Request for Tenders for Provision of Cleaning Services at Niger Delta Power Holding Company Ltd

Niger Delta Power Holding Company Ltd

National Integrated Power Project

 

Request for Tenders for Provision of Cleaning Services to the Niger Delta Power Holding Co. Ltd (NDPHC)

 

The Niger Delta Power Holding Co. Ltd, a Holding Company for the National Integrated Power Project whose headquarters office is located at 17, Nile Street, Maitama and office annex located at 11, Nile Street, Maitama intends to procure the services of a Cleaning Company to provide cleaning services to the two offices.

 

LOT 1:       Headquarters Office, 17 Nile Street, Maitama.

The headquarters office – a 2-storey building comprises:

  1.  43 rooms/offices
  2. 22 Nos. toilet
  3. Board Room
  4. Conference Room

LOT 2:       New Office Annex, 11. Nile Street, Maitama.

The new office annex, a 1-storey building comprises:

  1. 31 rooms/offices
  2. 22 Nos. toilet
  3. Conference room
  4. A small meeting room
  5. Kitchen

2.       Bids, both financial and technical (which are to be made separately) are therefore invited from reputable companies desiring to provide cleaning services to these two offices. Bidders can quote for the cleaning of one Lot or the two Lots. Where a bidder is quoting for the two Lots, such bids must be separately made and labeled so.

3.       Bidders shall adopt the following format for bid submission:

A. Technical Bid

1.   Personnel

a) Number of supervisor(s)

b) No. of cleaners

c) No. of gardeners

Total

2. List of working equipment

3.  List of materials/other consumable

 

 

B.  Financial Bid

 

S/N

 

SUBJECT

 

FINANCIAL IMPLICATION

 

A Personnel

 

Emoluments/allowances/month

 

B Equipment (running cost)

 

Cost/month

 

C Materials/consumables

 

Cost/month

 

D Miscellaneous (please define)

 

Cost/month

 

 

4.       All prospective bidders are kindly invited to note that NDPHC’s cleaning schedule shall be as follows:

i.        Cleaning of the entire offices/surroundings shall commence from 6:30am –    7:4 am while office work shall resume at 8:00am.

ii.       Follow-up cleaning shall be at 3-hourly intervals, i.e. 11:00hrs, 13:00hrs and

16:00hrs. However, there shall be a standby cleaner throughout the office hours for emergency cases.

5.       Please note that only companies that emerge successful after the consideration of their technical bid will be invited for the opening of its financial bid. The company that eventually emerges successful at the end of the bid exercise will be required to provide a guarantee (bond) against any loss, damage, breach of confidentiality etc to any of NDPHC’s property in the course of the discharge of this duty.

6.       In addition, all prospective bidders are expected to show evidence of compliance with the following general requirements:

  • Evidence of registration/incorporation of the company with the CAC
  • Evidence of VAT registration
  • Compliance with Pension Reform Act
  • Evidence of Tax payment/Tax clearance certificate
  • Profile of company
  • Evidence of similar previous work done

7.  At the submission of bids, separately enveloped technical and financial bids which should then be enclosed in one single envelope dearly labeled “Provision of Cleaning Services to the NDPHC LTD” should be addressed to:

 

The Managing Director/CEO

 Niger Delta Power Holding Co. Ltd

17, Nile Street, Martama, Abuja.

And should reach us on or before 3rd September 2012 at 3:00pm prompt. In addition, bidders should indicate at the right hand corner of their envelope, the title of the Lot being bidded for. Bidders are required to register their bids in the register provided at the front desk office before dropping them into the Tenders Box which is also provided at the front office.

 

Signed

Management

Niger Delta Power Holding Company

Invitation for Pre-Qualification for 2012 Capital Projects at Nigeria Atomic Energy Commission (NAEC)

Nigeria Atomic Energy Commission

No. 9, Kwame Nkrumah Crescent, Asokoro District,

P.M.B 646, Abuja

 

Invitation for Pre-Qualification for 2012 Capital Projects

 

Introduction:

The Nigeria Atomic Energy Commission (NAEC) hereby invites competent and Reputable Contractors to submit pre-qualification documents as pre-requisites to tender for the following Capital Projects:

 

Lot A:        Construction of Graduate Researchers’ Hostel at the Centre for Nuclear Energy Research & Training, University of Maiduguri, Maiduguri, Borno State.

Lot B:         Construction of Graduate Researchers’ Hostel at the Centre for Energy Research & Development, Obafemi Awolowo University, lle-lfe,Osun State.

Lot C:        Construction of Graduate Researchers’ Hostel at the Centre for Energy Research & Training, Ahmadu Bello University, Zaria, Kaduna State.

Lot D:        Construction of Graduate Researchers’ Hostel at the Centre for Nuclear Energy Studies, University of Port Harcourt, Port Harcourt Rivers State.

Lot E:         Construction of Nuclear Science and Engineering Laboratory Block at Centre for Nuclear Energy Studies & Training, Federal University of Technology, Owerri, Imo State.

Lot F:         Construction of Nuclear Instrumentation Laboratory/Workshop and Installation of facilities at the Nuclear Technology Centre Abuja -Lokoja Highway, Sheda – Kwali Abuja.

Lot G:        Construction of Neutronics and Health Physics Laboratory at Centre for Energy Research & Training, Ahmadu Bello University, Zaria, Kaduna State.

Lot H:        Construction of FGN – IAEA Marine Contamination Coastal Field Monitoring Station and Laboratory Facility at Koluama, Bayelsa State.

 

PRE-QUALIFICATION REQUIREMENTS

Application for the pre-qualification should be accompanied with the following: i.      Evidence of registration with the Corporate Affairs Commission,

ii.       Evidence of technical competence and years of experience

iii.      Evidence of registration with the Financial Reporting Council of Nigeria

(FRCN)

iv.      Tax Clearance Certificate for the last three (3) years (i.e. 2009, 2010 &

2011) and Tax identification Number (TIN),

v.       Verifiable list of similar and other jobs executed in the past,

vi.      Evidence of registration with the National Pension Commission,

vii.     Detailed company profile.

Viii.   Letter of recommendation from the company’s bankers indicating the financial capacity of the company to execute the job, if awarded.

 

Failure to submit ANY of the documents listed above may result to automatic disqualification.

 

Submission of Pre-Qualification Documents

The pre-qualification documents should be sealed in brown envelope, marked on the top left hand corner “CONFIDENTIAL PRE-QUALIFICATION” (with the Lot and Title of the project indicated boldly) and addressed to:

 

The Chairman/ CEO,

Nigeria Atomic Energy Commission (NAEC),

No. 9, Kwame Nkrumah Crescent,

Asokoro District,

Abuja.

 

Submission closes on 24th August, 2012.

 

Note:

Prospective bidders are to note:

  1. That the above procedure must be followed strictly.
  2. That this is not an invitation to tender for the job.
  3. That the only qualified and shortlisted companies shall be invited to tender for the payment of the Prescribe Tender Fees.

 

Signed

Management

 

 

 

Construction of Toilet and Sanitation Facilities at Rural Water and Environmental Sanitation Agency, Osun State

Government of the State of Osun Nigeria

Rural Water and Environmental Sanitation Agency

 

Invitation to Bid

Bid For: Construction of Toilet and Sanitation Facilities

 

Ref. No: OS/RUWESA/AfDB/W003/2012

Name of Project: RWSS Sub-Programme

Date: 13th August, 2012

 

  1. The Federal Government of Nigeria has received financing from the African Development Fund (ADF) towards the cost of the Rural Water Supply and Sanitation (RWSS) Sub-programme in the State of Osun and intends to apply a portion of the proceeds of the loan to eligible payments under the contract for the procurement of works: i. e. Construction of Toilet and Sanitation Facilities in Public Primary Schools located in Twelve (12) Local Government Areas (LGAs) under African Development Bank (AfDB) Assisted RWSS Sub-Programme (Phase I).The Contract is no. OS/RUWESA/AfDB/W003/2012.

 

2.  Bidding is opened to all Bidders from eligible member countries as defined in the African Development Bank (AfDB) Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

3. The contract is divided into 3 lots under this project and each lot shall consist of Twenty Four (24Nos.) of 3-Compartment VIP Latrine with Hand Washing and Urinal Facilities.

 

The contract is grouped as follows:

Lot l Atakunmosa East, Atakunmosa West and Ife East Area Office LGAs

Lot 2 lfe North, Iwo, Ede North, Egbedore and Ifelodun LGAs

Lot 3 lfelodun, Ila, Oroluand Osogbo LGAs

 

 

4.       The Bid Security should be in an acceptable form from a reputable Bank equal to NGN600, 000 for each lot.

Note: Bidders submitting bids for more than one lot must present separate Bid Security for each lot Combined bid security for 2 or more lots will render the bids non-responsive.

 

5.       The Project Implementation Unit, State of Osun Rural Water and Environmental Sanitation Agency (RUWESA), now invites sealed bids from prospective eligible bidders for the above-mentioned packages.

 

6.       Bidding will be conducted using National Competitive Bidding (NCB) procedures specified in the African Development Bank’s Rules and Procedures for the Procurement of Goods and Works, May 2008 Edition.

 

7.       Interested eligible bidders may obtain further information from the Programme Manager, State of Osun Rural Water and Environmental Sanitation Agency (RUWESA), ruwesaosun@yahoo.com  and inspect the Bidding Documents at the Address given below.

 

8.       A complete set of Bidding Documents in English Language which contains detailed specifications of the works may be purchased by interested bidders upon payment of a non-refundable fee of NGN20,000.00 (Twenty Thousand Naira) for each lot.

 

9.       Bids must be delivered to the State of Osun Tenders Board, Governor’s Office by 10th September, 2012 at 12:00 noon and must be accompanied by the required bid security. Electronic bidding will not be permitted. Late bids will be rejected Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the State of Osun Tenders Board, Governor’s Office on 10th September, 2012 at 12:00noon.

 

10.     An information meeting will be held on 27th august, 2012 at RUWESA Conference Room, New Secretariat, Abere at 10:00am

 

Signed

The Programme Manager,

RUWESA State of Soun New Secretariate,

P.M.B. 4466, Abere, State of Osun, Nigeria.

E-mail: ruwesaosun@yahoo.com

Tel: +2348075010931

 

Expression of Interest (Suppliers of Healthcare Services) at Olabisi Onabanjo University

Olabisi Onabanjo University

(Former Ogun State University)

P.M.B. 2002, Ago-Iwoye, Ogun State, Nigeria.

 

Olabisi Onabanjo University (OOU) founded in 1982 with Main Campus in Ago-Iwoye, is a Multi-Campus University. As a public institution of higher learning, OOU seeks to provide the best educational experience for our students and the public through excellence in teaching, research and creative activities and service to the State, society and the world at large.

 

 

Expression of Interest (Suppliers of Healthcare Services)

OOU is looking for reputable and experienced Health Maintenance Organisations (HMOs), to partner in the delivery of quality Healthcare service in her Main Campus, and the other Campuses in Ibogun, Ayetoro, Ikenne/Saganm. The selected HMO is expected to cover about 13,000 students.

 

 

Qualified HMOs are hereby invited to submit their applications and proposals which must contain the following;

a)       Letter of Expression of Interest signed by the Principal Officer of the HMO (e.g CEO)

b)      Certificate of Company Incorporation

c)       Tax Clearance Certificate for three (3) consecutive years

d)      Summary of Company profile including statement on reputation and experience.

 

 

Method of Application:

Applications should be delivered in sealed envelopes and clearly marked on the left “corner of the envelope:

“OOU Expression of Interest HMOs”

To The Registrar,

Olabisi Onabanjo University,

P.M.B.2002,

Ago-lwoye, Nigeria

 

 

NB:

i)       This Advertisement is NOT a Bid and no contract will be awarded on the basis of the expression of interest

ii)      Applications must reach us on or before 27th August, For more information, please visit our website: www.oouagoiwoye.edu.ng OR contact the Registrar through: registrar@oouagoiwoye.edu.ng

 

Signed:

O. A, Osunsanya (Mrs)

Acting Registrar                                              

Disposal of Niger State Land Property at Ministry of Land and Housing,Niger State

Niger State Government

Ministry of Land and Housing

 

Disposal of Niger State Land Property

 

1.0     Preamble

Niger State Government is desirous of disposing 29nos. Type ‘A’ Quarters and 28nos. Legislature Quarters and use the proceeds to develop the Three Arms Zone.

 

1.10       Invitation to Bid

The general public is hereby invited to bid for Landed property of Niger State Government identified as Type A Quarters, G.R.A. and House of Assembly Quarters, Eastern Bye pass, Minna.

 

Type A Quarters, G.R.A; Minna comprises of 28No 4-Bedroom detached duplex, house help room attached with 4No Single rooms as Boys Quarters. Fence wall has been erected along the boundary lines of each duplex mounted with double leaf steel vehicular gates.

 

House of Assembly quarters is a purpose designed and built complete estate made up of 30No 3-bedroom detached bungalows. The entire estate has fence wall along its boundary lines mounted with 2Nos ingress and egress double leaf steel vehicular gates and Security post provided. Each property has its own boundary fence.

 

The tables A and B below contained detail address of each property:-

 

S/No. Property Address Property Numbers Total No. of Propertise
1 Bala Shamaki Road L5, L6, L8, L9, L10, L11, L12, L13, L14, L17, L18/P4 11
2 Bawa Raod P1, P2, P3, P5 4
3 Abdullahi Kure Road S4, S5, 56, S7, S8, S9 6
4. Yahaya Road Q1, Q2, Q3, Q4, Q5, Q6 6
5 Fr. O’Connel Road T4, T5 2
6 Total 29

 

Table B: Location: House of Assembly Quarters, Eastern Bye-pass, Minna, Niger State.

 

S/No. Property Address Property Numbers Total No. of Propertise
1 Street No.1 H1, H2, H3, H4, H5, H6, H7, H8, H9, H10, H11, H12, H13, H14, H15, H16, H17, H18, H19, H20, H21 21
2 Street No.2 H23, H24, H25, 26, H27, H28, H30, 7
TOTAL 28

 

 

1.20        Terms and conditions of the Bid

The bidders are to strictly abide by the under listed terms and conditions:-

  1. Each property should be bided for independently,
  2. The party that wishes to bid must be identifiable.
  3. The successful bidder must process C. of O. in respect of the property at the Ministry of Lands and Housing bearing all costs involved.
  4. Bid package should include the following:-

 

  1. Completed bid application form with all necessary details.
  2. Bank draft in favour of Ministry of Land and Housing in the sum of N20,000.00 as Non-refundable processing fee.
  3. Bank draft in favour of Ministry of Land and Housing for the 10% of the Bid Price as bid security. This is refundable for unsuccessful bids
  4. Mode of payment for the balance of 90% outstanding.

 

1.30        Inspection of Property

The properties are open to inspection for prospective bidders in liaison with a staff of Niger State Housing Corporation Minna from Tuesday 14th August 2012 to Monday 27th August, 2012 between the hours of 10:00 am and 4:00 p.m. on Mondays to Fridays and 11:00 am and 2:00 p.m. on Saturdays

 

1.40       Submission of Bid Documents

All bids must be enclosed in a well sealed envelop clearly marked at the top left hand corner as “BID FOR THE PURCHASE OF (property address)” addressed to Hon. Commissioner, Ministry of Land and Housing, Minna, Niger State.

 

1.50   Deadline for Submission

All bids must be submitted on or before 12:00noon on Tuesday 28th August, 2012. Bids will be opened same day by 2.00pm at NIGIS Conference Hall, Ministry of Land and Housing, Minna, Niger State.

 

Disqualification of Bids

Any bid that is not in conformity with bidding procedure earlier listed above and/or not submitted on or before the deadline will be automatically disqualified and will be stepped down.

 

Application forms and copies of relevant documents of disqualified bids should be collected at:

The General Manager’s office,

Address: Niger State Housing Corporation,

Paiko Road, Minna.

 

 

1.70        Payments

  • Non refundable processing fee of N10,000.00 This is to be attached along with bid  10% of the bid purchase sum of the property. This is to be attached along with the bid
  • Mode of payment for the balance of 90% of the Bench Mark Price of the property.

 

The options of payment are:

Direct purchase: balance of 90% shall be paid within 3months from the date bid is opened.

Mortgage: This will  be processed by Niger State  Housing Corporation on behalf of the beneficiaries.

 

The bid Application forms are available at the offices of the Permanent Secretary, Ministry of Land and Housing and General Manager Niger State Housing Corporation. It can also be obtained from the Corporation’s

website; nigerstatehousingcorporation.org

 

Signed:

Permanent Secretary