General Procurement Notice at Olorunsogo Power Plc

Power Holding Company of Nigeria Plc

Olorunsogo Power Plc

P. M. B. 1017 Ota, Ogun State

 

General Procurement Notice

 

Preambles:

Olorunsogo Power Plc wishes to inform the general public of her intention to implement project activities for year 2012 in accordance with her proposed Budget.

 

Expected Scope of Work/Supply

i.        Combustion Inspection of GE Frame 6 Turbines.

ii.       Supply of Mark VI Control Cards(various)

iii.      Supply of Technical Tools (Mechanical, Electrical, Instrumentation & Control, etc.)

iv.      Supply of Materials handling equipment, Work Vehicles and PPE.

v.       Supply of Turbine Lubricating Oil.

vi.      Supply, Installation and Commissioning of Laboratory Equipment (various)

vii.     Supply of Laboratory Chemicals(various)

viii.    Supply of Office furniture and Equipment, (various)

ix.      Chemical Extermination of termites, termitaries & fumigation of their colonies.

x.       Corrosion control on plants and associated equipment.

xi.      Personnel Training (Technical and Non technical)

xii.     Building Maintenance & Services

 

Requirements:

1.       Procurement of the above Works & Goods will be conducted in accordance with Procurement Act 2007 and its applicable guidelines .e.g.

a.       Certificate of Incorporation/Business Registration

b.       Tax Clearance Certificate for the last 3 years

c.       Value Added Tax Registration Certificate (VAT).

d.       Evidence of Registration with Pension Commission (PENCOM).

e.       Evidence of successful execution of similar project(s) (applicable to i.).

f.       Company’s resume including profiles of staff to be deployed for execution of contract. (i) above

g.       Must possess the legal capacity to enter into procurement contract.

h.       Must not be in receivership, insolvent or bankrupt.

 

2.       All submissions and claims are subject to verification as companies with false claims/submissions will be disqualified.

 

All interested and eligible bidders that whish to be considered for the provision of goods/work for the above mentioned projects as well as those requiring additional information should contact the Office of the Chief of the Chief Executive Officer, Olorunsogo Power Plc. (Mob No.: …)

 

Signed:

Management Olorunsogo Power Plc

Ogun State

 

MANAGEMENT

PHCN……Providing Power for National Growth

 

Pre-qualification for the Faculty Building of Physical Sciences and Biosciences Wing A and Wing C at Nnamdi Azikiwe University, Awka

Nnamdi Azikiwe University Awka

 

Invitation for Pre-Qualification to Tender

 Nnamdi Azikiwe University hereby invites bids for pre qualification from suitably qualified, competent, reputable and interested contractors for the Faculty building for the Faculties of Physical Sciences and Biosciences Wing A and Wing C.

 

Pre Qualification Requirements

Prospective Tenderers are required to submit their pre qualification bids containing the under listed documents/information in clearly marked and wax sealed envelopes to the Office of the Registrar, Nnamdi Azikiwe University, Awka on or before 12 noon on the day of close of submission of bids.

 

(a)     Evidence of payment of Education Tax (For Limited Liability Companies only).

(b)     Evidence of payment of non refundable deposit of N20,000.00 (Twenty thousand Naira) only.

(c)      Certificate of registration/incorporation

(d)     Current three years tax clearance certificate

(e)      VAT registration certificate

(f)      Evidence of Registration with the Federal Ministry of Works

(g)     List of plant and equipment owned by the company and verifiable addresses of their locations

(h)     Details of verifiable experience of similar projects/ evidence of timeous completion of projects of similar nature and magnitude

(i)      Resume of key professional staff to be involved in the work and evidence of registration with the relevant professional bodies.

(j)      Current financial status of the company.

(k)     Evidence of remittance of pension contribution fund for staff of the company   from reputable Pension Funds Administration (PFA) as provided in section 16 sub section 6(d) of the Public Procurement Act 2007.

 

Please note that only contractors who have executed similar single projects of value above N250,000,000.00 need apply Bidders are required  to pay a non-refundable deposit of N20,000.00 in the Bursary Department and obtain a receipt.

 

Submission of Bids

Please note that only contractors that are found suitable and have been pre-qualified to tender for the project will be given the tender documents and invited for the competitive bidding for the award of the contract.

 

Closing date for the submission of the pre-qualification bids is on or before 11th June 2012 and the public opening follows immediately thereafter in the Council Chambers of the University on Monday 11th June 2012 by 12 noon. The representatives of the bidders and the general public are encouraged to attend to witness the exercise.

 

Note:
Please note that this pre-qualification is NOT an invitation to the financial tender as only those who are successful during the pre -qualification will be invited to the financial tender. Nnamdi Azikiwe University is neither committed nor obliged to reply any company that is not found suitable.

 

Signed

Barr C.C.Okeke

Registrar

 

Bidding Document for the Procurement of Goods and Equipment at Economic and Financial Crimes Commission

Economic & Financial Crimes Commission

Bidding Document for the Procurement of Goods and Equipment

 

Invitation to Tender

 

1.       This invitation for Tenders follows the approval of 2012 Budget.

 

2.       The Federal Government of Nigeria has an appropriation for capital and recurrent items in the 2012 Budget of the Economic and Financial Crimes Commission, and it intends to apply part of the money for the procurement of Goods and equipment.

 

3.       The Economic and Financial Crimes Commission now invites sealed Bids from eligible Bidders for the supply of Goods and Equipment listed below.

 

Lot Description Quantity Delivery Period Bid Security Location
1 Electric Power Backup Lump sum 30 Days At least 2% of the Bid price EFCC No 5 Fomella Street, Wuse 2, Abuja
2 Supply of Security Equipment Lump sum 30 Days At least 2% of the Bid price EFCC No 5 Fomella Street, Wuse 2, Abuja
3 Supply of assorted furniture Lump sum 30 Days At least 2% of the Bid price EFCC No 5 Fomella Street, Wuse 2, Abuja
4 Supply of Office Stationeries Lump sum 21 Days At least 2% of the Bid price EFCC No 5 Fomella Street, Wuse 2, Abuja

 

Lot 5:         Manage and operate a Cafeteria at EFCC Headquarters

 

Tender Requirements and Procedures

  • Certificate of Incorporation or Registration of Company
  • Company Profile, including management structure and ownership
  • Names and CV’s of team leader and professional staff
  • Evidence of Technical Competence, covering the range of services
  • Audited Accounts for the last three years
  • Tax Certificates for the last three years
  • Copies of form CO2 & CO7
  • Experience Track record of the firm
  • Evidence of Payment of Training contribution to Industrial Training Fund “ITF”
  • Evidence of Similar projects executed over the last three years
  • Evidence of Financial Capability from Bank.

 

4.  Bidding will be conducted through National Competitive Bidding Procedures and is open to all Bidders within Nigeria

 

5.  Interested eligible Bidders may obtain further information from the Economic and Financial Crimes Commission, No 5 Fomella Street, Wuse 2, Abuja, and inspect the bidding documents at the address given below from 8:00 am 3:00 pm Local time (Mondays Fridays).

 

6. A complete set of bidding documents in English Language may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of Ten Thousand Naira (N10, 000.00) in form of Bank Draft payable to the Economic and Financial Crimes Commission.

 

7.  Bids must be delivered to the address below on or before Monday 11th June 2012 by 11.00am. All Bids must be accompanied by a Bid Security of at least 2% of the bid amount. Late Bidding will be rejected. Tenders will be opened in the presence of Bidders’ representatives, who choose to attend on Monday 11th June, 2012 by 11.00am at the Commissions Secretary’s Conference Room, Second Floor.

 

Signed

The Director, Organizational Support

Economic and Financial Crimes Commission

5, Fomella Street, Wuse 2, Abuja

 

Execution of Projects at the Nigerian Meteorological Agency (NIMET)

Nigerian Meteorological Agency (NIMET)

33, Pope John Paul II Street, Off Gana Street, Maitama District, Abuja. Nigeria.

 

Invitation for Bids

 

Introduction

The Nigerian Meteorological Agency (NIMET) in fulfillment of its mandate to monitor weather, climate and provide early warning advisories; and in accordance with the 2007 Public Procurement Act. invites interested and eligible contractors to tender for the execution of the following projects which are to be funded through the 2012 Federal Government (FGN) Appropriation and or Internally Generated Revenue (IGR).

 

2.       Projects A

Package 1: Procurement For Marine/Port MET Stations, Enclosures (ONNE, Forcados & EKET) and Provision of 2 Climate Information Systems (CIS)

Provision of a networked marine met information system (consisting of hardware, software, data and training) for use at our locations in (a) the Marine Port Met Eket and (b) the National Weather Forecasting and Climate Research Centre, Abuja. The project aims at enriching the marine met database as well as enhancing the efficiency and effectiveness of weather forecasts and bulletins for safety and sustainability of maritime industry in Nigeria.

 

Package 2: Data Rescue for Automatic Weather Observation Station (AWOS) and Archive

To install radio equipment on existing automatic weather stations to transmit observed data to data Bank at Oshodi as well as to procure and install appropriate equipment to convert analogue climatological data in MET Archive, Oshodi to digital format.

 

Package 3: Procurement Conventional Instruments Nationwide

These are instruments for measuring atmospheric parameters such as temperature, pressure, wind speed/direction, solar radiation, precipitation etc.

 

Lot I           –Barometers and Calibration Chamber

Lot II                   -Rain gauges& accessories

Lot III        -Wind Sensor Instruments

Lot IV        -Solar Radiation Instruments, Stevenson Screens/Minimum & Maximum thermometers

 

Projects B

 

Package 1: Procurement and Installation of Four (4) Nos. Doppler Weather Monitoring Systems and Consumables (Doppler Weather Radar) (Consultancy Services)

The prospective consultant is to determine the exact locations of the Doppler Weather Radar Towers within Enugu, Jos, Sokoto and Ilorin Airports in liaison with Aviation Regulatory Agencies in Nigeria and conduct soil tests of the identified sites. In doing so, the consultant is further expected to liaise with Original Manufacturers of the Doppler Weather Radar.

 

Package 2: General Insurance Services

The Nigerian Meteorological Agency (NIMET) has assets in its corporate Headquarters, Abuja and in about 54 other locations across the country. The Agency wishes to engage the services of Insurance companies to cover the assets with appropriate policies and hereby requests for qualified and interested insurance companies to submit Expression of Interest (EOI) to develop insurance proposals in accordance with Terms of Reference (TOR) contained in our Request for Proposal documents.

 

Interested and eligible bidders are to obtain further information and collect the bidding documents at the address given below from 10:00am to 4:00pm, Mondays to Fridays, except on public holidays.

 

3.       Qualification Requirements

Interested bidders are expected to meet all requirements specified in the Bidding/ EOI documents which include:

  • Evidence of incorporation in Nigeria (CAC forms CO2 and CO7).
  • Submission of immediate past three years’ tax clearance certificate, (i.e. 2009, 2010, 2011).
  • Immediate past three years’ audited accounts of the company (2009, 2010, and 2011).
  • Evidence of registration and remittance of Value Added Tax (VAT).
  • Evidence of compliance with the relevant provisions of the Pensions Reform Act 2004.
  • Company Profile
  • Evidence of key professional staff with relevant experience and registration with relevant professional bodies.
  • Evidence of compliance with I.T.F. ACT
  • Verifiable documentary evidence of similar jobs successfully executed within the last five years. Such evidence shall be in form of valid letters of award of contract, contract agreement and completion certificate or interim payment certificates, where such jobs are still in progress. Proven integrity of performed projects is added advantage.
  • In case of construction projects, verifiable evidence of availability through ownership and/or leasehold of appropriate equipment/machinery to be deployed for the execution of the project.
  • Evidence of financial capability and availability of bank support if awarded the contract. Please note that bankers’ letter merely staling that the applicant operates an account within a turnover range is not an adequate evidence of financial capability. (Adhere to the formal as contained in the Bidding Document.)
  • For Equipment contracts, verifiable evidence of accreditation membership or affiliation with original equipment manufacturers is essential.
  • For Consultancy, verifiable evidence of accreditation, membership or affiliation with approved professional bodies.
  • For Projects B, interested and qualified service providers are to indicate expression of interest to develop proposals in accordance with NIMET Terms of Reference (TOR) as contained in Request for Proposal (RfP) document.

 

4.       Collection of Bidding/Request for Proposal Documents

A complete set of relevant documents in English language may be obtained from the address below on payment of a non-refundable fee of N30,000.00 (Thirty Thousand Naira) only payable in cash to NIMET bank account or Bank Draft issued in favour of Nigerian Meteorological Agency. The documents or RfP will be collected on presentation of the receipt of payment (original and photocopy)

 

5.       Submission of Bidding/Request for Proposal Documents

Bids must be delivered in an envelope containing two separately sealed envelopes marked technical and financial bids or EOI and RFP as the case may be, to the address below on or before 12:00 noon on Monday, June 25, 2012. Bids will not be collected after this period. The name and mailing address of the bidder, including valid contact telephone number must be clearly marked on the envelopes and also in the contact address on letter of delivery.

 

6.       Opening of Bids

Bids and EOI will be publicly opened in the presence of representatives of companies, who choose to be present at the Agency’s conference room at 2:00pm on Monday, June 25th, 2012. This advertisement also serves as an invitation to all stakeholders and the general public to the bids opening.

 

7. Bid Security

All bids must be accompanied by a bid security of 2 per cent of the bid value.

 

8. Note: Bidders who do not scale through the technical or EOI evaluation stage shall have their financial bid(s) or proposal(s) returned unopened.

 

9.       Enquiries

For Enquiries, please call

08037775161 (Head of Procurement) OR

08065434995 (Desk Officer-Documents)

 

10. NB:

This advertisement shall not be construed us a commitment on the part of NIMET shall it entitle responding contractors to seek any indemnity from NIMET by virtue of the contractors having responded to the advertisement

 

NIMET reserves the right to verify claims made by any bidder. The Nigerian Meteorological Agency is not obliged to accept the lowest or any tender

This advertisement CANCELS the earlier publication on Tenders Journal Vol. 8, No. 10 of May 14 May 28, 2012.

 

Signed

Director-General/CEO,

Nigerian Meteorological Agency,

33, Pope John Paul II Street, Maitama, Abuja.

construction and completion of students hostel projects at Michael Okpara University of Agriculture, Umudike, Abia state

Michael Okpara University of Agriculture, Umudike

 

P.M.B 7267, Umuahia Abia State, Nigeria

 

Invitation for Submission of Bid

 

 

1.0     Bids are hereby invited from interested and reputable contractors with relevant experience and good track records for the construction and completion of students hostel projects at Michael Okpara University of Agriculture, Umudike, Abia state.

 

 

2.0 Project, Tender No and Payable Non-Refundable Fee

(a) Erection and completion of Students hostel, MOUAU/SHP/2012; N50, 000.00

 

 

3.0 Bidding Criteria

Interested contractors are required to submit the following:

a.       Company profile and organizational structure including names and resume of key personnel.

b.       Verifiable list of previous/ similar major works carried out in the recent past with  their  locations   and  clients   (copies   of completion certificates/final payment certificates should be attached).

c.       Evidence of incorporation and current tax clearance certificate for the last three (3) years.

d.       Reference letter from the company’s banker(s).

e.       Evidence of bid security from a   bank or insurance bond from a reputable insurance company worth N250,000.00 with a bid validity period of 90 days.

f.       List of equipment to be used for the project and their location (state whether the equipment are leased, hired or owned).

g.       Submission of a bonafide commercial bid.

h.       Any company with records of failed projects may be disqualified.

 

4.0     Collection of Bidding/Tender Documents

The bidding documents are to be collected from the office of the Ag.

Director of Physical Planning, upon evidence of payment of non-refundable fee to the Bursary Department, Michael Okpara University of Agriculture, Umudike (BANK DRAFT).

 

 

5.0   Submission of Documents

Duly completed bids should be neatly packaged for the review of the  University. It should be hand-delivered to:

The Registrar,

Michael Okpara University of Agriculture, Umudike,

Abia State. Room 214, ALEX EKWUEME BUILDING

 

To reach him on or before 25th June, 2012 by 12.00 noon of this closing date.

 

 

6.0 For Further Enquires Contact:

The Vice-Chancellor or the Ag. Director of Physical Planning, Michael Okpara University of Agriculture, (MOUA),Umudike.

 

 

7.0.    Opening of Bid Documents

Interested competent contractors are invited to the opening of the Bid documents on 25th June 2012, by 12.00 noon in the Vice-Chancellor’s Conference Room, Michael Okpara University of Agriculture (MOUA), Umudike.

 

8.0       Please Note That:

  • The Michael Okpara University of Agriculture is neither committed nor obliged to shortlist any contractor or to award the contact to any contractor or agent.
  • The University reserves the right to reject any and /or all bidding packages.
  • This advertisement for invitation shall neither be construed as commitment on the part of the University nor shall it entitle any contractor to make any claims whatsoever and/or seek any indemnity from the Michael Okpara University of Agriculture, Umudike.

 

Dr. A.C. Nwokocha

Registrar