Provision of Uninterrupted Power Supply to the Ministry’s Block C, D, G & H at Federal Ministry of Trade and Investment

Federal Ministry of Trade and Investment

Public Announcement

Provision of Uninterrupted Power Supply to the Ministry’s Block C, D, G & H

The Federal Ministry of Trade and investment intends to engage a reputable electrical Engineering Contractor to assist in the provision of uninterrupted Power Supply to the Ministry’s Block C, D, G & H. The blocks had suffered lack of power supply for several years resulting in the Ministry spending several millions every year in providing electricity through the use of generators for her daily activities.

 

1.0     The Scope of Works:

–        Excavation of trenches for Armored Cable lines

–        Procurement of Power Transformers &Auxiliary Equipment

–        Procurement of Sub-Station materials

–        Procurement of all underground & overhead materials

–        The actual installation works

 

2.0     Tendering:

To forward your tender, interested contractors should provide the following along with their tender

(1)     Evidence of Registration at Corporate Affairs Commission (CAC)

(2)     Evidence of similar jobs done within the past Five (5) years

(3)     Detailed company profile indicating key staff and their qualifications

(4)     Clear Address of office location

(5)     Three (3) years audited accounts

(6)     Evidence of VAT Certification and remittances to FIRS

(7)     Current tax certificate of company

(8)     Name and address of Bankers/Reference letter

(9)     Evidence that company is not bankrupt or in receivership

(10)   Evidence that none of the company’s director is an ex-convict

 

Tender documents can be collected from the procurement unit of the Ministry upon payment of the sum of N20, 000.00 to the Ministry’s account.

 

3.0     Submission of Bids

The financial bids as well as the company’s profile should be enclosed in separate envelops and the two put together in one bigger envelope and thereafter submitted in the office of the Deputy Director Procurement on or before 8th May 2012.

 

4.0     Opening of the Tender Documents

The tender documents shall be opened on 9th May 2012 by 1p.m. Only the company profile shall be opened on that day. The financial bid will be opened on a later date to be communicated to the contractors that their company satisfies section 2.0

 

NB:

(1)     Late submission will not be entertained

(2)     The ministry reserves the right not to take the lowest tender but the least evaluated tender in line with the Procurement Act and Solicitation to tender

(3)     The Contractor will bear all cost relating to the preparation of this tender.

 

Signed:

The Permanent Secretary

Construction of Rural Access Road at Cross-River State

Federal Ministry of Agriculture & Rural Development

Federal Government of Nigeria African Development Fund

 

Cross-River State Agricultural Development Programme (CRSADP)

 

Invitation for Bids (IFB)

Date: 23rd April, 2012

 

Loan No:     2100-1500-13044

IFB No:       CRSADP/ADB/NCB/WKS/11/01

 

Loan Name:          Support to National Programme for Food Security in Ekiti, Ondo and Cross-River states (SNPFS).

 

1.       The Federal Republic of Nigeria has received a loan from the African Development Fund towards the cost of the Support to National Programme for food security (SNPFS) in Ekiti, Ondo and Cross-River States and intends to apply part of the funds to cover the eligible payments under the Contract for the following works:

 

 

(A) Improvement of Rural Access Roads in Cross-River State:
Lot Description Length (Km) Site Location Completion Period Bid Security
1 Construction of Ikot 5

 

Cross River South 90 days N850,000.00
Construction of Akansoko-Orok Ndon link Road 5
2 Construction of Lehanchaba 2 link Road 4 Cross River Central 90 days N950,000.00
Construction of Ezomozo –Ikpalegwa- link Road 6
3 Construction of Ukpro-Buagba Beem link Road 6.00 Cross River North 90 days N900,000.00
Construction of Nyanya-Ichuaninbi Link Road 4.00

 

2.       Bidders may submit bids for single or multiple lot/s but in any case, bidders must quote for all items indicated in a lot and must possess the capacity and/or capability to execute the jobs indicated in the lot/s

 

3.       The Cross-River State Agricultural Development Programme (CRSADP) responsible for implementing this project in Cross-River State; now invites sealed bids from eligible bidders for the execution of the above state Works.

 

4.       A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above address and upon payment of a non-refundable bid fee of Twenty Thousand Naira (N20,000.00) per lot in local currency or other freely convertible currency.

 

(a)     Cross-River State Agricultural Development Programme (CRSADP), IBB Way, Opposite Margaret Ekpo International Airport, Calabar

 

OR

(b)     National Programme for Food Security (NPFS) office extension, No. 22, Panama Crescent, Maitama, Abuja.

 

5.       Bids shall be valid for a period of 90 days after Bid Opening and must be accompanied by security as indicated above. All those bidding for more than one lot are required to submit separate bid security for each lot bided. Failure to comply with this requirement will lead to the disqualification of the bidder.

 

6.       Bids shall be delivered to Cross-River State Agricultural Development Programme (CRSADP), IBB Way, Opposite Margaret Ekpo International Airport, Calabar, on or before 21st May, 2012 by 12 Noon and must be accompanied by a bid security as indicated above, at which time they will be opened in the presence of the bidders who wish to attend.

 

Signed

Programme Manager (CRSADP)

 

Invitation for Pre-Qualification for TETFUND Special Intervention Project in the Faculty of Pharmaceutical Sciences for the Procurement of Laboratory Equipments at Ahmadu Bello University, Zaria

Ahmadu Bello University, Zaria

 

Invitation for Pre-Qualification for TETFUND Special Intervention Project in the Faculty of Pharmaceutical Sciences for the Procurement of Laboratory Equipments

1.       The Management of Ahmadu Bello University, Zaria hereby invite reputable and competent Suppliers to apply for Pre-Qualification for procurement of laboratory equipments for the Faculty of Pharmaceutical Sciences.

 

2.       Technical bid:

The pre-qualification documents should include:-

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

 

(b)     Company Current Tax Clearance Certificate for the last three (3) years (2009-2011).

 

(c)      Company Audited Account for the last three years (2009-2011) including annual turn-over.

 

(d)     VAT registration and evidence of remittances in the last three years (2009-2011) to be attached.

 

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

 

(f)      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 2008-2011 only. Letters of award and interim certificates of payment should be attached for projects that are ongoing.

 

(g)     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.

 

(h)     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.

 

(i)      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.

 

(j)      Evidence of compliance with the provisions of the industrial training fund amendment act as stipulated in section 6(l)-(3).

 

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

 

(l)      Original documents should be available for sighting on demand during or after the opening of pre-qualification documents.

 

3.       Submission of Pre-Qualification Documents

Pre-qualification documents bound in wax-sealed envelope with “Pre-qualification as Supplier” written at the top right hand corner and addressed to The Registrar, Ahmadu Bello University, Zaria should be hand delivered into the pre-qualification box at the Estate Department on or before 21st May 2012 by 12noon.

 

Opening of Pre-Qualification Documents

Pre-qualification documents will be opened on Monday 21st May, 2012, by 1.30pm in the Estate Department conference room.

 

Dr. Isah Mohammed Abbass

Registrar & Secretary to Council

 

Invitation for Bids: Construction of Rural Access Roads at Ondo State

Federal Ministry of Agriculture and  Rural Development

Federal Government of Nigeria African Development Fund

Ondo State Agricultural Development Programme (ODSADP)

 

Invitation for Bids (IFB)

Date: 23rd April, 2012

Loan No:    2100-1500-13044

IFB No:       ODSADP/ADB/NCB/WKS/11/01

 

Loan Name:          Support to National Programme for Food Security in Ekiti, Ondo and Cross-River states (SNPFS).

 

1.       The Federal Republic of Nigeria has received a loan from the African Development Fund towards the cost of the Support to National Programme for food security (SNPFS) in Ekiti, Ondo and Cross-River States and intends to apply part of the funds to cover the eligible payments under the Contract for the following works:

 

Lot Item Description Length (Km) Site Location Completion Period Bid Security
1 1 Construction of Okele Junction -Omi Nia River Crossing link road 9.00 Ondo South 90 days N1,000,000.00
             
2 1 Construction of Opa Bajare link Road 13 Ondo Central 90 days N1,000,000.00
             
3 1 Construction of Okeluse link Road 5.5 Ondo Central 90 days N500,000.00

 

2.       Bidders may submit bids for single or multiple lot/s but in any case, bidders must quote for all items indicated in a lot and must possess the capacity  and/or capability to execute the jobs indicated in the lot/s

 

3.       The Ondo State Agricultural Development Programme (ODSADP) responsible for implementing this project in Ondo State, now invites sealed bids from eligible bidders for the Construction of Rural Access Roads in Ondo State.

 

4.       A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written application to the above address and upon payment of a non-refundable bid fee of Twenty Thousand Naira (N20,000.00) per lot in local currency or other freely convertible currency.

 

(a)     Ondo State Agricultural Development Programme (ODSADP), Obafemi Awolowo Avenue, Alagbaka Quarters, Akure, Ondo State, Nigeria:

 

OR

(b)     National Programme for Food Security (MPFS) office extension, No. 22, Panama Crescent, Maitama, Abuja.

 

5.       Bids shall be valid for a period of 90 days after Bid Opening and must be accompanied by security as indicated above. Bidders who are bidding for more than one lot are required to submit separate bid security for each lot bidded for Failure to comply with this requirement will lead to the disqualification of the bidder

 

6.       Bids shall be delivered to Ondo State Agricultural Development Programme (ODSADP), Obafemi Awolowo Avenue, AlagbaKa Quarters, Akure, Ondo State, Nigeria, on or before 21st May, 2012 by 12 Noon and must be accompanied by a bid security as indicated above, at which time they will be opened in the presence of the bidders who wish to attend.

 

Signed

Programme Manager (ODSADP)

Procurement and Installation of Database Application and Infrastructure at National Universities Commission, Abuja – Science and Technology Education Post-Basic (Step-B) Project

Invitation for Bids (IFB)

 

Federal Government of Nigeria

Science and Technology Education Post-Basic (Step-B) Project

National Universities Commission, Abuja, Nigeria Labour Market Observatory Project

Credit No. 4304-UNI

 

Procurement and Installation of Database Application and Infrastructure

 

IFB No. STEP-B/NUC/LMOP/NCB/GDS/1/12

 

Date of Issuance: 23rd April, 2012

 

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

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Science and Technology Education Post Basic Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Procurement and Installation of Labour Market Observatory application development, server and server space/equipment room customization, and ancillary equipment and support licenses.

 

3.       National Universities Commission, Abuja, Nigeria, participating in the implementation of the Science and Technology Education Post Basic Project invites sealed bids from eligible and qualified bidders for the:

 

Lots Description of Goods Quantity Locations Bid Security Delivery Period
1 Procurement and Installation of Labour Market Observatory application development, server space/equipment room customization, and support licenses Lot Abuja, Nigeria At least 2.5% of Bid Price 60 days

 

1.    Bidding will be conducted through the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and is open to all Eligible bidders in the country as defined in the Guidelines.

 

2.    Interested eligible bidders may obtain further information from STEP-B Project Office, National Universities Commission, Abuja, Nigeria at the address below and inspect the Bidding Documents from 9:00am to 4:00pm Mondays – Fridays, except on public holidays.

 

3.    Qualifications requirements include:

  • Documentary Evidence of two contracts of similar nature and magnitude during the last five (5) years
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for equipment not produced by the company.
  • A margin of preference for eligible national contractors shall not be applied.
  • Additional details are provided in the Bidding Documents.

 

4.  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. The method of payment will be bank draft in favor of National Universities Commission, STEP-B Project. The Bidding Documents will be collected by the representative of the Bidder directly or by courier services paid by the bidder on request.

 

5.  Bids must be delivered to the address below on or before Monday, 21st May 2012 by 12:00 noon. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or bidders’ representatives, who choose to attend in person at the address below Monday, 21st May 2012 by 12:00 noon. All bids must be accompanied by at least 2.5% of the bid price as Bid Security or an equivalent amount in a freely convertible currency.

 

6.    The address referred to above is:

NUC STEP-6 Project Office, Virtual Library Building,

National Universities Commission, Maitama-Abuja

P.M.B. 237, Garki, GPO, Abuja, Nigeria

 

TEL: +234 -8027455412, 7054407741, 7039254081 Ext. 2232 or 2233

E-MAIL: nucstepb@gmail.com

Signed

Project Manager,  STEP-B

National Universities Commission, Abuja