Invitation for Submission of Technical and Financial Bids for MDGS Projects (Goods) Under the 2012 Appropriation at Office of the Senior Special Assistant to the President on the Millennium Development Goals

Federal Government of Nigeria

The Presidency

 

Office of the Senior Special Assistant to the President on the Millennium Development Goals

 

Invitation for Submission of Technical and Financial Bids for MDGS Projects (Goods) Under the 2012 Appropriation

 

1.       Introduction

The Federal Government of Nigeria has allocated Funds to the Office of the Senior Special Assistant to the President on MDGs in the Year 2012 Appropriation for the procurement of Goods for the execution of projects in various constituency/locations in the 36 States of the Federation and FCT.

 

Accordingly, the Office of the Senior Special Assistant to the President on Millennium Development Goals invites qualified, interested and eligible vendors and suppliers to tender for the procurement of Goods as specified in the following paragraph.

 

GOODS

Lot No  Items  Technical Specification  Quantity  Location 
1. Supply of Medical Equipment As in the Bidding Document  As in the Bidding Document  As in the Bidding Document 
2. Basic Drugs for Primary Healthcare Centre  Ditto Ditto Ditto
3. Furniture  Ditto Ditto Ditto
4. Computers and Computer Accessories  Ditto Ditto Ditto
5. Library Books  Ditto Ditto Ditto
6. Borehole Accessories  Ditto Ditto Ditto
7. Generators  Ditto Ditto Ditto
8. Transformers  Ditto Ditto Ditto

 

2.0     Eligibility Criteria

a)       Evidence of registration with Corporate Affairs Commission (CAC) namely Certificate of Incorporation and Article of Association;

b)      Tax Clearance Certificate for the last 3 years: 2009, 2010 and 2011 Tax Clearance Certificates (indicate TIN Number);

c)       Evidence of Pension Contribution and Remittances of employee pension for Firms having more than five (5) employees;

d)      Evidence of VAT Registration and Remittance;

e)       Evidence of Industrial Training Fund (ITF) Contribution;

f)       Detailed Company Profile;

g)       Evidence of 2-3 similar jobs previously executed or currently being executed (including letters of award, completion certificate, payment);

h)      Submission of technical details & brochures of items being tendered for;

i)       Full account details including SORT code;

j)      Having annual Auditors Report for the last 3 Years (2009, 2010, and 2011); k)          Letter of Financial Capability and Banking support;

l)       Any bid above 50 Million Naira must be accompanied with Bid Security of 2 % of Bid Price;

 

3.0     Collection of Bidding Documents

3.1     Interested and eligible Vendors and Suppliers shall on written application collect Standard Bidding Documents from Office of the Senior Special Assistant to the President on MDGs, Suite 201, 2nd Floor, Block A, Bullet House, Federal Secretariat, Shehu Shagari Way, Central Business District, Abuja.

 

Upon presentation of evidence of payment of non refundable tender fee of N15,000:00 in favour of State House, Abuja

 

Submission of Bids

Technical and Financial bids (2 hard copies and 1 soft copy) shall be submitted in two different sealed envelopes and labelled “Technical Bid” and “Financial bid” respectively with the Company’s name indicated at the back of each envelope. Both envelopes should be sealed and placed in a third envelope marked with the “Lot No and Lot Title” at the Top right hand corner and addressed to:

 

The Senior Special Assistant to the President on MDGs,

Suite 201, 2nd Floor, Block A, Bullet House,

Federal Secretariat,

Shehu Shagari Way,

Central Business District, Abuja.

 

3.2.1  The closing date for the submission for all Lots is on or before Monday 30th July, 2012 by 12.00 noon.

 

3.2.2 Only Bidders whose Technical bids fulfil the minimum requirements will have their Financial bids considered.

 

3.2.3 All inquiries should be directed to the Office of the Senior Special Assistant      to the President on MDGs at the above address.

 

3 2.4  Technical Bids will be opened on Monday 30th July,2012 by 1:00 p.m. at a venue to be announced later in the presence of all Bidders who wish to witness it, representative of relevant Professional body representative of Non Governmental Organisation in Transparency and Anti-corruption.

 

4.0     Note

4.1     No advance payment will be paid.

4.2     Payment will be made only in two tranches, Fifty Percent Payment on completion of Sixty Percent work and One hundred Percent Payment on delivery.

 

5.0     Conclusion

5.1     The OSSAP- M DGs will not be responsible for any cost or expenses incurred by any interested party (ies) in connection with any response to this invitation and or the preparation or submission in response to an enquiry.

 

5.2     The OSSAP-MDGs is not bound to shortlist any bidder.

 

Signed:

OSSAP-MDGs

2012 FGN Capital Budget (Addendum) – Invitation to Tender at Ikeja Electricity Distribution Company

Public Notice

Ikeja Electricity Distribution Company

2012 FGN Capital Budget (Addendum) – Invitation to Tender

 

1.0     Introduction

The Management of Ikeja Electricity Distribution Company wishes to invite interested reputable Companies to tender for the execution of the under-listed projects and supplies in the 2012 Financial year.

 

2.0     Scope of Works

 

Lot Lot Description
Lot 1 Completion of ongoing 1x 7.5MVA 33/11kV Injection S/Station at Alaja
Lot 2 Procurement of HT & LT Cables for Network Expansion
Lot 3 Completion of Company Store
Lot 4 Procurement and Installation of 2No 15MVA Power Transformers
Lot 5 Additional 11/0.415kV Transformers to deliver power from additional generation
Lot 6 Replacement of Obsolete switchgear and replacement of malfunctioning relays and other signal indicators on the panel
Lot 7 Purchase of fire extinguishers
Lot 8 Supply and deployment of Aluminium Conductor for Network Maintenance and Expansion
Lot 9 Provision of 800A 4-Way Feeder Pillars, RMUs for maintenance
Lot 10 Provision & Installation of 15No 300k VA Transformers at Mowonl a, Onishigda/Eleyo CDA, Agondogbon, Behind lucky fibre factory, Igbalu, Irishe, Imota, Marcauly, Sabo market and Igbokuta communities in Lagos State
Lot 11 Complete Rehabilitation of 9No Injection Substation switchyard and control rooms
Lot 12 Supply of 4 No Lorry with 8ton Hiab Crane for Ikeja zone
Lot 13 Reconductoring of 11kV and 33kV Overhead line
Lot 14 Purchase & Installation of 500k VA Transformer at Ekun Street, Iyana Odo pipeline, Lagos
Lot 15 Rehabilitation & Standardization of Distribution S/Station
Lot 16 Rehabilitation of 11kV and 33kV Overhead lines in 10 Business Units
Lot 17 Rehabilitation of dilapidated LV Network including replacement of wooden poles in some Business Units
Lot 18 Provision & Installation of 3No 500k VA Transformers at Bolanle, Shogunle, Ewu Tuntun, Orile areas of Oshodi/Isolo
Lot 19 Supply of Rapid Rapturing Fuses for Distribution Transformer Protection
Lot 20 Supply of 33kV Fibre Glass Cross Arms
Lot 21 Provision of 300k VA Transformer at Iyalode Close, Ifako/Ijaiye, Lagos State
Lot 22 Provision of 300k VA Transformer at No 9/11, Agbado Ijaiye, Lagos State
Lot 23 Supply and Installation of eight (8) units of Transformers at (1) Akanni lane, Isolo (2) Wahab Kajogbola/Dr. Faseun Av. Okota (3) Abunna/Surprise Av. Ejigbo (4) Sulaimon/Cris Idowu junction, Ejigbo (5) Church Street, Jakande (6) Adebimpe Street, Oke Ogba/New Site. Okota (7) Salamotu/Adeyiga, Ilasa (8) Ilamose Estate in Oshodi/Isolo LGA, Lagos State
Lot 24 Provision of Transformers in Lagos State

 

1.0         Condition for Eligibility:

  • Copy of the Certificate of Incorporation of the Company
  • Current Company Tax Clearance for the last Three (3) Years
  • VAT Registration Certificate and evidence of VAT remittances
  • Evidence of compliance with Pension Act 2004
  • Audited financial report of company for the past 3years (2009, 2010 & 2012)
  • Evidence of Financial capability from a reputable Bank (Not just evidence of maintenance of Bank Account)
  • Evidence of having successfully carried out similar works/supply in the last five years.
  • Companies in construction industry should have COREN registered engineer as the Managing Director and must show proof of having executed such jobs successfully.
  • Evidence of capability and facilities for manufacturing of Equipment for Manufacturers.
  • Manufacturers must show evidence of SON or ISO certification
  • Company profile including details of key professional staff, relevant manufacturing capability where necessary and copy of Company Brochure.
  • Evidence of payment of appropriate Non-Refundable Tender Fee for the collection of the Bid Documents
  • Any other information or document(s) that will place the Company on a comparative advantage over others

 

2.0     Method of Application

Tender Documents are available for collection upon payment of appropriate Non-Refundable Tender fee from the office of:

 

The Principal Manager (Procurement)

Ikeja Electricity Distribution Company,

5” Floor, Alausa, Ikeja, Lagos, Nigeria.

 

3.0     Submission of Document

Interested Applicants should submit their spirally bound Technical & Financial Bid Documents in line with the requirements stated above in sealed envelopes marked “Tender – 2012 FGN Capital Project” indicating the description ofproject on the left hand corner of the envelope (s).Name, mailing address and telephone number of the Tender Company must be clearly stated at the back of the envelope(s).

 

Application should be per lot and documents for different lots must be in separate envelopes, clearly and boldly labeled as indicated above to be sent to the following address on or before 14th August, 2012 by 12.00 noon.

 

The Chief Executive Officer,

Ikeja Electricity Distribution Company,

Alausa, Ikeja, Lagos.

 

Two sets (Original & Copy) plus Soft copy are to be submitted. All Information shall be provided in English Language.

 

6.0     Note:

Each page of the submission shall be duly stamped and signed by a Director of the Company.

 

Unsigned documents will not be accepted.

  • Any document that does not meet the above requirements will not be processed.
  • Only Technically qualified companies will have their Financial Bids opened.
  • Any participant soliciting in any form to the CEO, Tenders’ Board & Staff of Procurement Department shall be disqualified.
  • All necessary authority and guarantee for verifications must be submitted to Ikeja Electricity Distribution Company for verification of all claims.
  • This advertisement shall not be construed as a commitment on the part of IKEDC by the virtue of such Contractors having responded to this advertisement.

 

Signed

Management

Ikeja Electricity Distribution Company,

Alausa, Ikeja, Lagos.

 

 

Invitation for Technical and Financial Bids for the Development and Installation of a Socio Economic Data Base for the Nine (9) States of the Niger Delta Region at the Ministry of Niger Delta Affairs

Ministry of Niger Delta Affairs

Federal Secretariat Phase I, Shehu Shagari Way, Abuja

 

Invitation for Technical and Financial Bids for the Development and Installation of a Socio Economic Data Base for the Nine (9) States of the Niger Delta Region

 

1.0     Introduction

Consequent upon a grant made available to the Ministry of Niger Delta Affairs MNDA) by the United Nations Development Programme (UNDP) to develop and install a web-based Socio-economic Data-Bank for the Nine (9) States of the Niger Delta Region, the Ministry is desirous of engaging a competent vendor to bring about the successful implementation of the project. The Ministry, through this, will acquire an interactive online/web-based data bank solution with rich and actionable data that will create a single, unified information data-base for the Niger Delta Region with a view to providing easy access for Stakeholders, Consultants and Donor Agencies/Partners as well as Researchers who need information on the Region.

 

2.0     Eligibility

Interested and competent firms who wish to participate in the project are required to submit their financial bids together with the firms’ profile which must include but not limited to the following documents.

i.        Evidence of Incorporation of the Firm with Corporate Affairs Commission (CAC )

ii.       Evidence of Tax Clearance Certificate for 2009, 2010 and 2011

iii.      VAT Certificate with Evidence of Remittance to FIRS

iv.      Firm’s Audited Account for 2009, 2010 and 2011

v.       Evidence of Pension Registration/Remittance

vi.      Evidence of Requisite Professional and the Technical Staff to perform the job

vii.     Evidence of previous work in similar capacity

viii.    Evidence of financial capability vide Bank Statement of Account and Bank Support

ix.      Sworn Affidavit that the firm is not Bankrupt

x.       Sworn Affidavit that none of the Principal or Associates of the firm is an ex-convict or bankrupt.

 

3.0     Tender Requirements:

Interested contractors who wish to participate in the above exercise are required to obtain bidding documents from the Secretary, Ministerial Tenders Board, Room 317, 3rd floor on payment of a non-refundable fee of twenty thousand (N20,000.00) naira only.

 

4.0     Submission of the Tender Documents:

i)       Technical Document should be placed in one envelope, sealed and clearly marked “Technical Bid”

ii)      Financial Bid should be placed in another separate envelope.

iii)     The name of the Company and title of the project should be clearly written on the reverse side of the envelopes.

iv)     Insert the Envelopes containing the Technical documents and the Financial bid in another bigger envelope, seal and address to:

 

The Deputy Director Procurement,

Ministry of Niger Delta Affairs

Federal Secretariat Complex Phase I

Shehu Shagari Way, (CBD)

Abuja, Nigeria

 

v)      The reverse side of this envelope should also have company’s name and the title of the project clearly written.

vi)     Deposit the sealed and clearly marked Envelope in the Tender Box located in Room 4B-334, 3rd Floor, Federal Secretariat, Phase I, Shehu Shagari Way Abuja, on or before Monday 23rd July, 2012 by 12.00 Noon. The tender documents will be opened on the same day, Monday 23rd July 2012 by 2pm at the SGF Mini Conference Room Ground Floor, Near the Library, Federal Secretariat, Phase 1, Abuja.

 

5.0     Bids Opening:

This serves as invitation to representatives of companies and civil society groups who may wish to be present at the bids opening scheduled to take place at 2.00pm on Monday 23rd July, 2012.

 

6.0     Late Submission

Late submission will not be accepted.

The MNDA may reject any/all bids at any time without any liability whatsoever. This advertisement shall not be construed as a commitment on the part of MNDA by virtue of such bidders having responded to this advertisement.

 

Bidders are hereby notified that only the Financial Bids of companies whose Technical Bids meet the minimum qualifying score shall be opened. The Financial Bids of unsuccessful companies will be returned unopened.

 

7.0     Enquiries

For further information/enquiries please contact office of the Director, Planning Research and Development (PRD) Ministry of Niger Delta Affairs.

 

Signed:

Pre-qualification to Tender for TETFUND 2009/2010(Merged) Project at Federal College of Fresh Water Fisheries Technology, New Bussa, Niger State

Federal College of Fresh Water Fisheries Technology

P.M.B. 1500, NFW BUSSA, Niger  State

TETFUND 2009/2010 (MERGED) Normal Intervention

 

Invitation for Pre-qualification to Tender

 

1.0     The Federal College of Freshwater Fisheries Technology, New Bussa, Niger State hereby invites suitably qualified and interested contractors for pre-qualification to tender for the College’s TETFUND 2009/2010(merged) Project in line with Public Procurement Act 2007.

 

2.0     Scope of Work: Supply of Hospitality Management Equipments and Food Technology Equipments.

 

Details

Lots No Description of Item
1.1 Eight (8) bumers electric Industrial cooker with oven

 

1.2 Eight (8) bumers gas Industrial cooker with oven

 

1.3 Small stainless Hobart Industrial dough paste mixer

 

1.4 Dish washer range

 

1.5 Double door ambient display show case

 

1.6 Banking Oven Electric

 

1.7 Dough met fryer

 

1.8 Cake showcase (XID-RFB)

 

2.1 1 Litre Laboratory Fermenter (Bioreactor) FERM AC 200 series including installation and training of staff.

 

2.2 Polarimeter- AP 300 ( AT AGO)

 

2.3 Laboratory freezer dryer model FD-1A-50

 

3.0     Pre-Qualification Requirements

All interested and qualified contractors should submit the following documents/information for assessment and consideration.

 

i.        Evidence of Registration of company with Corporate Affairs Commission.

ii.       Evidence of registration with Pencom.

iii.      Evidence of Registration with FIRS for VAT collection and TIN.

iv.      Evidence of similar jobs executed in the Last 4 years.

v.       Evidence of financial capability and possible bank support.

vi.      Evidence of contribution to Industrial Training Fund

vii.     Current Tax clearance certificate

 

4.0     Submission of Pre-Qualification Documents

Bound pre-qualification document should be submitted in sealed envelope marked “pre-qualification for….(indicate specific project and Lot No. of interest)” addressed to the Provost, Federal College of Freshwater Fisheries Technology, New Bussa.

 

5.0     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened on Monday. 16th July. 2012 by 11.00am in the College Conference Room. All bidders or their representatives and NGO’s are invited to witness the bid opening.

 

6.0     Collection of Tender Document:

Only pre-qualified contractors/suppliers shall be invited to send in their financial bids upon payment of non-refundable tender and processing fees of N 20,000.00 (Twenty Thousand Naira) only per Lot.

 

Please Note

a)       This advertisement should not be considered as a contract award or any commitment on the part of the College.

b)      The College is not bound to consider a specific tender and shall not engage in any unnecessary correspondence on the matter.

 

Signed:

Provost/CEO

FCFFT, New Bussa.

 

 

Pre-qualification and Tender for 2012 Capital Projects at Abubakar Tafawa Balewa, University Teaching Hospital (ATBUTH), Bauchi

Abubakar Tafawa Balewa, University Teaching Hospital (ATBUTH), Bauchi

 Invitation for Pre-Qualification and Tender

The Abubakar Tafawa Balewa, University Teaching Hospital, Bauchi is inviting interested  companies and contractors for Pre-qualification and Tender in respect of the under listed projects in the 2012 capital projects.

 

Construction Works

Lot No.       Project Title

Lot -I           Expansion of Administrative Block (Phase II)

Lot-II         Completion of Eye Complex (Phase II)

Lot-III        Construction of Road Network (Low Volume Flexible Pavement).

 

Pre-Qualification Requirements:

1.       Evidence of registration with Corporate Affairs Commission (CAC)

2.       Tax clearance certificate for the last three (3) years

3.       Evidence of Value Added Tax registration and remittance for three (3) years

4.       Evidence of registration and payment of pension and social security contributions

5.       Audited account for the past three years

6.       Company profile with CV of Directors

7.       Details of Equipments and plants

8.       Bank reference letter

9.       Evidence of execution of similar contract including letter or certificate of successful completion to be attached

10.     Evidence of registration with Industrial Training Fund (ITF)

 

Collection of Tender Documents

Tender documents are available for collection from Friday 29th June 2012, at the Procurement Planning office; ATBUTH Bauchi, upon payment of twenty-five thousand Naira (N25,000.00) Tender fee.

 

Note Please:

This application for Tender shall not be construed to be a commitment on the part ATBUTH, Bauchi, nor shall it entitle any person to make any claims and or seek indemnity from the committee by virtue of such person having responded to this advert.

ATBUTH shall not enter into correspondence with unsuccessful applicants.

 

Submission of Tender Documents:

Pre-qualification and Tender documents should be submitted in sealed wax separate envelopes marked “2012 Pre-qualification’ and 2012 Tender’ with the lot number at upper right hand side of the tender document which must be dropped into the tender box situated at the Administrative block on or before 30th July 2012, addressed to:

 

The Secretary,

Tender Committee,

Abubakar Tafawa Balewa, University Teaching Hospital,

Bauchi, Bauchi State.

 

Closing date for submission is Monday 30th July 2012 by 12:00 noon

Opening of Tender Documents is by 02:00 pm same date

Venue: Board Room of ATBUTH, Bauchi

Prospective bidders or their representative are to be present at the opening.

 

Signed:

Management.