Invitation for Pre-Qualification and Tender for 2012 Tetfund Special Interventions at Isaac Jasper Boro College of Education

Isaac Jasper Boro College of Education

Sagbama P.M.B. 74, Yenagoa, Bayelsa State

Invitation for Pre-Qualification and Tender for 2012 Tetfund Special Interventions

The Management of Isaac Jasper Boro College of Education, Sagbama, Bayelsa State hereby invites interested and reputable companies and suppliers with relevant experience to tender for the Year 2012 TETFUND SPECIAL interventions:

  1. Construction, furnishing and equipping of Arts Theatre complex.
  2. Construction of a storey Block of 6-classrooms & offices
  3. Procurement of furniture and equipment for storey block of 6-classrooms
  4. Procurement of 88 No.5-seater students Lecture Desk.
  5. Procurement of 16 No. Executive Office chairs and 16 No. Executive Offices Tables
  6. Procurement of 40 No. Visitors seat, 24 No. File Cabinets, 32 No. Offices Chairs & 32 No. Offices Tables.
  7. Procurement of Teaching Aids; 16 No Magnetic White Board, 2 No. White Graph Board
  8. Procurement of 4 No. Couch for Offices, 24 No. Small Refrigerators, 8 No. Haler Thermocool 2HP Cabinet Air Conditioner, 24 No.14” LG Flat Screen Television and 24 No. Panasonic Split 1.5HP Air Conditioner.
  9. Procurement of Audiovisual Equipment
  10. Procurement of 12 No. ICT Interactive Board, 12 No. Microphones/Speakers and 12 No. Projectors (with laser jet printers)

 

Pre-Qualification Criteria

Interested companies and suppliers are requested to submit the following documents and information with verifiable evidence along with their tender documents for assessment.

i.   Certificate of registration with Corporate Affairs Commission

ii.  Tax Clearance and VAT Certificates for the last three years.

iii. Certificate of registration with Isaac Jasper Boro College of Education, Sagbama.

iv. Any additional relevant information.

All bidders are to collect tender documents from the Procurement Unit of the College on payment of a non-refundable tender fee of Twenty thousand only (20,000.00) by Bank Draft made payable to the Bursar, Isaac Jasper Boro College of Education, Sagbama.

 

All bids must be submitted in sealed envelope marked “2012 special Interventions” and addressed to:

THE PROVOST

Isaac Jasper Boro College of Education, Sagbama, P.M.B. 74, Yenagoa, Bayelsa State

 

The submission of bids shall close at 12.00 noon on Monday 5th of August, 2013 and bidders are all invited to witness the opening of the bids on Friday 9th August 2013 at 10.00am in the College Auditorium.

 

Signed: Or. Guagha M. Berezi

Registrar

Request for Expression of Interest (EOI) at Nigerian Electricity Regulatory Commission

Nigerian Electricity Regulatory Commission

Request for Expression of Interest (EOI)

 

The Nigerian Electricity Regulatory Commission wishes to invite reputable firms to submit Expression of interest for the exec   ion o following consultancy projects under the 2013 activities.

 

The activities are categorized according to the following projects:

 

Project Activity
A Engagement of Consultant for the development of Regulation on Smart Metering
B Engagement of Consultant for the development of Human Resources Solution Software
C Engagement of Consultant to conduct a study on potential Energy Efficiency and Regulatory Framework for Demand side management
D IT complaint handling system for the Nigerian Electricity Supply Industry (NESI)
E Engagement of Consultant for Data gathering and review system
F Engagement of Market Auditor for the Market Operator and Systems Operator
G Engagement of Consultant for the production Jingles on TV/Radio
H Engagement of Consultant for Setting- up Automated Central Registry Platform

 

Eligibility to Participate

The Nigerian Electricity Regulatory Commission now invites eligible consultants to indicate their interests in providing the above services. Interested consultants must provide detailed information indicating that they are qualified to perform the service as provided for in the Procurement Act, 2007. The information must also include:

a)     Certificate of registration with Corporate Affairs Commission (CAC)

b)    Company’s Tax Clearance Certificate for the last 3 years (2010-2012)

c)     VAT Registration certificate

d)    Evidence of compliance and remittances of Pensions and Industrial Training Fund (ITF) contributions

e)     Availability of the appropriate key personnel for the assignment with their CVs

f)      Verifiable documentary evidences (Award letters, Contract Agreements etc) of similar jobs successfully executed within the last three years.

g)     Comprehensive company profile reflecting executive capacity with address, mobile phone numbers and e-mail contacts

h)    Evidence from the company’s bankers as to its financial capacity to undertake the project if awarded.

i)       A sworn statement that the firm is not in receivership or about to be in receivership or not a replacement for a hitherto tax defaulting company

j)       A sworn affidavit of disclosure if any of the officers of NERC or Bureau of Public Procurement was a former or present employee of the firm.

 

Interested bidders may obtain further information from the Procurement Unit of the Commission as from 9:00 am to 4:00 pm Monday to Friday at the address stated below.

 

Procurement Unit, Room 112,1st floor, NERC, Adamawa Plaza Plot 1099, CBD, Abuja

Submission of EOI

Expression of interest (EOI) must be submitted in three (3) hard copies with one original on or before 12.00 noon on August 13, 2013 with the inscription on the Top left side of the envelopes: “Expression of Interest for Consultancy for… (State the project title)”. EOI must be dropped into the tenders’ box located in the Commission’s Secretariat at room 203 2nd Floor.

 

Signed

Management

Invitation for Financial Bids for the Execution of Some Capital Projects Under 2013 Budget Appropriation of the Centre at National Centre for Women Development

National Centre for Women Development Better Life Street Garki – Abuja

Invitation for Financial Bids for the Execution of Some Capital Projects Under 2013 Budget Appropriation of the Centre

The National Centre for Women Development wishes to invite competent, experienced and reputable companies who may wish to tender for the jobs specified below and interested companies are required to pay the sum of Thirty Thousand Naira (N30 000.00) only to the Finance and Account Department of the centre prior to the collection of the Financial Bids document.

 

Jobs Specifications:-

LOT 1 –      Renovation of Nigerian Women Hall of Fame:

Demolition and Alteration, Floor finishing. Electrical/Mechanical Works, Carpentry and Roofing Works, provide and Install Granite Slaps for the Staircase, provide and put in place Former First Ladies Pictures on Marble, provide and put in place Executive Chairs as prescribed

 

LOT 2 – Supply of 500 Units of Customised Chairs to Banquet Hail of the centre:

Papillion Arm chair with Integrated Steel Frame and Polyurethane Interior Polypropylene Arms Covered with Blue Eco-Fabric, self -breaking castor on hard floor, writing tablet in Polypropylene with Anti-Panic Device in Polished Aluminium

 

LOT 3 –      Rehabilitation Works on Fire Gutted Area at Dora Akunyili Block:

Demolition and Alteration, Floor Finishing, Wall Finishing and Supply of Furniture Items.

 

LOT 4-Construction of Mini Fish Processing Plant at Ibeno, Akwa loom, South Senatorial District of Akwa Ibom State

 

LOT 5- Construction of Mini Fish Processing Plant at Mbo, Akwa Ibom South Senatorial District, of Akwa Ibom State.

 

LOT 6-Equipping of Cassava Cottage Industry with Machines at Nkporo in Ohafia LGA of Abia State

 

LOT 7 (a) – Supply of Training & Skills Acquisition Equipment, Installations of offices Equipment, Furnishing, and Commissioning of multi – Purpose Women and War Memorial Centre at Ikot Abasi LGA

 

(b) Supply, Installation and Commissioning of Palm Oil Processing Plant, furnishing of Offices and Provision of Genareting set at Eket Palm Oil Processing Mill in Eket LGA of South Senatorial District of Akwa Ibom State.

 

LOT 8 –      Construction of Skills Acquisition Centre at Ngodo in Ummuneochi LGA Abia State

 

LOT 9 –       Procurement of Women Empowerment Programmes Equipment in Zamfara West Senatorial District of Zamfara State.

 

LOT 10 –     Construction of Women Development Centre at Alimosho LGA Lagos West Senatorial District, Lagos State.

 

Requirements for Prospective Companies

Prospective Companies should possess the following documents:

 

a)     Evidence of company registration with the Corporate Affairs Commission

b)    Current tax Clearance for the last three (3) years

c)     Value Added Tax Certificate

d)    Company Profile including details of key personnel, staff strength

e)     Evidence of previous similar jobs handled by the company

f)      Name(s) and Address of Bank(s)

g)     Evidence of Registration with Financial Regulatory Council

h)    Evidence of Registration with Industrial Training Fund(ITF)

i)       Evidence of Registration with National Pension Commission

 

Submission of Financial Bids and Other Relevant Documents

All relevant documents should be enclosed in a sealed envelope marked “financial Bid” for the LOT(S) you tendered for and the collection, completion and submission of the financial Bids document must be on or before 5th August, 2013  and addressed to.

The Secretary

National Centre for Women Development,

Tenders Board (NCWDTB)

DG, s office Room 101,

Abuja.

 

Note:

a)     This advertisement for “Financial Bids Tender” should not be construed to be a commitment on the part of the National Centre for Women Development to make any claims whatsoever and seek any indemnity from the National Centre for Women Development, by the virtue of such tender having responded to this advertisement.

b)    Bid(s) should be very clear about the LOT(S) tendering on the sealed envelope.

c)     Late submission will be rejected

d)      The financial Bids opening will be conducted immediately the Bids collection is over by 12:30 pm at the Admin Block Conference of the Centre Room 015.

 

Signed:

Management

 

Tender Notice at Kogi State Government

Kogi State Government

Tender Notice

 

Tender for the Supply of Road Construction Equipment to Kogi State Roads Maintenance Agency

 

1.0     Introduction

Kogi State Government is desirous of ensuring that all its trunk roads in Kogi State are kept in good motorable condition all the year round, hereby invites suppliers/firms to tender for the procurement of the under-listed road construction equipment.

 

2.0   Description of Work/Supply

 

Lot 1 Description Qty Make
A Motor Grader with rear Rippers 1 CAT 160H or New Holland Model 200
B Payloader with Wheels 1 CAT 938H or New Holland Model W230C
C Asphalt Paver with Maximum paving width of 5m and paving thickiness of up to 250mm 1 CAT AP 300 or Vogele Super 1300 – 12
D Single Drum Soil Compactor, Drum width of 2140mm 1 CAT or HAMM Models
LOT 2
A Asphalt  Cutting Machine 1No MIKSASSA Model MCD 218
B Cutting Blades for LOT 2(A) above 10Nos
C Concrete Mixer with load capacity of 2600kg 1No
D Bulldozer with rear Rippers 1No CAT D6G or New Holland
E Walk-behind Double Drum Roller with Drum and 700kg weight 1No MIKASA MRH-700 or Equivalent
LOT 3
A 40 Tonne 6×4  Double Axle Truck/Trailer Low bed 1No
B 30 Tonne Tipping Truck 2No
C Toyota Hilux Pick – up Van 2.7Hwi Double Cabin
Lot 4
A Supply of Truck Mounted Pothole Patcher 2Nos Dura Patcher Model 125 – DJTM or Bergkamp FP 5 Flameless Patcher

 

Tender Requirements

  1. Evidence of Incorporation with Corporate Affairs Commission.
  2. Evidence of VAT Registration and Remittances.
  3. Evidence of Valid Tax Clearance Certificate for the last three (3) years
  4. Audited Account of the company for the last three (3) years duly endorsed by a firm of Chartered Accountants
  5. Reference letter from a reputable bank attesting to the financial capacity of the Bidder to perform
  6. List of verifiable documentary evidence of similar/previous supplies to any Ministry, Department or Agency in the last two (2) years
  7. Terms of Warranty
  8. After Sales Service
  9. Evidence of remittance to ITF training Fund
  10. Evidence of Registration with Kogi State Ministry of Works
  11. Evidence of Traceable Address (not P.O. Box in Nigeria)
  12. Evidence of Training facility for the Technical Staff/Operators
  13. Evidence that the bidder is either an original equipment manufacturer or an accredited Representative/Dealer of the Original Equipment Manufacturer in Nigeria for Lot 1, 2 & 4
  14. Spare parts Availability.

 

Collection and Submission Of tender documents:

Interested bidders are to obtain tender documents from the Secretary, State Tenders Board, Lokoja, Kogi State.

 

All completed Tender Documents should be enveloped and marked “Supply of Road Construction Equipment to Kogi State Roads Maintenance Agency”

 

All completed tender documents should be waxed Sealed and submitted to:

 

The Secretary,

Kogi State Tenders Board,

Office of the Secretary to the Government of Kogi State

Cabinet and Special Services Department, Lokoja, Kogi State

 

5.0    Closing Date

All Tenders must be submitted by 12noon on or before 6th August, 2013

 

Please note that late tender will not be attended to.

 

Signed:

Secretary

Kogi State Tenders Board, Lokoja.

Invitation for Pre-Qualification at Office of the Secretary to the State Government, Jigawa State

Jigawa State Government

Office of the Secretary to the State Government

Block D, New Secretariat Complex, Takur, Dutse

 

Invitation for Pre-Qualification

The Office of the Secretary to the State Government hereby invites reputable and experienced contractors for pre-qualification on the project below:-

 

Renovation and Extension of Jigawa State Governor’s Lodge, Kano

 

Pre-Qualification Requirement

  1. Certificate of incorporation/business name registration
  2. Certified true copy of memorandum and articles of association
  3. Registration with the State works registration Board in relevant category
  4. Evidence of membership of relevant professional bodies (e.g. COREN, NIQS, NIA, CORBON etc.)
  5. Profile of company including CV of key personnel
  6. Evidence of work directly executed or handled by the company and evidence of knowledge of the industry
  7. Company audited accounts for the last three years
  8. Last three years tax clearance certificate
  9. VAT registration and evidence of past remittance
  10. Evidence of financial capacity and banking support
  11. A sworn affidavit 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 a court of Law

c)     That the Firm/Company is not bankrupt

d)    That none of the officers of the Secretary to the State Government Office is a former or present Director of the Company

e)     Original copies of items 1, 3,6,7,8,9,10, and 11 will be required for sighting after bid opening.

 

Submission of Pre Qualification Requirement

The pre qualification documents shall be spiral bind and packaged in an envelope and clearly marked; Pre qualification for renovation and extension of Governors’ Lodge, Kano at the top left hand corner of the envelope. The name, address of the Company and telephone number should be clearly written on the reverse side of the envelope.

 

All documents are to be addressed to the Permanent Secretary, Admin and Finance, Office of the Secretary to the State Government and submitted not later than 5th August, 2013.

 

Signed:

Permanent Secretary,

Admin & Finance,

For: – Secretary to the State Government.