Invitation to Tender Printing of Books and Posters at The German International Cooperation (GIZ)

Invitation to Tender Printing of Books and Posters

 

The German International Cooperation (GIZ) intends to request tender for the printing of books and posters for one of its counterpart institutions.

 

The GIZ Office Abuja invites Tenderers to submit, free of charge, and without obligation on the part of GIZ, tender on the basis of the following terms and conditions. Non-conformity with all conditions mentioned could lead to the exclusion of the bid.

 

Tenders should be valid for a period of One (1) Month after the deadline of Tender submission.

Prices shall be fixed prices. Prices shall be free of VAT and other public charges. Prices shall be quoted in Naira only. All interested suppliers are required to submit a quotation in a sealed envelope, addressed to the GIZ (see address below).

 

 

                                Printing of Books and Posters
Item Description & Specifications

 

Quantity
1 Printing of training notebooks-stapled comprising

a. 52 Interior pages Monochrome (black/white), Double sided, DIN A4 80g/m2

b. Cover pages (front and back).

  • Quadrichrome (4 colours)
  • Brochure glossy 200g DIN A3.

Delivery in packages of 30 copies wrapped in transparent packing material

 

40, 000
2 Printing of training Workbooks-stapled comprising

a. 31 Interior pages Monochrome (black/white). Double sided, DIN A4 80g/m2

b. Cover pages (front and back)

  • Quadrichrome (4 colours)
  • Brochure glossy 200g DIN A3

Delivery in packages of 30 copies wrapped in transparent packing material

 

40,000
3 Sets of 24 of FBS training posters (i.e. 24,000 single posters)

Monochrome (black/white)

Single sided

70 g/m2

100 cm x 70 cm

Delivery sorted in sequence i.e. 1000 sets of posters

 

1,400
4 Pieces of FBS Certificates

200g/m2 quadrichrome

DIN A4

Single sided with serial numbers.

Delivery sorted according to serial numbers

 

30,000

 

Tenderers will be required to provide the following:

– Letters of interest / Company Profiles

– Quotation

– Some samples of recent high quality printing jobs

– 3 years FIRS Tax Clearance Certificate

– Certificate of incorporation With Corporate Affairs Commission

 

Tenderers will be shortlisted based on the submission of all required documents.

All Letters should be sealed and marked Printing of Books

Addressed to

GIZ Office Reception

4 Julius Nyerere Crescent

Asokoro, Abuja

Nigeria.

 

On or before 23rd October 2012 by 10:00 am.

 

Notice of invitation to Bid for Used Office and Household Equipment including Vehicles at Save the Children

Save the Children

Notice of invitation to Bid for Used Office and Household Equipment including Vehicles

 Inspection Date and Time:

Wednesday 24th October 2012 (9:00am – 4:00pm)

Venue for inspection:

Save the Children office, No 20 Buchanan

Crescent, off Aminu Kano Way,

Wuse 2 Abuja

 

Bidding Period:

24th – 25th October 2012

from 9:00am-4:00pm daily

26th October 2012 from 9:00am-12:00noon only.

Please note that Successful bidders are expected to pay for the item(s) won within 24hr of notification and item(s) evacuated same period. All items are being offered as seen. Save the Children cannot be held responsible for their Serviceability.

Signed Management     

This advert notice is valid for 1 week only from the date of the publication.

Invitation to Pre-Qualify For the Execution of 2012 Capital and Recurrent Voters Registry Projects at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation to Pre-Qualify For the Execution of 2012 Capital and Recurrent Voters Registry Projects

 

 

  1. A.   Introduction

The Independent National Electoral Commission invites interested, registered and reputable contractors with relevant experience and good track records to bid for any or all of the under-listed Projects.

 

Lot 1 Procurement of high end Primers for AKWA-IBOM
Lot 2 Procurement of high end Primers for BORNO
Lot 3 Procurement of high end Primers for DELTA
Lot 4 Procurement of high end Primers for EBONYI
Lot 5 Procurement of high end Primers for ENUGU
Lot 6 Procurement of high end Primers for GOMBE`
Lot 7 Procurement of high end Primers for IMO
Lot 8 Procurement of high end Primers for KADUNA
Lot 9 Procurement of high end Primers for KANO
Lot 10 Procurement of high end Primers for KATSINA
Lot 11 Procurement of high end Primers for LAGOS
Lot 12 Procurement of high end Primers for NASARAWA
Lot 13 Procurement of high end Primers for OYO
Lot 14 Procurement of high end Primers for PLATEAU
Lot 15 Procurement of high end Primers for YOBE
Lot 16 Procurement of high end Primers for HEAD QUARTERS
Lot 17 Procurement of maintenance Kits
Lot 18 Procurement of A4 paper
Lot 19 Procurement of A4 Size Envelopes
Lot 20 Procurement of General Consumables for continuous Voter Registration

 

 

 

B.   General Technical Requirements

Interested companies are required to submit the following documents:

  1. Evidence of registration with the Corporate Affairs Commission;
  2. 3 years Tax Clearance Certificate (2009 – 2011
  3. VAT registration and past remittances:
  4. Last three (3) years Company’s Audited Account (2009, 2010 and 2011)
  5. Submission of PENCOM’S certificate of compliance confirming   company’s   fulfillment   of   its   statutory obligation to the employees, with respect to Pension;
  6. Evidence of similar projects executed in the last three (3) years (letters of awards and completion certificates).
  7. Details of experience/technical qualification of  key personnel
  8. Evidence of legal capacity to enter into contract.
  9. Evidence of technical capability and equipment to be utilized for the project.
  10. Evidence of financial capability and banking support including annual turnover.
  11. Evidence of social responsibility.
  12. Evidence of compliance with local content policy
  13. Telephone (GSM) number(s) of the contractors/company’s representative(s)

 

General Information

(i)      For   further   enquiries,    interested    company representative should contact Director, Voter Registry, INEC Headquarters  Maitama District, Abuja  between the hours of 10.00am and 4 00pm daily from Monday to Friday during the period covered by this advertisement;

(ii)     The closing date for submission of the pre-qualification documents is Wednesday, 7th November, 2012 at 12.00 noon.

(iii)    The pre-qualification documents submitted on or before the closing date and lime shall be opened at the Commissions premises on Wednesday 7th November, 2012 at 1:00pm.

 

(iv)    Only Companies/firms that are successful from the pre-Qualification exercise will be contacted arid invited for financial bids.

 

D. SUBMISSION OF PRE-QUALIFICATION DOCUMENTS

All submissions must be delivered in four (1) no. neatly bound hard copy in a sealed envelope marked “Pre-Qualification for Procurement of the Items (One Lot) and addressed to The Secretary. Independent national Electoral Commission (INEC),

Plot 436 Zambezi Crescent,

Maitama,

Abuja.

 

Signed; ABDULLAHI A. KAUGAMA

Secretary to the Commission

 

Invitation for Expression of Interest at Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

Invitation for Expression of Interest

 

The Independent National Electoral Commission (INEC) in pursuance of its statutory’ functions and in compliance with Due Process requirements seeks to undertake the underlisted Insurance Policies.

To this end, the Commission invites:

(i)                Only registered and reputable Insurance Underwriting and Brokerage Firms to Express interest to provide cover and to manage its various insurance policies either as Underwriters or Brokers respectively

(ii)             Competent and reputable firms of Chartered Accountants, Management Consultants and Estates Valuers to express interest and tender to provide the consultancy services as contained in schedule below.

 

 

 

DESCRIPTION OF ASSIGNMENT

  1. A.   Insurance
S/N Classes of Insurance Lot No. Lot Descirption
1 Classes of Insurance Comprehensive Motor Vehicles Insurance.

 

A1.1

 

INEC Headquarters Vehicle fleet comprehensive motor Insurance Policy.

 

A1.2

 

INEC North East Zone Vehicle fleet comprehensive motor Insurance Policy.

 

A1.3

 

INEC North West Zone Vehicle fleet comprehensive motor Insurance Policy.

 

A1.4

 

INEC North Central Zone Vehicle fleet comprehensive motor Insurance Policy.

 

A1.5

 

INEC South East Zone Vehicle fleet comprehensive motor Insurance Policy.
A1.6

 

INEC South West Zone Vehicle fleet comprehensive motor Insurance Policy.
A1.7

 

INEC South South Zone Vehicle fleet comprehensive motor Insurance Policy.

 

2 INEC Career Officers Electoral hazard Insurance. A2.1

 

INEC North East, North West, and North Central zones including FCT offices staff Electoral Hazard Insurance Policy.

 

A2.2

 

INEC Headquarters, South East, South West and South-South Zonal offices staff Electoral Hazard Insurance Policy.

 

3 Marine Hall Insurance for INEC Engine Boats.

 

A3.1

 

Marine Hall Insurance for INEC Engine Boats.

 

4 INEC Property, Fire & Burglary Insurance for office Buildings and their Content, and Commissioners quarters of more than two floor under construction. A4.1

 

INEC Headquarters Property, Fire & Burglary Insurance.

 

A4.2

INEC North East Zone Property, Fire & Burglary Insurance.

 

A4.3

INEC North West Zone Property, Fire & Burglary Insurance.
A4.4

INEC North Central Zone Property, Fire & Burglary Insurance.
A4.5

INEC South East Zone Property, Fire & Burglary Insurance.

 

A4.6 INEC South West Zone Property, Fire & Burglary Insurance.
A4.7 INEC South-South Zone Property, Fire & Burglary Insurance.
5 INEC Company-All-Risk Insurance for ICT Equipment/ Facilities A5.1 INEC Headquarters ICT Equipment/ Facilities Computer-All-Risk Policy
A5.2 INEC North East ICT Equipment/Facilities Computer-All-Risk Policy.

 

A5.3 INEC North West Zone ICT Equipment/Facilities Computer-All-Risk Policy.

 

A5.4 INEC North Central Zone ICT Equipment/ Facilities Computer-All-Risk Policy.

 

A5.5 INEC South East Zone ICT Equipment/ Facilities Computer-All-Risk Policy.

 

A5.6 INEC South West Zone ICT Equipment/ Facilities Computer-All-Risk Policy.

 

A5.7 INEC South-South Zone ICT Equipment/Facilities Computer-All-Risk Policy.

 

6 INEC Material-In-Transit Insurance A6.1 INEC materials – in – Transit Insurance Policy.

 

 

Requirement for Expression of Interest

A. Insurance   

General Requirement: The Company’s Profiles highlighting the following:

(i)                Evidence of registration with the Corporate Affairs Commission.

(ii)             CTC of evidence of registration by the National Insurance Commission (NAICOM).

(iii)           Audited Accounts for the immediate past three years.

(iv)           CTC of Tax Clearance Certificate or acceptable evidence of up-to-date payment of company tax for the last three years.

(v)             Evidence of Returns i.e. an Update of Annual Returns to the Corporate Affairs Commission/NAICOM, and current licence by NAICOM.

(vi)           Evidence of Registration and remittance of both employer and employees Pension Contributions and other social security provisions on behalf of the employees of the company, such as Pension’s Certificate of compliance etc.

(vii)        Details of experiences and technical qualifications of key personnel.

(viii)      Evidence of Financial capacity and Banking Support

(ix)           List of verifiable evidence of similar poi managed.

(x)             Evidence of VAT registration and remittance of all taxes.

(xi)           Evidence of payment of the N 10,000.00 (Ten thousand Naira) only non- refundable processing fee.

(xii)        Telephone (GSM) Numbers of the firm/consultants representatives.

(xiii)      A statement of Declaration or Affidavit attesting to the fact that None of the company’s or firms Directors/principal officers has ever been convicted for any criminal offences/Confirmation of Legal Capacity to enter contract.

(xiv)      Evidence   of   Social   Responsibility/Community Development and Local Content Policy compliance.

 

 

2.       In addition to the above, underwriters are also expected to submit the following:

(i)      Evidence of valid reinsurance treaty arrangements.

(ii)     Identification of available extensions and exemptions

 

Applicable to each cover.

(i)      Time within which the policy and all other documents evidencing the contract shall be issued.

(ii)     Claims reporting procedure and documentation in each cover in respect of each over

iii)     Time limit within which claims shall be processed and paid.

iv)     Guarantee/remedy against failure to settle claims as indicated.

v)      Other incidental services that shall be rendered to the Commission by the company under the contract of insurance.

vi)     Any other submission that will attest to the company’s reputation and capability to efficiently handle and manage the covers it is expressing interest in.

 

3.       In addition to (1) above, Brokers are also expected to submit the following;

(i)    Evidence of Professional Indemnity Insurance cover from a duly registered insurance company.

(ii) Evidence of current membership of the Nigerian Council of Registered Insurance Brokers (NCRIB).

(iii)           Evidence that at least a key Member of staff is an Assort Member of the (NCRIB).

(iv)           Any other submission that may assist the Commission in assessing the Broker’s capability to manage the insurant is expressing interest in.

 

  1. Consultancy
S/N Nature of Consultancy Lot No. Lot Description
1. Special Audit and Recovery of Bank Excess charges, Wrong Debits, Uncredited lodgement and under payment of interest income on INEC Operational/ Dormant Accounts as well as Recovery of Trapped Bank Deposits.

 

B1.1 Special Audit and Recovery of Excess Bank charges, Wrong Debits, uncredited lodgement and under payment of interest income on INEC Operational Active/ Dormant Bank Accounts.

 

B1.2 Special Audit and Recovery of Excess Bank Charges, Wrong Debits, Uncredited Lodgement and Under Payment of Interest Income on INEC Special Services Bank Accounts.

 

B1.3 Special Audit and Recovery of INEC Trapped Deposits in Banks.
2 Fixed Assets Inventory/Evaluation and development of Fixed Assets Register. B2.1 Inventory and Evaluation of Motor vehicles office equipments office fittings and furnitures, plant and Machineries, ICT facilities and Equipment of the Commission nationwide

 

B2.2 Inventory and evaluation of Land and Buildings to report on the valuation of Land separately from the Buildings.

 

B2.3 Development and set up of fixed Assets Register (Manual/Computerised) for the Commission wide offices and separate fixed registers for INEC Headquarters and each of the INEC States and FCT, Abuja offices

 

 

 

Bl. General Requirement:

The company/firms profile high lightings in details the following:

(i)                Evidence of registration with Corporate Affairs Commission.

(ii)             Immediate past three years Audited Accounts of the firm/company.

(iii)           Immediate past three years tax clearance of either firms and/or the principal partners or proprietors.

(iv)           Evidence of financial capability and Banking support.

(v)             Details of Experience/Technical qualification of key personnel.

(vi)           List and evidence of similar projects executed and knowledge of the industry.

(vii)        List and evidence of equipment and Technical capability to be utilized for the project.

(viii)      Evidence of VAT registration and remittance of all taxes, registration and remittances on contributory pension scheme, i.e. an up to date payment of both employers and employees’ contributions, and other social security provisions on behalf of the employees of the company such as Pencom compliance letter etc.

(ix)           Telephones (GSM) number(s) of the firms/consultants representatives.

(x)             A statement of Declaration or Affidavit attesting to the fact that None of the company’s or firms Directors Principal Officers has ever been convicted for aim offences/Confirmation of Legal Capacity to enter contract

(xi)           Evidence of Social Responsibility/Community Development and Local Content policy compliance

 

B2. Technical Bid requirement:

The technical proposal should include:

(i)                The methodology to be adopted to achieved target objectives or term of reference for each lot of contract assignment applied for.

(ii)             Sample copies of reports and accreditation for similar assignment executed for organizations in the Nigerian Public Sector.

(iii)           Suggested improvement on the scope and terms of reference stated for each lot of contract assignment.

(iv)           Expected responsibilities and obligations of the Commission towards the execution of the bidded assignments.

(v)             The duration for completion of the bidded assignment from the date of award of contract.

(vi)           Any other submission that will attest to the firm’s reputation, social responsibility, and capability to officially handle the consultancy assignments.

 

B3.    Financial Bid Requirements:

The financial cost proposal for the execution of each lot of the bidded assignment should state:

(i)                The fees and reimbursable expenses proposed for the execution of the assignment.

(ii)             The bid validity period for the proposed fees and expenses.

(iii)           The payment plan and terms of payment for the assignment.

 

 

B4.    Terms of Reference:

B4.1   Special Audit

(i)                Examine and review all credits and debits to bank statement on Commission’s operational bank Accounts with a view to ascertaining their correctness and justification.

(ii)             Determine excess and improper charges on the Commission Bank Accounts, non-payment and under payment of interest on account.

(iii)           Prepare schedule of excess charges, wrong debits, uncredited lodgements non-payment and underpayment of interest income and to follow-up on the erring banks for such recovery to the Commission.

(iv)           Expose counterpart Commission staff on various verification/monitoring strategies to prevent future losses to the Commission by such lapses.

(v)             Carry out such other assignment that may be and expedient to the project.

 

B4.2  Fixed Assets Inventory

(i)                Take an inventory of all fixed Assets in the Commission offices nationwide.

(ii)             Evaluate the fixed Assets to ascertain physical conditions in relation to serviceability and obsolescence.

(iii)           Determine the monitary value of the Fixed Assets in line with Generally acceptable Accounting principles (GAAPs).

(iv)           Classified the Fixed Assets into appropriate categories in line with the Commission’s Financial Statements’ structure.

(v)             Generate a tabulation of the Commission Fixed Assets to serve as data for the Fixed Asset Registers for the various self Accounting Units of the Commission.

(vi)           Develop and set up the Fixed Assets Registers.

(vii)        Train Staff of the Commission on the Continuous up date and Maintenance of the Fixed Assets Registers.

(viii)      Carry out such other assignment that may be considered incidental and expedient to the project.

 

 

General Information:

(i)                All tender must be accompanied with a non-refundable processing fee of N10.000.00 (Ten thousand Naira) only.

(ii)             For additional Information, you may contact:

Director, Finance & Accounts for Category A

Director, Internal Audit for Category B

(iii)           The closing date for submission of the Tender shall be 19th November, 2012 at 12.00noon.

(iv)           The technical bid opening ceremony will be taking place same date (19th November 2012) from 12.05pm. All bidders are invited to witness the Technical Bid Opening accordingly.

(v)             Only firms that technically responsive will be contacted after evaluation of technical bid and invited for opening of financial bid and further discussion.

 

 

Submission:

All submission from bidders should be made as follows:

(i)                Two copies of neatly bound expression of interest bid are to be submitted in an envelope marked at its top: “Insurance or Consultancy assignments” (Indicating the Lot No applied for).

(ii)             Two copies of neatly bound financial proposal in another envelope marked at its top: “Consultancy assignments Financial Bid” (Indicating the Lot No applied for) to be deposited in the Commission’s Tamper Proof Bids box designated for Insurance or Consultancy assignment.

(iii)           The name and address of bidders should be clearly printed at the sender’s address side of the proposal envelopes.

(iv)           All envelopes should be sealed, addressed and submitted

 

The Secretary

INEC Headquarters

Plot 436, Zambezi Crescent,

Maitama A5. PMB0184

Abuja.

Invitation for Tender – MYTO 2012 at Power Holding Company of Nigeria Plc.

Power Holding Company of Nigeria Plc.

Kano Electricity Distribution Plc

 

Invitation for Tender – MYTO 2012

 

Introduction

In line with Federal Government’s desire to further enhance Electricity supply in the Country, Management of Kano Electricity Distribution Company intends to execute some projects and hereby invites interested, competent and reliable Companies to bid for the execution of the under listed projects.

 

LOT MY 01: Rehabilitation of Bichi 33KV leg, from Bichi Town to Gidan Mutum Daya (R-L = 50km)
LOT MY 02: Replacement of obsolete switchgear at club and Briscoe 3x 15MVA, 33/11kv Injection Substation. i.e. Supply of

–    4No 33KV out door breaker

–    4NoTransfonner Control Panel.

LOT MY 03:

 

Rehabilitation of Distribution Substations. – Procurement of Transformer Oil
LOT MY 04:

 

Maintenance of Distribution Network- Procurement of 10.06 RC poles and 8.56m RC poles

 

LOT MY 05:

 

Maintenance of Distribution Network.- Procurement of 150mm- Aluminium Conductor AAC
LOT MY 06:

 

Maintenance of Distribution Network – Procurement of 33Kv Silicon J&P ‘D’ Fuse Complete (set)
LOT MY 07:

 

Maintenance of Distribution Network -Procurement of 500mm= x 1 core LT cable and 300mm=sx 1 core LT cable.

 

LOT MY 08:

 

Maintenance of Distribution Network – Procurement of 1 50mm= x 4 core LT cable

 

LOT MY 09:

 

Maintenance of Distribution Network – Procurement of 33KV fiber cross-arm and 11KV fiber cross arm.
LOT MY 10:

 

Maintenance of Distribution Network – Procurement of Line post and Long Rod Silicon Insulators

 

 

 

 

Tender Requirements

The following Tender documents are required:

  1. Photocopy of Certificate of Incorporation/Business Registration in Nigeria.
  2. Photocopy of Current Company Tax Clearance Certificate for the last three (3) years. (2009, 2010 and 2011)
  3. Photocopy of Value Added Tax (VAT) Registration Certificate and evidence of VAT remittances.
  4. Evidence of compliance with the Federal Government Pension Reform Act.
  5. Evidence of Compliance with Industrial Training Fund Act
  6. Evidence of financial capacity   from a recognized bank (Including bank Statement).
  7. Verifiable evidence of similar jobs executed in the past.
  8. Signing and stamping of each page of the Bid Document.
  9. Payment for Bid Documents.

 

 

Important Information

  1.        i.            Non-Compliance with the conditions would lead to disqualification of submitted bids.
  2.      ii.            All other conditions are indicated in the Tender Documents
  3.   iii.            Tender documents MUST be arranged in the order listed in bid document. Submissions could also be disregarded for failure to comply with this instruction.
  4.   iv.            Any  Company that  submits  fake  documents  shall  be disqualified. Authenticity of documents submitted will be reviewed with relevant authorities.
  5.      v.            Bidders should accompany every bid with a disclosure whether any officer of Kano Electricity Distribution Company ‘ is a former or present Director, Shareholder or has any peculiar interest in the Company.
  6.   vi.            Contractors with  history of abandoned projects/ lack of capacity need not to apply.
  7. Only correctly addressed bids will be opened.
  8. A person duly authorized to sign on behalf of the company must sign every page of all submitted documents. Evidence of such authorization in a written form should be attached and shall form part of the eligibility criteria.

 

Closing Date

 

Interested Applicants should collect Bid Documents on payment of non-refundable fee of N50, 000.00 and submit two (2) copies each of the Tender documents (Technical and Financial) in separate sealed, envelopes and both of them in another sealed envelope, boldly marked “TENDER FOR 2012 MYTO PROJECTS” and the LOT number This must be delivered by hand or registered mail to reach the undersigned on or before 12.00 noon on Monday 26th November 2012.

 

The Chief Executive Officer,

Power Holding Company of Nigeria

Kano Electricity Distribution Company,

1 Niger Street, Kano.

(Attn: PM Procurement)

 

Payments are to be made into the following account: –

Account Name:       PHCN, Kano Electricity Distribution Bid Account

Account Number:   1012255462

Bank: Zenith Bank PLC, Hotoro Branch, Maiduguri

Rd, Kano

 

IMPORTANT INFORMATION

1.       The Technical Bid documents submitted will be opened on Tuesday 27th November 2012.by 10.00am at Kano Electricity Distribution Company’s Conference Room.

2.       Only Companies that passed the Technical Evaluation will have their Financial Bid Documents opened at a later date.

3.       Kano Electricity Distribution Company shall not enter into any correspondence with any unsuccessful Company.

4.       All prospective bidders are to adhere strictly to the terms and condition of this advert and bid document in order to avoid disqualification.

 

This advert shall not be construed to be a commitment on the part of Kano Electricity Distribution Company nor shall it entail the Company to make any claim(s) whatsoever and/or to seek any indemnity from Kano Electricity Distribution Company by virtue of such Company having responded to this Advertisement.

 

For further enquiries, please contact

PM Procurement,

Power Holding Company of Nigeria, Kano Electricity Distribution Company, Niger Street, Kano.

08037036130, 08097101578

or phcnkanoprocurement@yahoo.com

 

SIGN

MANAGEMENT

KANO ELECTRICITY DISTRIBUTION COMPANY.