Invitation for Bids (IFB) at Federal Ministry of Education Science and Technology Education Post Basic (STEP-B)

Federal Government of Nigeria

Federal Ministry of Education

Science and Technology Education Post Basic (STEP-B)

Credit No: 4304 UNI

Supply of Laboratory Equipment and Wares

IFB No STEP-B/ACE/GDS/NCB/02

Issue Date: 24th August, 2012

 

Invitation for Bids (IFB)

 

  1. This invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007 and two (2) National Dailies of the same date.

 

  1. The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the of Supply Laboratory Equipment and Wares

 

  1. Adeyemi College of Education, Ondo, Science and Technology Education Post-Basic Project (STEP-B Project), now invites sealed bids from eligible and qualified bidders for the supply of Laboratory Equipment under the following lots:

 

Lot No. Description Qty

 

Delivery Period Bid      Validity Bid  Security Delivery   Location
1 Supply of         Laboratory Equipment

 

31 60 days 90 days At least, 2.5% of  bid price ACE Ondo

 

2 Supply of       Lab wares Various 60 days 90 days At least, 2.5% of  bid price ACE Ondo

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB), aprocedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all bidders from eligible source countries as defined in the guidelines.

5.       Interested eligible bidders may obtain further information from the Project Manager, STEP-B Project Office, Adeyemi College of Education, Ondo, Ondo State, Nigeria, and inspect the bidding documents at the address given below, between the hours of 9.00 am to 4.00 pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for equipment not produced by the company.

 

 

A margin of preference for certain goods manufactured domestically shall not be applied, additional details are provided in the Bidding Documents.

 

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 (Ten Thousand Naira) only,

 

7.       The method of payment will be Bank Draft in favour of STEP-B Project, Adeyemi College of Education, Ondo, Ondo State, Nigeria. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost.

 

 

8.       Bids must be delivered to the address below on or before 12.00 noon local time on Thursday, 20th September, 2012. Electronic bidding will 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 Thursday, 20th September, 2012 at 12.00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of the bid price in local currency or an equivalent amount in a freely convertible currency.

 

9   The address referred to above is:

 

THE PROJECT MANAGER,

Science and Technology Education Post-Basic (STEP-B) Project Office,

Adeyemi College of Education, P.M.B. 520, Ondo, Ondo State, Nigeria.

E-mail: acestepb@yahoo.com

Tel: +234(0)8035800717; +234(0)8029740217

 

Signed:

Project Manager

INVITATION TO TENDER AT Ministry Of Petroleum Resources

Ministry Of Petroleum Resources

INVITATION TO TENDER

  1. Introduction

The Ministry of Petroleum Resources is desirous of implementing the 2012 Budget and therefore invites interested, competent and reputable companies to bid for the under listed 2012 Capital Projects in compliance with the Public Procurement Act of 2007.

 

B    Project Description:

 

Lot Project
1 Renovation and furnishing of staff offices at NNPC Towers and Gas Aggregator

 

2 Upgrade of No. I2A, Bishop Kale, Lagos.

 

3 Construction of National Laboratory in Owerri

 

4 Gas Flaredown Monitoring Facilities and Services

 

5 Pilot Project on Novel Oil and Gas Exploration, Technology

 

6 Implementation of Trucking Policy

 

7 Library Development and Automation; Procurement of Law Books

 

8 Implementation of Petroleum Industry Bill ( PI B)( Awareness Campaign)

 

9 Implementation of Gas Master Plan

 

10 Bilateral and Multilateral Economic Cooperation in Oil and Gas under the Millennium Development Goals (MDGs)

 

11 Assessment and Documentation of all Oil Spill Sites in the Nine (9) States of the Niger Delta

 

12 Facilities and Equipment for Capacity Development

 

13 Economic Investigation and Consultancy Services for Statistical Data Development and Database

 

14 Evaluation of Hydrocarbon Line Loss

 

15 Evaluation/ Review of Domestic Gas Pricing Model Establishment of Vapour Pressure for Commercial Natural Gas Liquids

 

16 Crude Oil and Gas Equipment Upgrade

 

17 Actualizing and Implementing E-government for progress and Procedures in the Petroleum Sector

 

 

18.     E-Design AMT on Real Time Pipeline System Auditing – Government – Schools – Industry Collaboration

 

 

C. Project Management

 

Lot Project
1 Establishment of the National Data Repository (NDR)

 

2 Establishment of National Production Monitoring System (NPMS)

 

3 Gas Royalty Reconciliation

 

4 Obiafu – obrikom – Owerri Umuahia Gas Spur Line

 

5 Utorogu – Ughelli/PHCN Delta Gas Supply Line

 

6 Renovation and Furnishing of staff offices at NNPC Towers and Gas Aggregator

 

7 Bilateral and Multilateral Economic Co-operation in Oil and Gas under Millennium Development Goals (MDG)

 

8 Assessment and Documentation of all Oil Spill Sites in the Nine (9) States of the Niger Delta
9 E-Design using AMT on Real Time Pipeline System Auditing – Government School Industry collaboration

 

invited for the opei goods, consultancy

 

10 Construction of National Laboratory in Owerri

 

11 Pivot Project on Novel Oil and Gas Exploration Technology

 

12 Implementation of Gas Master Plan

 

13 Equipment and Services for Gas Reserve Studies

 

14 Gas Mapping Services Covering Equipment, Operations and Documentation

 

15 Implementation of Trucking Policy

 

  1. 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.

 

  1. All bids must be delivered in the tender box at the address below not later than 1st October, 2012. Late submissions shall not be accepted.

 

 

 

  1. 4.     Bidding Requirement

All bids must be accompanied with the following documents as requirement for consideration:

  • Evidence of compliance with Employees’ Compensation Act showing remittance of 1% of total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.
  • Evidence of registration with Corporate Affairs Commission (CAC).
  • Evidence of compliance with Pension fund Act for registration/remittances.
  • Evidence of payment of Training Contributions to Industrial Training Fund.
  • Tax Clearance Certificate for 2009, 2010 and 2011 (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 2009, 2010 and 2011 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 properly labeled. The bids document 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 24th September, 2012. Bids will be opened on the same 24th September, 2012 at 2 pm 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 Proposals. 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 9am -4pm, Mondays to Friday.

 

The Secretary,

Ministerial Tenders Board (MTB),

Ministry of Petroleum Resources,

NNPC Towers, Block D,

Abuja.

 

Signed:

Engr.Goni M. Sheikh

Permanent Secretary

 

Invitation for Technical and Financial Bid for the Year 2012 Capital Projects at The Federal Polytechnic, Nasarawa

The Federal Polytechnic, Nasarawa

P.M.B. 001 Nasarawa, Nasarawa State

 

Invitation for Technical and Financial Bid for the Year 2012 Capital Projects

 

  1. A.   Introduction

The Federal Polytechnic Nasarawa hereby invites interested reputable Companies/Contractors with requisite Experience and competence to submit TECHNICAL and FINANCIAL BIDS in respect of the year 2012 Capital Projects.

 

  1. B.   Projects

The projects involve are as follows:

 

 

S/N Projects Description

 

Tender Document Fee

 

Lot 1 Fencing Polytechnic Boundary.

 

20, 000.00
Lot 2 Construction of School of Applied Science Phase II.

 

20, 000.00
Lot 3 Construction of Classroom Block for Catering and Hotel Management Phase II.

 

25,000.00
Lot 4 Construction of Classroom B  lock for Fine Art and Industrial Design Phase II

 

30,000.00

 

 

 

 

C.      Technical Bid (Pre-Qualification) Requirement

Prospective bidders are required to submit the following Documents:

i.        Evidence of incorporation with Corporate Affairs Commission (CAC)

ii.       Evidence of Tax Clearance Certificate for the last three (3) years (2009, 2010, 2011) corresponding to declared turnover.

ii.       Evidence of VAT Registration with TIN No. and past remittances for the last three (3) years (2009, 2010, 2011)

 

 

iv.      Evidence of PENCOM registration in accordance with the Pension Reform act, 2004 including evidence of remittances of Employees’ Pension Contribution/Deductions

v.       Evidence of Financial capability to execute the Projects (Bank Statement for the last 6 months), Credit worthiness and readiness to instruct bankers to supply financial information on the company as may be required,

vi.      Company Audited Account for the last three (3) years (2009, 2010 and 2011).

vii.     List of key Technical personnel including photocopies of their qualification

viii.    List of plants and equipment owned or to be hired with proof of ownership if owned.

ix.      Verifiable list of SIMILAR work successfully completed with names of clients, evidence of award and completion certificate attached for the past three (3) years,

x.       A sworn Affidavit certifying that all documents for the pre-qualification are genuine and current,

xi.      A sworn Affidavit indicating whether any officer of the Federal Polytechnic Nasarawa is a former or present Director, shareholder or has any pecuniary interest in the company.

 

D.      Financial (Tender) Bid Requirement.

Evidence of payment of the prescribed Non- Refundable Tender Document Fees as indicated above.

 

E.       Submission of Technical and Financial Documents

The technical and financial bid documents must be returned in a sealed envelope, marked at the top left hand comer of each stating the job the company is applying for. The two Bound envelop i.e. “Technical and financial bid” documents should be enclosed in a large sealed envelope appropriately marked at the left hand corner stating the job the company is applying for e.g. Lot A, and addressed to:

 

The Registrar,

The Federal Polytechnic,

P.M.B. 001 Nasarawa,

Nasarawa, State.

 

The sealed envelope is to be dropped into the LOCKED STEEL Tender Box in front of the Security Post at the Entrance of Administrative Block after signing a register at the same place on or before 3rd Sept, 2012. Any submission after 12.00 noon of the closing date will be rejected

 

Firms interested in more than one (1) Lot must submit separate documents for each Lot.

 

The opening of the documents shall commence by 2.00pm on the same day (3rd September, 2012) at the ETF Auditorium of the institution. Contractors or their representatives, NGOs and general public are encouraged to attend.

 

Please Note:

That due diligence would be followed as all documents submitted would be verified and the past executed works and contractor’s offices shall be visited. Any discrepancies found would disqualify the contractor.

 

F.J. SABO (MRS.)

Registrar

REQUEST FOR EXPRESSION OF INTEREST AT NIGERIA DEPOSIT INSURANCE CORPORATION

NIGERIA DEPOSIT INSURANCE CORPORATION

Plot 447 / 448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndlc.org.ng

Website: www.ndic.org.ng

 

SELECTION OF CONTRACTORS FOR THE CONSTRUCTION OF THE CORPORATION’S BRANCH OFFICES AT YOLA, SOKOTO, PORTHARCOURT AND BAUCHI

 

REQUEST FOR EXPRESSION OF INTEREST.

 

The Nigeria Deposit Insurance Corporation (NDIC) intends to develop its branch offices at Yola, Sokoto and Portharcourt.

 

The Corporation invites Expression of Interest (EOI) for pre-qualification from contractors with proven experience and competence in building construction of its branch offices as follows:

 

Scope of Work

The construction work would be implemented as follows:

 

Lot 1:         Construction of Yola branch Office at Yola;

Lot 2:         Construction of Sokoto branch Office at Sokoto

Lot 3:         Construction of Portharcourt branch office at Portharcourt

Lot 4:         Construction of Bauchi branch office at Bauchi

 

 

Conditions for Eligibility

Interested Construction firms are required to submit pre-qualification documents detailing their Company’s capabilities. The Construction firms should be registered with relevant professional body. Firms must be willing to enter into a formal agreement with the Corporation.

 

Submissions must be accompanied with the following:

  • Evidence of Company Registration with Corporate Affair Commission (CAC) in Nigeria.
  • The current 3 years Tax Clearance Certificate of the Company (2007-2010).
  • The Company’s audited accounts for the last three years (2009-2011).
  • Evidence of Financial capacity or bank support to undertake the project.
  • Evidence of having successfully carried out similar works within the past three years of not less than N5.0 billion.
  • Annual turnover.
  • Comprehensive Company profile and Organizational structure. .
  • Evidence of Operational Capacity to execute the project.
  • Resume of key technical staff to be deployed.
  • Evidence of availability of requisite and appropriate staff/skill for the job.
  • Evidence of VAT registration and remittance.
  • Evidence of compliance with Pension Act; including proof of remittance to PFCs and PFAs.

 

Verification Claims

Please note that the Corporation reserves the right to verify all indicated references and Operation Capacities as submitted by interested contractors.

 

Submission Pre-Qualification

Note that 2no copies of the EOI should be submitted in sealed envelopes clearly marked PRE-QUALIFICATION FOR CONSTRUCTION OF NDIC OFFICES AT YOLA, SOKOTO AND PORTHARCOURT and addressed to:

 

 

Director of Administration Department

Nigeria Deposit Insurance Corporation (NDIC),

Plot 447/448 Constitution Avenue,

Central Business District,

Abuj a, Nigeria.

 

The closing date for submission is on the 20th September, 2012 by 12:00 noon. The submissions are to be dropped in the tender box on the ground floor, reception in the Head Office. Companies dropping EOI are expected to sign the EOI register on the 2nd floor, Admin Dept, before dropping the tenders. Submission of EOI by post or courier will not be acceptable, and any EOI received at the designated location after the specified time and date shall be considered late and non-responsive.

 

Opening of Documents

Opening of documents will hold in the presence of applicants or their representatives at the Conference room of the Head Office building on Monday 10lh September by 2.00p.m.

 

Important Notice

All applicants are to note that:

 

1        Nothing in this advert shall be construed to be a commitment by the Corporation,

2        Failure to comply with any of the above instruction or to provide any of the above listed documents may automatically result to disqualification.

3        The Corporation shall not enter into any correspondence with unsuccessful tenderers.

4        Only firms capable of executing the project would be contacted.

 

Signed

Management

Expression of Interest for Valuation of Nigerian Ports Authority Fixed Assets at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3804

 

Expression of Interest for Valuation of Nigerian Ports Authority Fixed Assets

 

1.0.    Introduction

The Nigerian Ports Authority hereby invites reputable and competent Valuation Consultants to express their Interest for the valuation of Nigerian Ports Authority fixed assets.

 

2.0.    Scope of Projects

The scope of the project shall include and not limited to the valuation of Nigerian Ports Authority fixed assets as already marked.

 

 

3.0.    Tender Requirements

To tender, interested companies must submit the following documents:

  1. Evidence  of company  registration   with   Corporate  Affairs Commission (C AC) and Articles of Association
  2. Verifiable proofs of company’s technical ability to undertake consultancy services for the job.
  3. Evidence of at least (5) similar projects successfully executed, including letters of award, completion certificates etc.
  4. Company’s financial details & audited accounts for the last three (3) years (2009, 2010 & 2011).
  5. Evidence of VAT Registration and Remittance Certificate for the last three (3) years (2009-2011)
  6. Evidence of TAX Clearance Certificate for the last three (3) years (2009, 2010 & 2011).
  7. Evidence of firm and personnel registration with relevant Professional valuation bodies as applicable.
  8. Evidence of compliance with Pension Reform Act 2004.
  9. Evidence of contributions to Industrial Training Fund (ITF)
  10. Company’s profile to include names, qualifications, experiences of key Personnel.
  11. All relevant information concerning contacts, telephone, fax and e-mail address of the company’s representative.
  12. For Joint Ventures (JVs), Memorandum of Understanding (MOU) should be provided.

 

 

4.0 Submission of Tender Proposal

Three (3) copies (one original and two duplicate) of Expression of Interest, must be submitted in sealed envelope, addressed to the “Secretary To The Tenders Board, Nigerian Ports Authority” and clearly marked “Expression Of Interest For Valuation Of Nigerian Ports Authority Fixed Assets , Public Notice No 3804” and dropped into the designated Tender Box located on the 2nd Floor, Nigerian Ports Authority Corporate Headquarters, 26/28 Marina, Lagos not later than 11.00am on 18th September, 2012. All tenders will be opened by 12.00 Noon on the same day (18th September, 2012) at the Conference Room, N.P.A. Annex Building, No. 1 Joseph Street, Off Marina, Lagos in the presence of all bidders or their representatives.

 

For further enquiries, please contact the “General Manger, Procurement or e-mail: projectinfo@nigerianports.org

 

Please Note That:

1.       Late submission will not be entertained

2.       Only short-listed companies will be contacted

3.       Management is not bound to accept any tender

4.       Wrong placement of tender documents will not be entertained.

5.       All costs incurred as a result of this tender shall be borne by the bidding companies

 

 

Signed

Management

Nigerian Ports Authority