Invitation for Expression of Interest to Develop a Robust and Compelling Industrial Revolution Blueprint for Nigeria at Industrial Training Fund (ITF)

Federal Ministry Of Trade And Investment
Industrial Training Fund (ITF)

Invitation for Expression of Interest to Develop a Robust and Compelling Industrial Revolution Blueprint for Nigeria
The Industrial Training Fund (ITF) hereby requests for an expression of interest (EOI) from interested and qualified consultancy firms (International and Local) in partnering with the Federal Ministry of Trade & Investment to develop a robust and compelling Industrial Revolution Blueprint for Nigeria. This is geared towards a holistic and robust industrial fabric for Nigeria and which is very relevant to the Transformation Agenda of the Federal Government of Nigeria.

Terms of Reference (TOR)
The terms of reference for the consultancy work include the following:

i) To work with the staff of the Ministry and ITF in order to carry out a targeted top-down diagnosis of Nigeria’s industrial sector as currently set, and fashion out a workable, achievable and beneficial industrial sector as obtains in other climes such as Brazil, India, South Africa, Malaysia and Thailand.
ii) To fashion /formulate additional mandate toward the realization of the Federal Government Transformation Agenda.
iii) Provide financial implication for the exercise using the BPP Standard request for Proposals for small assignment time based and the revised Federal Government scale using man-hours.
iv) The top-down diagnosis of Nigeria’s industrial sector which will include the assessment of the country’s current position and evaluation over time outlining its strength and weakness, and benchmarking a few key indicators to a group of peer and aspirational countries such as India, South Africa, Malaysia and Thailand. The data gathered and findings observed will then be used to put forward the overall aspiration for the country’s industrial sector which can be to galvanize the alignment of key stakeholders in this aspiration.
v) The Industrial-Revolution blue print should include 3 priority sectors, namely Agribusiness and Agro-Industries. Petro-chemical and Solid Mineral Derivative Industries. This phase of the work requires a more detailed analysis of the performance and potential of these 3 sectors and development of a blue print for accelerating the development of the sector in Nigeria. This blue print will also include the identification of 3 key flagship projects to be pursued.
vi) Preparation of a 5-page template describing the analyses done and the required end product to develop a sector blue print plan which will enable the ministry develop such blue print plans for other identified sectors not in the scope of this work.

Requirement for Submission of the – EOI

All Interested consultancy firms who wish to participate in the exercise as stated above are required to make payment of the sum of thirty thousand naira (N30, 000.00) only to ITF’s Finance and Accounts Department and collect a receipt for the payment.

The evidence of this payment should be submitted along with the Technical document of the EOI and your firm’s profile which must include but not limited to the following documents:-

i) Evidence of compliance with section 6(i-iii) of the ITF Act.
ii) Evidence of incorporation of the company with the Corporate Affairs Commission (CAC)
iii) Evidence of Current Tax Clearance Certificate
iv) Evidence of Current Audited Accounts for last-three (3) years
v) VAT Certificates and evidence of remittances to FIRS
vi) Evidence of Pension Remittance and Social Security Contributions
vii) Details of staff strength including the Curriculum Vitae and profile of key staff with copies of credentials for verification
viii) Details of previous consultancies undertaken, including scope and copies of Award Letters
ix) Clear indication of head office address
x) Sworn affidavit that the Firm is not bankrupt
xi) Sworn affidavit that none of the Directors of the company is an ex-convict or bankrupt.
xii) Evidence of Financial Capability i.e. Recent Bank Statement of Account
xiii) Evidence that the Company is not in receivership etc
xiv) That at any time, the ITF discovers that the information submitted in this EOI is false the Agency reserves the right to disqualify the company
xv) Evidence of Corporate Registration with appropriate professional body

Method of Application

All EOI should include both Technical and Financial Bids. After preparation of technical as well as the financial documents, both should be in bigger envelope sealed and addressed to the Director General Industrial Training Fund (ITF) and clearly marked “EOI to partner with the Ministry/ITF to develop a robust and compelling industrial revolution blueprint for Nigeria.”

Deadline for the Submission/Opening:
The EOI documents (Technical or Financial) should be submitted in (2) hard and one (1) soft copy to the Office of the Head of Procurement framing Fund (lTF) Miango Road, Jos on or before 13th July 2012.
Only the Technical proposals will be opened on the closing day at 1pm in the presence of the consultants or their representatives at the Director General’s office.

EQUIRIES:
All enquiries should be directed to:

Head of Procurement,
ITF Headquarters,
Miago Road, Jos, Plateau State.
www.itf-nigeria.com

NB
Response to this invitation shall not oblige the 1TF to consider any firm for pre-qualification. All costs incurred as a result of response to this invitation and any subsequent requests for information or clarifications shall be borne by the responding firm. The Fund is not bound to take the least bidder as the assignment is one that is designed to aid industrialization of Nigeria towards job creation, a feature of the Federal Government Transformation Agenda.

Management

Education Trust Fund (TET) Bot Special Intervention 2011 Pre-Qualification and Tender Notice at Nuhu Bamalli Polytechnic, Zaria

Nuhu Bamalli Polytechnic, Zaria P.M.B 1061.

 

Education Trust Fund (TET) Bot Special Intervention 2011 Pre-Qualification And Tender Notice

EDUCATION TRUST FUND (TET) BOT SPECIAL INTERVENTION 2011 PRQUALIFICATION AND TENDER NOTICE

The Nuhu Bamalli Polytechnic, Zaria hereby invites pre-qualification and tenders from -interested Contractors, companies/firms, for the execution of TEF FUND Normal intervention project for the 2011

 

LOT1 –           CONSTRUCTION OF ENVIRONMENTAL STUDIES PHASES IV TET PROJECT- NO. POLY/ZARIA/TETFUND/11/OI

 

LOT2 –           CONSTRUCTION OF AUTOMOBILE AND FOUNDRY WORKSHOP TET PROJECT NO.POLY/ZARIA/TETFUND/11/02

 

LOT3 –           CONSTRUCTION OF TRANSPORTATION WORKSHOP TET PROJECT NO.POLY/ZARIA/TETFUND/11/03

 

LOT4 –           CONSTRUCTION OF THERMODYNAMIC WORKSHOP TET PROJECT NO.POLY/ZARIA/TETFUND/11/04

 

LOT5 –           CONSTRUCTION OF ICT CENTRE AND FURNISHING TET PROJECT NO.POLY/ZARI A/TETFUND/l 1/05

 

LOT6 –           PROPOSED FABRICATION OF EQUIPMENT TET PROJECT NO. POLY/ZARIA/TETFUND/11/O6

 

PRE-QUALIFICATION REQUIREMENTS:

i. Company profile

ii. Evidence of registration as contractor with Nuhu Bamalli Polytechnic, Zaria and           Kaduna State Government

iii. Certificate of incorporation with the Corperate Affairs Commission

iv. List of similar job executed previously

v. Evidence of tax clearance

vi. A letter of credibility from the bank as customer that maintain an account in the bank vii. Audited Account

 

 TENDER DOCUMENTS

Tender documents are obtainable at the office of the Director, Physical Department upon payment of non-refundable fee of N20, 000. 00. Only contractors/companies/Firms who have satisfied the pre-qualification condition on above will have their tenders examined.

 

SUBMISSION REQUIREMENT

Completed tender documents must be sealed and marked “CONFIDENTIAL TETFUND NORMAL INTERVENTION 2011” and returned to the office of the Registrar not later than 12:00 noon, on or before 12th July 2012. The document will be opened at 12:30pm on the closing date at the Board Room of the Polytechnic.

 

Signed

REGISTRAR

Invitation for Expression of Interest/Prequalification of Contractor for provision of Goods and Services for 2012 Fiscal Year at National Library of Nigeria

National Library of Nigeria

 

Invitation for Expression of Interest/Prequalification of Contractor for provision of Goods and Services for 2012 Fiscal Year

 

Introduction

National Library of Nigeria hereby notifies interested Companies and the general public of her intended procurement for the year 2012.

 

The procurement are to be funded from 2012 Budgetary allocation. Consequently, National Library of Nigeria invites reputable companies or contractors to express interest for prequalification of the following goods/works/services:-

 

Scope of Work

 

1.

2.

3.

4.

5.

Supply and Installation of Library Equipment

Supply and Installation of Power Generating Sets

Supply and Installation of Office Equipment

Supply of Books

Construction/Equipping of Modem Library at Ngodo Isuochi, Abia State

 

3.       Pre-qualification Requirement

In order to be considered for pre-qualification, interested supplier and or contractors are hereby requested to submit Expression of Interest in writing for relevant area of interest.

 

The Submission should include the following:

1.       A copy of Certificate of Incorporation of Company in Nigeria.

2.       Company Profile including evidence of Experience/Technical Qualification of key staff.

3.       Equipment/Technical Capability.

4.       Evidence of Financial Capability/Bank Support.

5.       Three (3) year Audited Account/Report.

6.       Consecutive Three (3) Years valid Tax Certificate.

7.       A copy of VAT

8.       Evidence of valid Similar Executed Projects.

9.       Manufacturer/Franchise and Manufacturer’s representative, where applicable.

 

Companies are to note that National Library of Nigeria shall accept company Registration, Tax Clearance and VAT Certificates on their face value. If these documents are found to be fake on verification, such companies shall be handed over to relevant law enforcement Agencies.

 

4.       Submission of Documents

Pre-qualification documents should be duly signed by the Company’s authorized representative indicating Area of interest.

The Submission should be in sealed envelope marked “(Expression of Interest/Prequalification for the …………Please indicate Project Description)” at the Top left hand corner of the Envelope.

 

Clearly indicate the name, mailing address and GSM No. of your Company on the reverse side of the envelope.

Expression of Interest for different Projects must be in separate envelopes. Completed pre-qualification document should be forwarded and submitted on or before 29th  July 2012 by 12.00 noon to:

 

The Director/Chief Executive Officer,

National Library of Nigeria,

Plot 274, Sanusi Dantata House,

Central Business District,

P.M.B. l, Garki-Abuja.

 

5.       Note

  • Only Technically qualified companies will be considered for Competitive Tendering.
  • Qualified companies shall be invited to purchase the bid document
  • This notice is not an invitation to Bid.
  • For more information and clarification, contact the undersigned

 

Head (Procurement/Due Process)

For: Director/Chief Executive Officer

Execution of Project at National Veterinary Research Institute VOM

National Veterinary Research Institute VOM

Federal Ministry of Agriculture and Rural Development

 

Invitation to Pre-Qualification and Tender

 

The National Veterinary Research Institute Vom, Plateau State in its bid to utilize the 2012 Capital Appropriation, hereby invites reputable Contractors who have experience in the execution of the under listed projects to submit Pre-qualification and Commercial Bids.

 

Lot 01 2012:      Supply of Sterile Crimp neck Plastic Bottles for Vaccine.

Lot 02 2012:      Supply of Freeze Drying Vials for Bacterial Vaccine Production

Lot 03 2012:      Supply of Freeze Drying Vials for Viral Vaccine Production.

Lot 04 2012:      Supply of Bromobutyl Fluted Rubber Stoppers.

Lot 05 2012:      Supply of Coloured Aluminum Caps for Vaccine Vials

Lot 06 2012:      Supply of Media, Chemicals & Reagents for Bacterial Research and Vaccine Production.

Lot 07 2012:      Supply of Media, Reagents, Chemicals, & Wares for Viral Research and Vaccine Quality Control.

Lot 08 2012:      Supply and Installation of Serology Equipment for Quality Control.

Lot 09 2012:      Supply and Installation of Molecular Analysis Equipment for Quality Control.

Lot 10 2012:      Supply and Installation of Feed Mill Equipment for Quality Control.

Lot 11 2012:     Supply and Installation of Equipment for Viral Vaccine Quality Control.

Lot 12 2012:      Supply and Installation of Pathology Equipment for BSL-3 Lab.

Lot 13 2012:      Supply, Installation and Validation of Bio-Safety Equipment for BSL-3 Laboratory.

Lot 14 2012:      Supply and Installation of Sterilization Equipment and Media for BSL-3 Laboratory.

 

A.      Pre-Qualification Requirement:

Contractors should submit their Pre-qualification Documents in Sequential Order as Listed Below, alongside their Commercial Bids.

 

i.        Certificate of Incorporation with the Corporate Affairs Commission.

ii.       Current Tax Clearance Certificate for the past three (3) years from Federal Inland Revenue(FIR)

iii.      Value Added Tax (VAT) Registration Certificate

iv.      Evidence of financial capability (Audited Accounts) for the past three (3) years.

v.       Bank Accounts details and letter of Reference from a Bank indicating evidence of accessibility to credit facilities must be submitted.

vi.      Verifiable evidences of past job experience in similar projects of interest  in the last five years indicating the contract value and evidence of       satisfactory job performance.

vii.     Comprehensive Company Profile including the Curriculum Vitae of key  personnel.

viii.    Tenderers are to submit both soft and hard copies of the pre-qualification submission.

 

B.      Financial Bid Documents/Requirement

i.        The financial tender documents must be submitted in duplicate both soft and hard copies.

ii.       Performa Invoice/Price List from the manufacturer should be attached to every tender document

iii.      Interested bidders are to collect Tender documents from the Procurement Office on payment of a non-refundable Tender Fee of Twenty Thousand Naira (N20,000.00) only per Lot. (Companies are allowed to bid for a maximum of Four(4) Lots) Only. A copy of the receipt must be attached to each Commercial Tender Document as evidence of payment upon submission.

 

C.      Submission:

Completed Pre-qualification and Commercial Bid Documents must be in two parts consisting of (a) Qualification Documents (b) Commercial Bid Documents   in separate envelopes.

 

The Bids in two (2) separate envelopes, each appropriately labeled and sealed should be placed in a larger envelope for submission marked “Tender 2012” National Veterinary Research Institute, VOM, Plateau State on the left-hand corner indicating the Lot Number and addressed to the:

 

The Executive Director,

National Veterinary Research Institute

P.M.B. 01, VOM

Plateau State

 

The Tender Documents must be submitted to the Office of the Executive Director on or before 7th August, 2012 by 12.00 noon. Tenders Documents will be opened on the same day 7th August, 2012 at 2:00 pm at the Dermatophilosis Conference Room of the Institute.

 

The name of the Company should be indicated on the reverse side of the envelope.

 

Signed

Management

Invitation to Tender for the Procurement of Works and Goods at Office of the Accountant-General of the Federation

Office of the Accountant-General of the Federation

(Federal Ministry of Finance) Treasury House, Garki II, Abuja

 

Invitation to Tender

 

1.0     Preamble

The Office of the Accountant-General of the Federation wishes to notify the General Public of its intention to procure Works and Goods in the 2012 Fiscal Year. These projects are to be funded through the year 2012 Federal Government capital appropriation of the Office of the Accountant-General of the Federation. Interested reputable qualified and competent firms are hereby invited to tender for the desired lot from the underlisted works.

 

2.0     Description of Works

Lot (1) Construction of New FPO Complex Dutse, Jigawa State

Lot (2) Rehabilitation of Dilapidated FPO Abakaliki, Ebonyi State

Lot (3) Rehabilitation of Dilapidated FPO Oshogbo, Osun State

Lot (4) Rehabilitation of Dilapidated FPO Calabar, Cross River State

Lot (5) Upgrading of Treasury House Building (Internal, plumbing works, doors & Toilets)

 

3.0     Tender Requirements

3.1     Qualified and interested bidders are required to submit the following document/evidence along with their Tender document:

i)       Evidence of company registration/certificate of incorporation

ii)      Photocopies of Current Company Tax Clearance Certificate for the last three (3) years, 2009, 2010, 2011 (for Companies operating in Nigeria)

iii)    Evidence of VAT registration and remittance (for Companies operating in Nigeria)

iv)    Evidence of Pension contribution and remittances of Employee pension for   Firms having more than five (5) Employees.

v)      Evidence of Payment of Non-Refundable Tender Fee.

vi)     A sworn affidavit affirming that none of the Directors of the Company was ever convicted in a court of Law and that all the information provided above is not false, faked or forged.

vii)    Verifiable evidence of similar jobs successfully executed, showing letters of award and related completion certificates.

viii)   Evidence of financial capability to execute the proposed work/supply with certified bank statement to buttress claim.

ix)     Company’s Audited Account for the last three (3) years (2009, 2010, 2011).

x)      Submission of Tender Security in accordance with the instructions stated in the Tender Documents, where applicable.

xi)     Companies interested in major construction works must have at least one its Directors registered with COR EN.

xii)    Evidence of International Certification for quality of equipment and materials proposed.

xiii)  Evidence of technical, operational and managerial capabilities (with detailed profile of key management staff and personnel to be deployed for the work).

xiv)   Any other related document that will enhance verification of experience and competence.

 

4.0     Interested Bidders Should Note That:

a)       Bidders should not bid for more than one lot.

b)      The Office of the Accountant-General of the Federation reserves the right to verify the authenticity of claims made by Bidders in the tender document submitted; and

c)       The Office of the Accountant-General of the Federation is not under any obligation to award contract to the lowest cost bidder.

 

5.0     Collection of Tender Document

5.1     Interested bidders are to collect the tender document from the Office of the Accountant-General of the Federation. Treasury House at the Office of Assistant Director (Procurement) on the 1st floor, Wing B, Room 11, with effect from 25th June till closing date, on 9th July, 2012, between the hours of 8.00am to 3.00 pm daily.

 

6.0     Submission of Tender  Document

6.1     The Financial and Technical tender documents should be enclosed in different sealed envelopes marked with the Lot number on the top left hand corner of the envelope, and dropped in the tender box marked Financial, and Technical Bid on or before 9th July 2012 at the following location:

 

Office of The Deputy Director (Procurement)

Office of the Accountant-General of the Federation,

1st Floor, Wing A, Room IA07,

Treasury House,

Garki  – Abuja.

 

70.     Opening of Tender Document

7.1     Bidder, should note that all Bids received shall be opened in the Office of the Accountant-General of the Federation’s Conference Room on the 2nd Floor on 9th July, 2012 by 2.00 pm.

 

7.2     Bidders are by this notice also invited to attend the Bid opening session on the stated date and time; and

 

7.3     Nothing in this advertisement shall be construed to be commitment on the         part of the Office of the Accountant-General of the Federation.

 

Signed:

Accountant-General of the Federation.