Invitation for Pre – Qualification for Contractors to Tender for Kogi State Sanitation and Waste Management Board (KGSWMB) Municipal Waste Collection, Disposal and Environmental Sanitation Scheme at Kogi State Sanitation and Waste Management Board, Lokoja

Kogi State Government

Municipal waste collection and environmental sanitation scheme,

Kogi State Sanitation & Waste Management Board, Lokoja.

 

Invitation for Pre – Qualification for Contractors to Tender for Kogi State Sanitation and Waste Management Board (KGSWMB) Municipal Waste Collection, Disposal and Environmental Sanitation Scheme

 

The Kogi State Sanitation and Waste Management Board (KGSWMB) Lokoja, wishes to invite interested partners for the PRE – QUALIFICATION of contractors for the evacuation of municipal waste and disposal under Kogi State Public Private Partnership Initiative. The scheme covers Lokoja metropolis.

 

 

Scope of Works,

1.       Refuse collection and disposal for 10 (ten) LOTS in Lokoja metropolis. The ten lots consist of:

  • Government Reservation Area (GRA), tower & Upper New Layout, Post Office and Jakura Marble Industry.
  • Cantonment, Karaworo and Kabawa.
  • Kporoka, Galili and International Market
  • NATACO, Serinkinoma, Polytechnic and Felele.
  • Crusher, Hassan Kastina, CBN and Workers Village,
  • Adankolo Old & Adankolo New Layout, Ganaja Junction, 200 Housing Estate & Environs.
  • Gadumo Village, Aniebo Quarters, Commisioners Quarters and 500 Housing Estates.
  • Ganaja Village, Salem University & Environs.
  • Lokongoma Village, Phase I & II, and Otokiti Housing Estate.
  • Barracks, Mammy Market and Zango – Daji.

 

2.       Waste Recycling,

Pre – Qualification Requirements;

1.       Evidence of incorporation with Corporate Affairs Commission.

2.       Evidence of registration   with   Kogi  State  Sanitation  and  Waste Management Board. Registration with the Board is free.

3.       Current tax clearance certificate (for 3 years including TIN).

4.       Financial capability/Bankers reference.

5.       Company profile with evidence of similar-works previously executed.

6.       Evidence of competent personnel, appropriate vehicles, and equipment is very important

7.       VAT registration.

8.       Payment of N25, 000 none refundable processing fee, payable by BANK DRAFT in favour of Kogi State Sanitation and Waste Management Board.

NOTE

a.       This advertisement should not be taken as a commitment on the part of Kogi State Sanitation and Waste Management Board (KGSWMB) office, nor shall it entitle companies to make any claim whatsoever or seek any indemnity from the KGSWMB or the State Government.

b.       The KGSWMB Office reserves the right: to verify any claim made,

c.       Full bidding procedure shall only be applied to contractors that have been Pre – Qualified and found capable of executing the scheme.

d.       Bidders can apply for 1 (one) or more LOTS.

 

 

Submission of Pre – Qualification Documents,

All documents must be clearly marked ”Pre – Qualification to tender for Kogi State Sanitation and Waste Management Board (KGSWMB) municipal waste collection and Environ mental Sanitation, 2012 Scheme”. Pre – Qualification documents should be submitted to the office of the General Manager, Kogi State Sanitation and Waste Management Board (KGSWMB) Lokoja, not later than 12pm On Monday, May 28, 2012.

 

All documents will be opened at 1:00 Pm on Monday, May 28, 2012 at the office of the General Manager, Kogi State Sanitation Board, Lokoja.

 

SIGNED

The General Manager,

Kogi State Sanitation and Waste Management Board,

Beside General Post Office,

P. M. B. 1047.

Lokoja, Kogi State,

Nigeria.

Re-Invitation for Pre-Qualif1cation and Tender of Contractors for the Year 2010/2011 Tetfund Combined Projects at Federal Polytechnic, Damaturu

The Federal Polytechnic, Damaturu

P.M.B.1006 Damaturu, Yobe State (Office of the Registrar)

Re-Invitation for Pre-Qualif1cation and Tender of Contractors for the Year 2010/2011 Tetfund Combined Projects

 

 

The Federal Polytechnic, Damaturu plans to execute the project below under its year 2010 and 2011 combined Ted fund intervention.

 

Projects

LOT A        Construction of Agric Technology Complex

LOT B        Construction of Civil Engineering Laboratory

LOT C        Construction of Computer Laboratory

LOTD         Construction   of Department   Civil   Engineering Classrooms/Offices

LOT E        Construction of Department of SLT Classrooms/Offices

LOT F         Procurement of Agric Technology Equipment

LOTG         Procurement of 100 No, Computers and Accessories to

Computer Science Laboratory

LOT H        Procurement of Laboratory /Classroom Furniture

LOT I          Procurement of Entrepreneurship Catering Equipment

LOT J         Procurement of Departmental Office Furniture

 

Interested and competent contractors/suppliers with required experience are requested to submit pre-qualification documents arrange in the following order for consideration.

 

 

1.       Evidence of Registration and incorporation of Company by Corporate Affairs Commission (C AC)

2.       Company Income Tax Certificate for the last three (3) years (CITC)

3.       Evidence of Registration with the Polytechnic and or the Federal Ministry of Works in the relevance category (FMW)

4.       Company Audited Accounts for the last three (3) years (CAA)

5.       List of key staff with evidence of proficiency and experience

6.       Evidence of Financial Capacity and Banking support

7.       Verifiable list of similar works successfully completed in the last three (3) years with names of Clients evidence of award and completion

8.       Equipment and technology capacity

9.       Vat registration and evidence of Vat remittance

10.     Evidence of Community and Social Responsibility (CSR)

 

You will be required to purchase bid documents from the Bursary Department on payment of a non-refundable fee of N40,000.00 for construction work and N20.000.00  for suppliers to be duly completed and submitted together with the pre-qualification documents.

 

All documents are to be submitted to the office of the Registrar in a sealed envelope stating (YEAR 2010/2011 TETFUND PROJECTS) to reach him not later than 21st May, 2012.

All submissions will be opened at 12:00pm on the closing date in the council chamber of the Polytechnic and all applicants and members of the public are invited to attend.

 

The Polytechnic will not go into correspondence with any applicant on account of unsuccessful submissions.

 

SIGNED

Management

Tender Opportunity for Hiring of Vehicles on Lease/Rental Basis for in Block OML 143 (Previously OPL 280) at Sterling Oil Exploration and Energy Production Company Limited

Sterling Oil Exploration and Energy Production Company Limited

Operator of the Onshore Block OML 143 (Previously OPL 280) PSC

 

Tender Opportunity for Hiring of Vehicles on Lease/Rental Basis for in Block OML 143 (Previously OPL 280)

1.       Introduction

Sterling Oil Exploration and Energy Production Company Limited (SEEPCO) operator of the OML 143 (Previously OPL 280) invites interested and reputable vehicles leasing companies with relevant experience and capacity in this specific business to apply for Prequalification for Consideration to tender for the lease of operational vehicles on call-off basis for Port Harcourt, Lagos, Warri and Kwale. The estimated duration of this contract is two years with an option to extend for one more year.

 

2.       Scope of Work/Service Requirements:

Hiring of Vehicles on Lease/Rental (SEEPCO/3300058/12)

CATEGORY: 3.99.10 (Travel Agency, Car Rental Services)

The services to be performed shall generally involve the following:

 

  • Contractor shall supply models of specified brands of vehicles for SEEPCO on lease on (24) hours basis.
  • All vehicles supplied must be brand new, air conditioned and equipped with the latest Driving improving System.
  • Contractor shall provide competent driver who must possess valid Nigerian Driving License and Defensive Driving Certificate. Such drivers must be further pre qualified by SEEPCO before deployment.
  • The lease of the vehicle shall be on a call-up basis as and when required by SEEPCO.
  • Contractor must ensure that all vehicles supplied are roadworthy at all times.
  • Contractor must show concrete evidence of fleet maintenance support especially at the location of lease.
  • Contractor shall be responsible for the recovery and eventual repair of any vehicle or accessories if broken down. Same shall apply to any vehicle impounded by any local authorities.
  • Contractor shall provide qualified personnel acceptable to the company to manage the day to day operation of the service at the given location of lease.
  • Contractor shall provide acceptable uniforms, safety shoes, coverall umbrella, etc for the driver.
  • Throughout the duration of lease, the contractor shall obtain all necessary operating licence, stickers, etc as and when due.

 

3.0     Mandatory Requirements:

1.       To be eligible for this tender exercise, interested contractors are required to be pre-qualified in Category 3.99.10 (Travel Agency, Car Rental Services) in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified Suppliers in this category will receive Invitation to Technical Tender (ITT).

 

2.       To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

 

3.       If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi, Lagos with your DPR certificate as evidence for verification and necessary update.

 

4.       To initiate the JQS pre-qualification process, access www.nipexng.com to download the application form, make necessary payments and contact Nipex

 

5.       To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

 

4.0     Nigerian Content Requirements:

  • Demonstrate that the entity is a Nigerian indigenous Company.
  • Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO 2 and CO7
  • Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians show overall percentage of work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel including all third party and professional services that would be involved in executing the work; provide details of Nigerian Content focal point or manager.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with name and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.
  • Specific to this project, provide detailed plan for staff training and development.
  • Location of in-country facilities (equipment, storage, workshops, repair and maintenance facilities and testing facilities).
  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.
  • Provide details on any other Nigerian Content initiative your company is involved in.

 

The bidders who meet all JQS mandatory requirements and listed as “Pre-qualified” for a category in the NJQS database are required to submit the Nigerian Content Requirements given in this Advert to the Operator at the below mentioned address in Hard copy as well Softcopy (in CD form) before the Close Date of Thursday, May 24,2012:

 

The Deputy General Manager – Contracts

Sterling Oil Exploration and Energy production Company Limited

205 Abiola Segun Ajayi Street,

Off-Muri Okunola Street,

V.I., Lagos.

 

5.0     Close Date:

Only tenderers who are registered with NJQS Product/Category 3.99.10 (Travel Agency, Car Rental Services) by 16:00 hours, Thursday, May 24,2012 being the advert close date shall be invited to submit Technical Bids subject to their meeting the NCD requirement as per Clause 4 above.

6.0     Please Note the following:

  • The Invitation to tender (ITT) and any further progression of this tender shall be via NipeX.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of SEEPCO to award any contract to any company and or associates companies, sub-contractors or agents, nor shall it entitle pre-qualified in NJQS.
  • The tendering process shall be the NNPC contracting process requiring pre-qualified companies to submit only technical tender first. Following a technical review, only technically qualified contractors will be requested to submit commercial tenders.
  • SEEPCO will communicate only with authorized officers of the pre-qualifying companies and NOT through individuals or agents.

 

Please visit NipeX portal at www.nipexng.com for this advert and other information

Invitation to Pre-Qualify for Selection as Procurement Agent at Society for Family Health

Society for Family Health

Invitation to Pre-Qualify for Selection as Procurement Agent

The Society for Family Health, Nigeria (SFH) is an indigenous non-­governmental, non political and non-profit organization that supports the Nigerian Government’s efforts in public health interventions. SFH activities focus on child health, family planning, HIV/AIDS, maternal and reproductive health and safe water systems. SFH headquarters is in the Federal Capital Territory Abuja, Nigeria, having 16 field offices that cover the six geo­political zones of the country.

 

The mission of SFH is to empower Nigerians, particularly the poor and vulnerable to lead healthier lives. Working with the public and private sector, SFH utilizes social marketing and behavior change communication to improve access to essential health information, services and products; and promote the adoption of healthy behaviours.

 

SFH is a Principal Recipient (PR) for the Global Fund Round 9 consolidated grant; and is responsible for providing HIV Counseling and Testing (HCT) services in all the 36 states of Nigeria including FCT. Furthermore, it provides community specific HIV prevention interventions targeted at Most at Risk Populations (MARPs). As part of the community programmes SFH will improve mental health services in the country through the upgrade of two (2) national facilities that provide drug rehabilitation and detoxification services.

 

SFH is expected to procure a total of 577,728 HIV Rapid Diagnostic Test Kits over the remaining period of the programme in addition to procuring hospital and gym equipment for two selected Drug rehabilitation and detoxification centres. The duration for this engagement will be for a fixed agreed period.

 

In line with the above, SFH invites reputable and competent organizations to apply for Pre-qualification to be selected as a Procurement Agent for the procurement of the above mentioned items.

 

SFH will coordinate funding and provide technical support to the organization that emerges as Procurement Agent.

 

Pre-qualification Requirements:

To be eligible for consideration, interested organizations must submit the following documents:

a.       Evidence of company registration, including organization’s certificate of incorporation (Not required for government establishment), physical address, organogram of management structure, ownership (including Board membership).

 

b.       Company profile which will include list of key personnel with their curriculum vitae, evidence of registration of the personnel with relevant professional bodies.

 

c.       Evidence of VAT registration/Remittance certificate and income tax clearance certificate for the most recent three (3) years.

 

d.       Copy of current strategic plan and summary of operating budget for 2010,

2011 and 2012.

 

e.       All relevant information concerning contacts for the organization.

 

Submission of Application/closing Date

The code PROC/GFHIV/2012 should be boldly written on the top right corner of the Pre-qualification submission envelope. This sealed envelope containing two hard copies of the submission should be forwarded to the address below and received on or before Friday 16th May, 2012 by 5.00pm.

 

Director, Procurement

Society for Family Health

8, Port Harcourt Crescent

Area 11, Garki, Abuja

P.M.B. 5116, Wuse, Abuja.

Please Note:

  • All costs incurred by bidders as a result of this process and any subsequent requests for information shall be borne by the bidding companies.
  • Only organizations that satisfy the Pre-qualification requirements will be contacted with Requests for Proposal (RFP) and Request for Quotes (RFQ).

 

 

Procurement and Installation of Modern Equipment for a Modernized Taxpayer Service Unit in FIRS Pilot Offices (3Large Tax Offices: 2 Medium Tax Offices and 6 Small Tax Offices) at Federal Inland Revenue Service (FIRS)

Invitation for Bids (IFB)

 

Federal Republic of Nigeria

Federal Inland Revenue Service (FIRS)

 

Credit No. 4011 UNI

Project ID No. 88150

 

Procurement and Installation of Modern Equipment for a Modernized Taxpayer Service Unit in FIRS Pilot Offices (3Large Tax Offices: 2 Medium Tax Offices and 6 Small Tax Offices)

 

IFB NO: FIRS/NCB/EQPT.TPSU/001/12

Date of Issue: 1st May, 2012

Date of Submission: 30th May 2012

Time: 12:00 Noon Prompt

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in the Development Gateway market issue No. 4011 UNI of 24th January, 2005.

 

2.       The Taxpayer Service Policies, processes and Programs Department (TSPPPD) of FIRS wishes to modernize the FIRS taxpayer service function (front office desk) into Modern Taxpayer Service Units by providing each office with modern equipment.

 

3.       The TSPPPD serves as the implementing agency for the project and now invites sealed bids from eligible bidders for procurement and installation of:

 

Line Item No Description of Goods Lot Quantity Delivery Period Bid 

Validity

Bid Security Final (Project Site) Destination as specified in BDs
1 Desktop Computers 1a 49 Within 60 days 90 days Not less than3% of the Bid Price as specified in BDs
2 High Speed Color Primers (LaserJet) 

 

1b 2 60 90 Not less than3% of the Bid Price as specified in BDs
3 Printers (LaserJet) 1c 22 60 90 Not less than3% of the Bid Price as specified in BDs
4 UPS 1d 49 60 90 Not less than3% of the Bid Price as specified in BDs
5 Document Scanner 1e 2 60 90 Not less than3% of the Bid Price as specified in BDs
6 Laptop 1f 11 60 90 Not less than3% of the Bid Price as specified in BDs
7 Electronic Information Board (Flat screen TV) 2 12 60 90 Not less than3% of the Bid Price as specified in BDs
8 Photocopier 3 11 60 90 Not less than3% of the Bid Price as specified in BDs
9 Projector 4a 11 60 90 Not less than3% of the Bid Price as specified in BDs
10 Tripod stand (large) Projector Screen 4b 12 60 90 Not less than3% of the Bid Price as specified in BDs

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Guidelines, “May 2004, revised on October 1, 2006”.

 

5.       Interested eligible bidders may obtain further information from Director, Program Management Office (non tax), Hall 5, Revenue House Annex, Federal Inland Revenue Service. No. 16 Sokode Crescent Wuse Zone 5 PMB 33, Garki, Abuja. FCT Abuja NIGERIA, Email: chiakaok@yahoo.com

CC: lucas4progress@yahoo.com and inspect the Bidding Documents at the address given below from 8:30a.m, – 4:30p.m, Monday to Friday, except on public holidays.

 

6.       Qualification requirements include:

(a)     Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):

(i)      External Audit Report of the Bidder for the last three (3) years

(ii)     Banker’s declaration that the Bidder has the financial capacity or a line of         credit to execute a Contract of the same magnitude (as contained in the        Schedule of Requirements) for supply of goods. and/or

(iii)    Manufacturer’s authorization issued by the manufacturer for the goods to he supplied by the Bidder

 

(b)     Experience and Technical Capacity

The Bidder shall furnish a verifiable documentary evidence to demonstrate that it meets the following experience requirement(s):

(i)      Verifiable documentary evidence of previous experience in supply and installation of similar software, hardware and accessories of similar magnitude.

 

(c)      The Bidder shall furnish a verifiable documentary evidence to demonstrate        that the Goods it offers meet the following usage requirement:

(i)      Suitable for use with any software the Client may procure afterward

A margin of preference for eligible national contractor shall not be applied.

 

(d)     The bidder must show proof of good standing with tax authorities in Nigeria (or any other country where bidder is liable for taxes) by providing certified copy of the latest (current) Tax Clearance Certificate TCC.

 

7.       A complete set of Bidding Documents in English Language 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 NG. N15,000.00 or US $150.00 to the ERGP counterpart fund. The method of payment will be by Cash, certified Cheque or Bank Draft. The Bidding Documents will be collected by hand or sent by Courier services on request and payment for the courier service.

 

8.       Bids must be delivered to the address below on or before 30th May, 2012 at 12:00 NOON. Electronic bidding will not be permitted. 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 30th May, 2012 at 12:00 Noon. All bids must be accompanied by a Bid Security of amount not less than 3% of the Bid Price.

 

9.       The address referred to above is:

Attention: Director, Program Management Office (non tax),

Hall 5, Revenue House Annex

Federal Inland Revenue Service

No. 15 Sokode Crescent Wuse Zone 5

PMB 33, Garki, Abuja,

FCT Abuja-NIGERIA

Email: chiakaok@yahoo.com

CC: lucas4progress@yahoo.com

 

Signed:

Chiaka Okoye

For Project Coordinator