Procurement of Internet Infrastructure/Equipment and Generators at University of Maiduguri

Federal Government of Nigeria (Federal Ministry of Education)

Science and Technology Education Post-Basic (Step-B) Project Step- B Project: University of Maiduguri

Issued Date: 7th May 2012

Credit No: 4304 UNI

Invitation for Bids (IFB)

Procurement of Internet Infrastructure/Equipment and Generators

(IFB No: UNIMAID/GDS/NCB/01/10)

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591of 2nd July, 2007 and 4 National Dailies of the same date.

 

2.       The Federal Government of Nigeria has received a Credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this credit to payments under the contract for the procurement of Internet Infrastructure/equipment and Generator.

 

3.       The Science and Technology Education Post-Basic Project, (STEP-B       Project: University of Maiduguri), now invites sealed bids from eligible and qualified bidders for the Procurement of the following:

 

Lot Item Description Bid Security Qty Bid Validity Delivery Period
1 1 30KVA Sound-Proof Generator & accessories

 

At least 2.5% of Bid Price

 

4 90days Within 60days
2 1 Procurement of laboratory equipment for non-biodegradable waste and temporary immersion bioreactor At least 2.5% of Bid Price

 

23 90days Within 60days
3 1 Construction and installation of screen/ green house of 6 x 20m At least 2.5% of Bid Price

 

4 90days Within 60days

 

Bidders may bid for any one or more lots discounts offered for the award of combined lots will be considered in bid evaluation.

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB), a procure specified in the World Bank’s Guideline: 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 the Project Manager, Science and Technology Education Post-Bask Project, University of Maiduguri and inspect the bidding documents at the address given below, between the hours of 9.00 am to 4.00pm Mondays to Fridays, except on public holidays.

 

6.       Qualifications requirements include:

(i)      Evidence of previous supply (sale) of similar equipment for the past 5 years, (ii)           Audited financial statements for the last three years

(iii)    Evidence of registration with appropriate/relevant Government Agency.

A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.

7.       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 N10,000.00 (Ten Thousand Naira only) or US$70.00 (Seventy Dollars only). The method of payment will be Cash or Bank Draft in favour of STEP-B Project, University of Maiduguri. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request which shall be at the bidder’s cost

 

8.       Bids must be delivered to the address below at or before 2:00 pm local time on 6th June, 2012. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on 6th June, 2012 at 2:00 pm local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency.

 

9.       The address referred to above is:

The Project Manager,

Science and Technology Education Post-Basic (STEP-8) Project,

University of Maiduguri Consultancy Centre,

Bama Road, Borno State.

Tel: +234 803 629 9164,

E-mail: audzivama@yahoo.com

 

Invitation for the Pre-Qualification for the Rehabilitation of Ninth Mile Corner Crash Programme Water Supply Scheme at Ministry of Water Resources, Enugu State

Enugu State Government

Ministry of Water Resources

Invitation for the Pre-Qualification for the Rehabilitation of Ninth Mile Corner Crash Programme Water Supply Scheme

 

The Enugu State Government intends to undertake the rehabilitation of Ninth Mile Corner Crash Programme Water Supply Scheme to boost water supply to some parts of Enugu Metropolis.

 

The works shall consist of:-

 

Lot 1:

A.     Rehabilitation of eight (8) existing boreholes and construction of four (4) new boreholes with all the mechanical/electrical installations.

 

B.     Completion of 300mm DI pipeline to channel the output (water) from borehole field into Agbaja Ngwo water reservoir for onward transmission to Enugu.

 

Lot 2:    Civil Works:

  • Construction of new staff residential quarters
  • Erosion works/replacement of collapsed internal block wall fence/pump house.
  • Construction of police outpost and quarters.
  • Rehabilitation of existing buildings.
  • Block wall perimeter fencing (340, 244m2 land area) of the borehole field.
  • Gen set house/switch room booster pump house, WTP buildings, etc.

Note prequalified contractors will be required to visit the site before commercial bidding.

 

The Enugu State Ministry of Water Resources therefore invites contractors for prequalification for the works outlined above. Invitation for the financial bidding will be made after the prequalification exercise.

 

Pre-Qualification Requirements:

  • Evidence of incorporation of Business name with corporate Affairs commission (CAC)
  • Evidence of registration as contractor with the Enugu State Ministry of Water Resources
  • Evidence of registration as contractor with Enugu State Ministry of Works & Infrastructure
  • Last Three (3) consecutive years tax clearance certificate
  • Provision of annual audited account of the company for the last three (3) years
  • Evidence of annual turnover in construction works of at least (five hundred million Naira (N500,000,000.00) value in any of the last five years.
  • Possession of experience as a prime contractor on projects of similar nature and complexity within the last five (5) years.
  • Must have project (or contract) manager who must be a COREN registered Engineer with at least 10 years experience in works of equivalent nature and volume including not less than 3 years as manager among its core staff.
  • Have liquidity and /or evidence of access to availability of confirmed positive credit facilities of not less than N200,000.000.00 (two hundred million naira) only.
  • Possess a substantial proportion of the construction equipment required to successfully execute the contract.
  • Submission of bank draft for fifty thousand naira (N50, 000.00) only made payable to the Enugu State Ministry of Water Resources being a non- refundable processing fee.

 

Application for pre-qualification should be submitted in sealed envelopes marked “Application to Pre-Qualify for the Rehabilitation of Ninth Mile Corner, Crash Programme Water Supply Scheme”. Indicating the lot of interest. This document must be signed and addressed to the Permanent Secretary, Enugu State Ministry of Water Resources, 1st & 2nd floor, DAD Building, Independence Layout, Enugu, to reach him on or before 21st May 2012.

 

Signed

Charles C. Eze

Permanent Secretary

 

Invitation to Pre-Qualification for TETFUND Normal Intervention Projects at Umaru Musa Yar’adua University, Katsina

Umaru Musa Yar’adua University, Katsina

Invitation to Pre-Qualification for TETFUND Normal Intervention Projects in Umaru Musa Yar’adua University, Katsina.

 

The Management of Umaru Musa Yar’adua University, Katsina hereby invites reputable and competent Companies to apply for Pre-Qualification in respect of TETFUND allocation for Entrepreneurship and Library Intervention

 

Category “A”:      Year 2012 TETFUND allocation for the construction and furnishing of entrepreneurship Centre

 

Lot 1:     Construction of Entrepreneurship Centre.

 

Lot 2:    Furnishing of Entrepreneurship Centre.

 

Lot 3:     Procurement and installation of Equipment in the Workshops of the Entrepreneurship

 

Category “B”:       Procurements Under 2009/2010/2011 Merged TETFUND For Library Development Projects

 

Lot 1:     Equipment/Furniture

Lot 2:     Arts and Education Books

Lot 3:     Social and Management Sciences Books

Lot 4:     Natural and Applied Sciences Books

Lot 5:     General

Lot 6:     Journals Subscription Renewals (Local and International)

 

2.       Technical Bids:

The pre-qualification documents should include: –

(a)     Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(b)     Evidence of current registration with Umaru Musa Yar’adua University, Katsina Category “D”:

(c)      Company’s Current Tax Clearance for the last three (3) years (2009 – 2011);

(d)     Company audited account for the last three (3) years (2009 – 2011) including annual turnover:

(e)      VAT registration and evidence of remittance in the last three (3) years (2000-2011) to be attached;

(f)      Evidence of Financial Capability to execute the project. Bank reference and a letter of credit facility from a reputable Commercial Bank with a commitment to provide loan facility for the execution of the contract if eventually won.

(g)     List of similar, verifiable and successfully executed projects or ongoing by the Company with letters of award and completion certificates, in the last four years 3008 – 2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

 

(h)     List of Managerial, key Technical and Administrative Staff of the Company which should include names, curriculum vitae and copies of certificates for each key staff  (Category “A” only).

(i)      List of Equipment owned or on lease hold by the company relevant for smooth execution of the project. Evidence of ownership and pictures with company Logo is an added advantage (Category “A” only).

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

(k)     A sworn affidavit indicating that all documents submitted are genuine, verifiable and that no officer of Umaru Musa Yar’adua University, Katsina is a former, present director or shareholder and has no interest in the company.

(I)      A sworn affidavit that none of the directors have been convicted in any country for any criminal offence including fraud or financial impropriety.

(m)    Evidence of community social responsibility (if any).

(n)     Scanned copies of (a), (b), (c) and (e) above would be required not photocopies. Original documents should be available for sighting on demand during or after the opening of prequalification documents.

 

3.       The Pre-qualification Forms which are available at the Registrar’s office will be issued to each contractor upon presentation of a payment receipt after making the required payment of the non-refundable processing fee to the Bursary of Umaru Musa Yar’adua University, Katsina, for this exercise as follows:

 

(I)      A non – refundable fee of N25,000.00 (Twenty Five Thousand Naira only) for pre-qualification in category “A”

(ii)     A non-refundable fee of N10, 000.00 (Ten Thousand Naira only) for pre-qualification in category “B” Contractors to note that payment for pre-qualification is once and not for each lot.

4.       Submission of Pre-Qualification/Tender Documents

The Pre-qualification documents should be bounded in a wax-sealed envelope with “Pre-qualification as Contractor written at the top left hand corner, Photocopy of the payment receipt should be enclosed.

 

All documents should be addressed to The Registrar, Umaru Musa Yar’adua University, Katsina and should be hand -delivered on or before 28th May 2012, 12

 

The Registrar,

2nd Floor, Senate Building,

Umaru Musa Yar’adua University,

Katsina.

 

Opening of Pre-Qualification Documents

Pre-qualification documents will be opened on 28th May 2012 by 1.30pm at the Umaru Musa Yar’adua University, Katsina Conference Hall, Second Floor, Senate Building. All interested members of the public especially intending contractors are hereby invited,

 

6.       Please Note:

(a)     Submission of pre-qualification documents to Umaru Musa Yar’adua University, Katsina is neither a commitment nor an obligation to award contract to any Contractor or his agent.

(b)     Advertisement for invitation for expression of interest for Pre-qualification should not be construed as a commitment on the part of Umaru Musa Yar’adua University, Katsina or shall it entitle any Contractor to make any claims whatsoever or seek any indemnity from Umaru Musa Yar’adua University, Katsina.

(c)      Due diligence would be followed as all documents submitted would be verged. Past executed works, contractors’ offices, plants and Equipment may be visited for verification Any discrepancies found would summarily disqualify the Contractor.

 

Abdu Haliiru Abdullahi

Registrar

 

Invitation for Prequalification of Building Contractors at Ministry of Information, Youths, Sports and Culture

Jigawa State of Nigeria

Ministry of Information, Youths, Sports and Culture.

 

Invitation for Prequalification of Building Contractors

The Government of Jigawa State wishes to construct an edifice to house the State Television within the premises of Jigawa Broadcasting Corporation in Dutse, the state capital and upgrade two stadia at Dutse and Kazaure.

 

To this end, interested Building and Engineering Contractors are invited to make submissions for prequalification.

 

Objective:

The objective of the prequalification is to assess the expertise and technical capacity of the contractors with a view to short listing the best for invitation to tender.

 

Scope of Work:

1        State Television:- Building of Jigawa Broadcasting Corporation complex at Dutse, Jigawa State.

2.       Dutse Stadium upgrade:- Fence work, main stand, popular stand, open stand,  and court, external lighting and score board.

3.       Kazaure Stadium upgrade:- Fence work, main stand, popular stand, open stand, Pitch and court, external lighting and score board.

 

Prequalification Requirements

Interested companies should submit the following, arranged in the listed order 1. Company registration with the Corporate Affairs Commission (CAC)

2.       Tax clearance certificate for the last 3 years

3.       Registration with the Jigawa State Works Registration/Tenders Board

4.       Company audited account for the last three years

5.       List of plants and equipment and their current locations

6.       List of technical personnel stating their qualifications

7.       List of projects of similar nature and scope handled within the last 5 years, giving names an addresses of the clients and consultants

8.       List of projects currently being handled, giving the stages they are, and estimated time of completion

9.       Certified true copy of memorandum and articles of association

10.     Evidence of financial capability and banking support

11.     Annual turn over.

12.     VAT Registration and evidence of past remittance

13.     A sworn affidavit certified as follows:-

a.       That the documents submitted are genuine and correct

b.       That none of the Directors/Partners of the company has been convicted by any court of law.

C.      That the Firm/Company is not bankrupt d. That none of the officers of the procuring entity is former or present director of the company.

 

Submission Guideline:

All documents should be bound together, sealed in an envelope and clearly marked

“Prequalification for Jigawa Broadcasting Corporation

Building Complex and Upgrade of Dutse and Kazaure Stadia” addressed to:

Director Planning, Research and Statistics

Ministry of Information, Youths, Sports and Culture

3rd Floor, New Secretariat,

Dutse,  Jigawa State.

To reach there on or before 12noon of Monday 21st May, 2012

 

Exception Notice

1.       The client or its consultants are not bound to accept any of the submissions, or bear the cost of any submissions.

2.       This notice is only for prequalification and not to tender

Invitation for Express on Interest for the Provision of Services of Current Contributions College and Debt Recovery of Outstanding Arrears of Contributions from Employers Nigeria Social Insurance Trust Fund (NSITF)

Nigeria Social Insurance Trust Fund (NSITF)

Invitation for Express on Interest for the Provision of Services of Current Contributions College and Debt Recovery of Outstanding Arrears of Contributions from Employers

The Nigeria Social Insurance Trust Fund (NSITF) wishes to engage the services of professionals and experts who will assist in the collection of current and outstanding contributions   on   the   Employees’   Compensation Scheme (ECS) from employers.

Accordingly, proposals on same are hereby expected from suitable firms as per the following details:

 

Scope of Service

The scope of service is to collect ECS contributions and recover outstanding arrears of contributions from employers nationwide. This entails the following:

i)       Serve employers with demand notices by NSITF for the purpose of payment of contributions due;

ii)      Follow up with assigned employers to ensure remittance of all contributions due to the Fund pursuant to Section 33(1) of the Employees’ Compensation  Act,   (ECA)   2010.   i.e.   1% percentum of the payroll of employers into designated NSITF Bank accounts;

iii)     Demand for and forward to the Fund evidence of remittance made by the assigned employers;

iv)     Submit progress report to the Board on all contributions   collected   and   challenges encountered.

 

Fees for Collecting Agents

The fees to be paid to Collecting Agents would be performance related.

 

General Requirements

Interested Accounting firms, Law firms, Debt Recovery Companies, and/or consortium of Accounting and Law firms as well as other relevant firms wishing to express interest in the above mentioned service should submit the following documents:

i)       Evidence of registration with Corporate Affairs Commission;

ii)      Certified true copy of Memorandum and Article of Association;

iii)     Evidence of compliance with the provisions of the Employees’ Compensation Act, 2010;

iv)      Evidence of payment of tax for the last three (3) years;

v)       Evidence of VAT registration and remittance; and

vi)      Evidence of compliance with the PRA 2004.

 

Specific Requirements

vii)    Comprehensive   company   profile   including Credentials of key personnel;

viii)   Current Company’s   audited   accounts   or statement of accounts duly stamped by a firm of Chartered Accountants;

ix)     Evidence of membership of relevant professional bodies/association; and

x)      Company’s registered address, functional contact e-mail address, and GSM phone number(s).

 

Submission

The documents should be submitted in a wax sealed envelope with bold inscription: “Expression of Interest to Provide Contribution Collection Services” at the top left corner and should reach the address below not Later than 21st May, 2012:

The Managing Director/CE

Nigeria Social Insurance Trust Fund

Plot 794, Muhammadu Buhari, CBD

P.M.B.446Garki,

Abuja.

 

 

Additional Information

i)       The advertisement for Expression of Interest (EOI) shall neither be construed to be a commitment on the part of the Board nor shall it entitle any firm to make any claim and/or seek any indemnity from the Board by virtue of any response to this advertisement.

ii)      The Board reserves the right to reject any EOI.

iii)     The Board reserves the right to take final decision on any of the documents received in the EOL

iv)     Only shortlisted firms will be contacted.

v)      The   Board   shall   not   enter   into   any correspondence with any unsuccessful firm.

 

Signed:

Management