intensive Care and Dialysis Equipment.

 

2.0     Technical Bid Documents should be submitted at the Procurement Unit of the Centre along with the evidence of payment of a non refundable processing fee of Ten Thousand Naira (N10, 000.00). The method of payment will be by Bank Draft payable to Federal Medical Centre, Bida.

 

3.0     Technical Bid Documents MUST be submitted in a sealed envelope clearly marked “Technical Bid” at the top right hand corner of the envelope and the Company contact details on the reverse side. All unmarked bids will be rejected.

 

3.1     All envelopes for the Technical Bid must contain the following documents:

 

  1. Comprehensive Company Profile indicating Managerial, Structural, Technical and Operational Capabilities.
  2. Evidence of valid Certificate of Registration with Corporate Affair Commission (CAC)
  3. Company Audited Account for the last 3 successive years (2009, 2010, 2011)
  4. Evidence of Tax Clearance Certificate for the last 3 successive years (2009, 2010, 2011)
  5. Evidence of VAT Registration and VAT Remittances
  6. Evidence of Financial Capability and  or Banking Support
  7. List of similar projects previously undertaken
  8. Verifiable evidence of availability of appropriate manpower, machinery and equipment (for Rehabilitation Works)
  9. Confirmation of Tender Validity Period of at least 120 days from the date of Bid opening
  10. Evidence of Employees Open Retirement Savings Account (RSA) with a Pension Administrator of their choice
  11. Evidence of Remittance for both Employee and Employee Pension Contribution to the appropriate Pension not later than 7 days from the date of payment of salaries
  12. Evidence of transfer of all Pension Funds and Assets prior to the commencement of the Pension Reform Act to licensed Pension Operators
  13. Any other additional information/document that will enhance the Company’s application

3.2     Only Bidders who qualify from the Technical Bid assessment will be invited for the next stage for the collection of Financial Bid Documents. They shall be invited for that not later than 21st January, 2013, 21 days from the Technical Bids opening day.

 

3.3     Submission of the Technical, and later Financial, Bid Documents is not a contractual agreement between any Company and Federal Medical Centre, Bida. Only Companies that are successful at both the Technical and Financial bidding sessions will be contacted for further processes.

 

Return of Bids:

 

4.0     All Technical and Financial Bids Documents shall be submitted in wax sealed envelopes

 

4.1     All sealed envelopes must have the Company’s Name, Address and contact Phone number clearly written at the second side of the envelope and addressed to:

 

The Medical Director,

Federal Medical Centre,

P. M. B. 14, Bida,

Niger State

 

4.2     All bids shall be delivered into the appropriate Bid Boxes on or before 12.00 noon on 14/02/2013 at

 

Procurement Unit,

Medical Director’s Office,

Federal Medical Centre,

Bida

NB:

  1. Documents submitted late will be rejected
  2. Documents must be submitted physically, not by post or electronic transfer
  3. Bid Documents submitted in any other location/address other than the one given above will become invalid.

 

Opening of Bids

 

5.0     Technical Bid Documents will be opened in the presence of the Companies representatives who choose to attend in person in the Conference Hall of the Federal Medical Centre, Bida at 2.00 pm on 14/02/2013.

 

Interested eligible bidders may obtain further information from the Procurement Unit, Medical Directors’ Office, Federal Medical Centre, Bida from 9:00am to 4:00pm, Monday to Friday.

 

Signed

Secretary, Tenders Board

For: Medical Director