Invitation to Tender for the Supply, Installation and Repair of Electrical Equipment at Various Port Locations of the Nigerian Ports Authority at Nigerian Ports Authority

Nigerian Ports Authority

Public Notice No 3807

 

Invitation to Tender for the Supply, Installation and Repair of Electrical Equipment at Various Port Locations of the Nigerian Ports Authority

 

1.0     Introduction

The Nigerian Ports Authority hereby invites reputable and competent Contractors to submit tenders for the under-listed projects.

 

LOT 1 Construction of 33/11KV mini injection station at New Port Complex, Warri

 

LOT 2 Replacement of unserviceable Ring Main Unit (RMU) and faulty underground cable on HT Electrical Network, Rivers Port, Port-Harcourt
LOT 3 Provision and Installation of Low Tension Distribution Panel at Main Sub-station at Lagos Port Complex, Apapa

 

 

2.    Scope of Work

The scope of work shall include the Supply, Installation and Repairs of the various Electrical Equipment.

 

3. Tender Requirements

To tender, interested companies are required to submit the following documents:

a.       Evidence of company registration with Corporate Affairs Commission (CAC) and Articles of Association,

b.       Verifiable proof of company’s technical ability to  undertake Electrical Engineering Projects

c.       Evidence of at least (5) projects of similar nature and complexity successfully executed   should be attached   including   letters   of awards,   completion certificates, interim payments etc.

d.       Evidence of compliance (registration and remittance) with Pension Reform Act 2004.

e.       Companies audited accounts and tax clearance certificate for the last 3 years (2009, 2010 & 2011)

f        Evidence of VAT Registration and Remittance Certificate for the last 3 years (2009, 2010 & 2011)

g        Company profile to include names, qualifications, experience of key personnel

h.       Evidence of personnel and company’s registration with relevant professional Regulatory bodies (COREN etc)

i.        All relevant information concerning contact addresses, telephone, fax and e-­mail of the Company’s representative

j.        Evidence of contributions to Industrial Training Fund (ITF)

k.       For Joint Ventures (JVs), Memorandum of Understanding should be provided.

l.        All tender sums from N100Million Naira and above should be accompanied by a 2% bid bond

 

4.    Collection of Tender Documents

Tender documents are to be collected from the office of the General Manager, Procurement room 227, 2nd floor, Nigerian Ports Authority Headquarters building, 26/28, Marina, Lagos on evidence of payment of non-refundable fee of N25,000.00 (Twenty five thousand Naira only for each lot in bank draft in favour of NPA.

 

5.     Submission of Tender Documents

Three (3) copies (one original and two duplicate) of Technical and financial proposals for any LOT desired should be submitted in separate envelopes and clearly marked as either “Technical or Financial Proposal” and put together in a another bigger envelope which must be marked “Invitation to Tender For The Supply, Installation And Repairs Of Electrical Equipment At Various Port Locations Of Nigerian Ports Authority” Public Notice No 3807specifying desired LOT No. and addressed to “The Secretary, Tenders Board, Nigerian Ports Authority” and dropped in the designated Tender Box located on the 2nd  floor of the Nigerian Ports Authority Headquarters building, 26/28 Marina- Lagos not later than 11.00 am on the 20th September, 2012. All bids will be opened at 12.00 Noon on the same day (20th September, 2012) in the Conference Room of Nigerian Ports Authority Annex building, No 1 Joseph Street, off Marina, Lagos in the presence of all bidders or their representatives.

 

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

 

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

 

Signed

Management

Nigerian Ports Authority

 

 

Invitation for Bids (IFB) at Nigeria Malaria Control Booster Project

Nigeria Malaria Control Booster Project

Credit Number: 4250 –UNI

 

Procurement of 7,596,165 Doses of Artemether Lumefantrine Tablets

IFB No: ICB/NMCBP/ACTs/003/12

 

Invitation for Bids (IFB)

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 Nigeria Malaria Control Booster Project (NMCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of 7,596,165 Doses of Artemether Lumefantrine Tablets

 

3.       The National Malaria Control Programme (NMCP), now invites sealed bids from eligible bidders for providing Artemether Lumefantrine (AL) Tablets. Eligible bidders are invited to submit separate bids for one or more Lots described below; each Lot will be considered as a separate offer leading to a separate contract:

 

 

Lot Description Quantity (Doses) Bid Security Bid Validity Delivery Period DeliveryLocation
Lot 1 Artemether Lumefantrine Tables (120/20mg) (6×1) (ACT 1)  4,468,332 A bid security of at least 2.5% of bid price is required 120days Within 60 days Central Medical Stores of Akwa -Ibom, Anambra, Bauchi, Gombe, Jigawa, Kano and Rivers States
Lot 2 Artemether Lumefantrine Tables (120/20mg) (6×2) (ACT 2)  3,127,833 A bid security of at least 2.5% of bid price is required 120days Within 60 days Central Medical Stores of Akwa -Ibom, Anambra, Bauchi, Gombe, Jigawa, Kano and Rivers States

 

4.       Bidding will be conducted through the Limited International Bidding, a procedure 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 Nigeria Malaria Control Booster Project (NMCBP) and inspect the bidding documents at the address given below from 0800 to 4:00pm 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 N15,000:00 (Fifteen Thousand Naira only) or in $ 100:00 (One hundred US Dollars only). The method of payment will be certified bank draft in favor of Nigeria Malaria Control Booster Project. The bidding document will be collected by bidder’s representative.

 

7.       Bids must be delivered to the address below on or before 5th October, 2012, by 11:00am. 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 11:00am, 5th October, 2012.

 

8.       The address referred to above is:

 

Conference Room,

Nigeria Malaria Control Booster Project (NMCBP)

 Malaria Control Programme (NMCP)

Federal Ministry of Health

1st Floor Abia House,

1st Avenue, Off Shehu Shagari Way, Central Area, Abuja, Nigeria

Tel: +234 8023 494 053, + 234 807 899 9718

E-mail: amajohc@yahoo.com , manerare@yahoo.com

 

 

Signed:

The Project Coordinator

Request for Expression of Interest for Consultancy Services at Nigerian Electricity Regulatory Commission

Nigerian Electricity Regulatory Commission

 

Request for Expression of Interest for Consultancy Services

 

  1. The Nigerian Electricity Regulatory Commission (NERC) wishes to invite Expressions of Interest in respect of projects in the 2012 Budget for execution of vital consultancy services that will aid the Commission in her core activities. The services required are as listed below:

 

Lot 1: Consultancy for retainer-ship on aspect of Electricity sector regulation

 

Lot 2: Consultancy on Enforcement Regulation

 

Lot 3: Consultancy for NERC retreat resource persons

 

  1. The Commission now invites eligible Consultants to indicate interest in providing the above services. Interested Consultants must provide information indicating that they are qualified to perform the services, namely:
  • Certificate of incorporation;
  • Current tax clearance certificate for three years;
  • Evidence of financial capability and banking support;
  • Experience/technical qualification and experience of the key personnel;
  • Similar projects executed and evidence of knowledge of the industry;
  • VAT registration and evidence of past VAT remittances;
  • Evidence of compliance with the provision of section 16b (d) of Public Procurement Act 2007 as it relates to the Pension Reform Act 2004.
  • Evidence of registration and remittance to Industrial Training Fund;
  • All relevant information concerning contacts, their telephone numbers & email addresses

 

3.  A Consultant will be selected in accordance with the procedures set out in the Procurement Act, 2007 and the Procurement Procedure Manual published by the Bureau for Public Procurement (BPP) in January, 2008.

 

4.  Interested Consultants may obtain further information from the Procurement Unit of the Commission at the address stated below.

 

5.  Interested firms/individuals should submit three (3) sets of each completed Expression of Interest (original and 2 copies) to be delivered in sealed envelopes marked “EOI Documents for Lot….(State Service Concerned)” at the address below not later than 5.00pm on 11th September, 2012.

 

6.       The address referred to above is:

 

The Chairman

Nigerian Electricity Regulatory Commission

Plot 1099, First Avenue, Off Shehu Shagari Way

Central Business District

P.M.B 136, Garki-Abuja

 

N.B:  This advertisement shall not be construed to be a commitment on the part of the Commission, nor shall it entitle any bidder to make any claim(s) whatsoever or seek indemnity from the Commission by virtue of that bidder having responded to this advertisement.

 

Signed:

Management

Invitation for Technical and Financial Bids at Revenue Mobilisation Allocation and Fiscal Commission

Revenue Mobilisation Allocation and Fiscal Commission

Plot 210 Tarawa Balewa Way, Central Area, Abuja.

 

Invitation for Technical and Financial Bids

 

1.0 Introduction:

The Revenue Mobilization Allocation and Fiscal Commission wishes to invite reputable contractors and other service providers to pre-qualify and bids for the execution of the following projects under Capital Budget for 2012 Financial Year.

 

2.0     The Scope of Work

The Scope of work includes:

 

Lot No.

 

Project Description
Lot I

 

Supply of Health /Medical Equipment
Lot II

 

Supply of Library Books & Equipment
Lot III Rehabilitation/Repairs of Office Building

 

Lot IV

 

Computer Software Acquisition

 

 

3.0     Technical and Financial Bid Submission Requirements

In order to be considered for the bids, Contractors and Service Providers must submit the following documents:

a)       Evidence of Valid Certificate of Incorporation /Registration with the Corporate Affairs Commission including photocopies of Form CO2 and CO7.

b)      Current Tax Clearance Certificate for the last 3 years (2009, 2010, & 2011).

c)       Evidence of VAT Registration and Remittances

d)      Company Profile including names and Technical Qualification(s) and Experience(s) of key personnel.

e)       Evidence of Financial Capability to handle the job including letter of reference from your Banker.

f)       Evidence of Execution of Similar Contracts with any Government establishment.

g)       Certified Audited Account of the Company for the past 3years (2009, 2010 & 2011).

h)      Evidence of PENCOM Registration and Remittance

i)       Evidence of compliance with Industrial Training Fund (ITF) Act,

j)       Any other document that will place the company on comparative advantage.

 

4.0     Collection/Submission of Technical and Financial Documents

 

(i)      Collection of Bid Documents:

The Companies that meet the above requirements should pay a non-refundable tender fee of twenty five thousand Naira (N25,000) only in bank draft in favour of Revenue Mobilization Allocation and Fiscal Commission before the collection of bid documents from the Head of Procurement between the hours of 10:00am and 4:00pm, Monday to Friday.

 

(ii)     Submission of Bid Documents:

The complete documents should be enclosed in an envelope sealed and marked (a) “Pre-qualification for…….”, (b) Financial Bid for……” indicating the LOT Number and must be addressed and returned on or before 21st September 2012 to:

 

“The Secretary to the Commission,

Revenue Mobilisation Allocation and Fiscal Commission

Plot 210, Tafawa Balewa Way,

Central Area, Garki-Abuja.”

 

Att: Head of Procurement

 

5.0     Closing Date

The closing date for submission of duly completed technical and financial bidding documents is Six (6) weeks from the date of this advertisement by 12:00noon (Date: Friday, 21st September, 2012

 

6.0     Bid Opening and Venue

Technical Bids will be opened on the closing date of submission, Friday, 21st September, 2012 in the Commission’s Board Room, Ground Floor of the Commission by 1.00pm. All bidders, NGO’s and the General Public are invited to the opening of the Technical Bids.

 

7.0     Please Note That:-

(i)      The Revenue Mobilization Allocation and Fiscal Commission reserves the right to reject any or all Pre-qualification documents that fails to meet expected standards.

(ii)     Late Submissions will not be entertained.

 

Signed

Head of Procurement

For: RMA&FC

 

Invitation for the Pre-Qualification of Contractors for Shipping, Clearing and Delivery of Rolling Stock, Running Spares (Ex-America) and Rehabilitation of Coaches and Wagons at Nigerian Railway Corporation

Nigerian Railway Corporation

 

Invitation for the Pre-Qualification of Contractors for Shipping, Clearing and Delivery of Rolling Stock, Running Spares (Ex-America) and Rehabilitation of Coaches and Wagons

 

1.       Introduction:

In furtherance to the Federal Government’s Railway rehabilitation programme, the Nigerian Railway Corporation (NRC) invites interested and reputable Contractors with relevant and verifiable experience to apply for pre-qualification for consideration to tender for the projects indicated below.

 

2.       Description of the Projects:

i.        LOT 1: Shipping, Clearing and Delivery of Rolling Stock Spares (Ex-America)

 

ii.       LOT 2: Rehabilitation of Coaches and Wagons

 

3.       Pre-Qualification Criteria:

Interested Contractors are required to submit the under listed documents:

i.        Valid Certificate of Incorporation.

ii.       Company Profile including CV’s of key personnel to be deployed to the  projects.

iii.      Income Tax Clearance Certificate for last 1 year.

iv.      VAT Registration/Certificate.

v.       Verifiable evidence of compliance with the Pension Reform Act 2004

(where applicable)

vi.      Power of Attorney from the bidding company to the staff representing it.

vii.     Verifiable experience and evidence of works of similar nature executed,

including their value.

viii.    Verifiable evidence of major plants/equipment relevant for the work.

ix.      Audited Account for the last 1 year.

x.       Evidence of compliance with the Employees’ Compensation Act which requires that all Employers of Labour must remit 1% of the total annual emolument of their workers to the Nigerian Social Insurance Trust Fund.

xi.      All documents submitted must be accompanied with an affidavit sworn in a magistrate Court/High Court to confirm their authenticity.

 

Failure to submit any of the listed documents may be grounds for disqualification.

 

4.       Submission of Pre-Qualification Documents:

Three hard copies of the application and pre-qualification documents must be submitted in a sealed envelope marked “Pre-qualification of Contractors for Shipping, Clearing and Delivery of Rolling Stock, Running Spares (Ex-America)” or “Pre-Qualification for Rehabilitation of Coaches and Wagons”. The documents should be delivered either by hand or by registered mail to reach the address given below on or before 17th September, 2012 by 1.00 pm.

 

Applicants are invited to witness opening of the submissions at 2.00 pm on the same day at the address below:

 

Deputy Director Procurement,

Procurement Unit,

Nigerian Railway Corporation (HQ)

Okeira Road, Railway Compound,

P.M. B. 1037,

Ebute-Metta,

Lagos.

 

Only short-listed companies shall be invited to tender for works stated above.

 

Signed.

Management