Procurement of Network Backbone, Multimedia Equipment Computer Furniture and Office Equipment at Science and Technology Education Post- Basic Project Obafemi Awolowo University

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Education,

Science and Technology Education Post- Basic Project

Obafemi Awolowo University (Centre of Excellence in Software Engineering)

 

Credit No. 4304-UNI

Re-Advertisement

Procurement of Network Backbone, Multimedia Equipment  Computer  Furniture  and Office  Equipment

IFB No. OAU/CEO/ NCB/GDS/1/11

Date of Issuance: 19th December, 2011

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 (IDA), toward  the cost of  Science  and  Technology Education Post Basic Project, and  intends  to apply part of the proceeds of this  credit to payments  under  the  contract for the  procurement of  Network Backbone, Multimedia Equipment  Computer Furniture and  Office Equipment OAU/CEO/NCB/GDS/1/11.

 

3.         Obafemi Awolowo University, Ile-Ife, participating in the implementation of the science and  Technology Education Post Basic Project, now invites sealed bids from eligible  and qualified  bidders  for the following:

Lot No. Description of Items Qty Location Bid Security Delivery Period
1. Procurement of Multimedia Equipment  

31

Obafemi Awolowo University, Ile-Ife At least 2.5% of Bid Price 60 days
2. Procurement of Computer Furniture and  Allied Items  

100

 

Obafemi Awolowo University, Ile-Ife

At least 2.5% of Bid Price 60 days
3. Procurement  of  High Capacity Fiber Optics Backbone  

Obafemi Awolowo University, Ile-Ife

 

At least 2.5% of Bid Price

 

60 days

4. Procurement of Network Devices 2  

Obafemi Awolowo University, Ile-Ife

 

At least 2.5% of Bid Price

 

60 days

 

4.         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 bidders  from eligible  Source Countries as defined in the Guidelines

 

5.         Interested eligible bidders  may obtain further information from the  Obafemi Awolowo University, Ile-Ife at the address below and  inspect the Bidding Documents  from 9.00am to 4.00pm Monday to Fridays, except on public holidays

 

6.         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  Bidders in terms  of  profitability and  adequate  working  capital

A manufacturer’ 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

 

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. The  method  of payment  will be by bank draft in favour of  Obafemi Awolowo University, Ile-Ife, Step-B Project (CoEx). The Bidding Documents will be collected by the  representative of the  Bidder or by courier services paid by the bidder on request.

 

8.         Bids must be delivered to the address below at or before 12.00 noon on  Tuesday, 17th January, 2012.  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 at 12;00 noon on Tuesday, 17th January, 2012. All bids must be accompanied by at least 2.5% of the  bid price as Bid Security in Nigerian Naira or an equivalent amount in a freely convenient currency.

 

9.         Interested bidders previously issued with the original Bidding Document will be  issued with the New Bidding Document free and no additional cost

 

10.       The address referred to above is:

The project Manager

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

Project Implementation Office  CDL

Obafemi Awolowo University, Ile-Ife, Osun State, Nigeria

Tel: +2348033761041,   +2347051001636,  +2348033524682

 

Signed

Prof.A.T. Salami

Project Manager

Consultant Service on the Production of Documentary on Solid Mineral Development in Nigeria at Sustainable Management of Mineral Resources Project (SMMRP)

Federal Republic of Nigeria

Ministry of Mines and Steel Development

Sustainable Management of Mineral Resources Project

 

Credit No:    4012 – UNI

Date: December 20, 2011

 

Call for Expression of Interest

The Federal Republic of Nigeria has received financing from the World Bank towards the cost of the Sustainable Management of Mineral Resources Project, and intends to apply part of the proceeds for consultant services. The consulting service is on the Production of Documentary on Solid Mineral Development in Nigeria in segments of four sub themes;

 

  • Historical perspective of mining in Nigeria including the state of mining before the world Bank Intervention
  • The World Bank Intervention
  • Investment opportunities – conducive environment, Geological data etc.
  • ASM.

 

The Sustainable Management of Mineral Resources Project now invites eligible consultants/consulting firms to indicate their interest in providing the services. Interested consultants must provide the information indicating that they are qualified to perform the services (profile, description of similar assignments, experience in similar conditions, and availability of appropriate skills among staff, etc),

 

A consulting firm will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (May 2004 edition).

 

Interested Consulting firms may obtain further information at the address below during office hours – 8:00am to 4:00pm local time.

 

Expression of Interest must be delivered to the address below not later than 4:00pm on Friday January 6, 201 2.

 

The Project Coordinator,

Project Management Unit (PMU)

Sustainable Management of Mineral Resources Project (SMMRP)

Ministry of Mines and Steel Development

No 6 Marte Close, Off Misau Crescent

Garki II-Abuja

Nigeria.

TEL: +234-8033140096, 8053000153

 

E-mail: uladie2001@yahoo.co.uk

utsu.adie@msmd.gov.ng

 

Invitation for Prequalification for the Completion of ITF Multipurpose Training and Conference Centre at Abuja

Industrial Training Fund (ITF)

No, 2, Miango Road, P. M. B. 2199, Jos

Plateau State

 

Invitation for Prequalification for the Completion of ITF Multipurpose Training and Conference Centre, At PLOT 1580, Cadastral Zone A5, Tigris Street, Maitama, Abuja

 

The ITF Multipurpose Training and Conference Center (MPTCC) Project which was started under the PPP arrangement’s to be completed through the PPP arrangement is to be completed through the traditional contract method.

 

In view of this and in compliance with the requirements of the BPP and due process, reputable and competent Engineering Contractors are hereby invited for    prequalification.

 

Scope of Work

  • Construction of 11th and 12th floors, complete with the curtain walling, service ducts and the roof.
  • Completion of internal and external works of the main building.
  • All finishes.
  • External works including basement floor extension,

 

 

Tender Documents

All tender documents are to be addressed and submitted to:

The General Manager,

AFAD Limited, Suite A22,

Shakir Plaza, Plot 1029,

Machika Street, Area 11

Garki — Abuja.

 

  • Tender submission shall close on 29th December, 2011 by 12.00 noon prompt.
  • A non refundable deposit of (N100, 000.00) only should be made in Bank draft payable to Industrial Training Fund.
  • Only successful companies shall be contacted for collection of tender documents.
  • Tenders shall be opened by 2.00pm on the date of closure of submissions.

 

Prequalification Requirements

  • Evidence of registration with Corporate Affairs Commission (CAC), in Nigeria.
  • Current three (3) years tax clearance certificate (2008 – 2010)
  • Company’s Audited account for the last three (3) years (2008 – 2010)
  • Evidence of financial capability to successfully carry out the project to completion.
  • Evidence of successful completion of similar jobs in the value of N5.0 billion and above within the last three (3) years and if any on – going, interim CV(s).
  • Project understanding and implementation plan.
  • Evidence of compliance with Pension Act of 2004 and proof of remittance.
  • Evidence of financial capacity and capability to execute the project
  • Evidence of annual turnover of not less than N2.0 billion in the last three (3) years.
  • Company profile showing qualifications and experiences of key technical staff proposed for the project.
  • Evidence of VAT registration and remittances.
  • CASHES.
  • Evidence of compliance with statutory provision of section 6(i -ii) of ITF amended acts with regards to payment of one percent (19%) of company’s total annual payroll to Industrial Training fund as training contributions of employees,
  • Sworn affidavit to show that the Company is not in receivership and none of the directors is ever convicted of fraud.

 

Tender Opportunity (EIA) for Exploration and Development Fields at Addax Petroleum Development (Nigeria) Limited and Addax Petroleum Exploration (Nigeria) Limited

Addax Petroleum Development (Nigeria) Limited (RC No. (333615) and Addax Petroleum Exploration (Nigeria) Limited (RC 33313)

 

Tender Opportunity

EIA for Exploration and Development Fields

 

1. Introduction:

Addax Petroleum Development (Nigeria) Limited and Addax Petroleum Exploration (Nigeria) Limited invite interested and pre-qualified companies for this tender opportunity for Environmental Impact Assessment for fields in OML-123, OML-124 and OML-126/137 in accordance with the Scope of Work detailed below. The contract is proposed to commence in 201 2 for two (2) years duration with an option to extend for one (1) year.

 

 

2. Scope of Work:

Company proposes to increase her oil prospecting activities within the OML-123, OML-124 and OML-126 concessions by exploring various fields. Consequently, in line with statutory requirements for environmental management in Nigeria (Part IIE, section 3, 2.1.1), Company intends to conduct an Environmental Impact Assessments (EIA) for the proposed projects.

 

The Scope of Work will include the following:

1)      Description of the proposed projects activities.

2)      Carry out two season field sampling of the subject environment to determine the environmental baseline.

3)      Identification of the potential hazards associated with the exploration/development activities.

4)      Recommendation of preventive and control measures for the identified potential impacts of the project.

5)      Development of a cost effective Environmental Management Plan (EMP) and procedures to manage the consequences and recovery from negative environmental events throughout the life of the project.

6)      Provision of the basis for consultation with regulatory authorities, the public and other stakeholders and support subsequent applications for associated environmental permits.

7)      Preparation of two (2) Initial, three (3) draft and twenty-five (25) final EIA reports for Company.

 

3.       Mandatory Requirement:

3.1     To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the Product Group 3.02,02: Safety, Health and Environmental Consultancy category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

  • 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.
  • If you are not listed in this product/service category, and you are registered with DPR to do business for this category, please contact NipeX office at 30, Oyinkan Jolayemi Street, Ikoyi Lagos with your DPR certificate as evidence for review and necessary update.

3.2 To initiate and complete the JQS prequalification, processes www.nipexng.com to download the application from, make necessary payments and contact NipeX office for further action.

 

4. Nigerian Content Requirements

As requested by the Nigerian Content, each Contractor will be required to:

  • Demonstrate that the entity proposed for execution of the service is a Nigerian Registered Company or Nigerian Registered Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of Joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.
  • Plan to ensure that 75% of the spend is domiciled in Nigeria.
  • Furnish details of company ownership and share holding structure with   photocopies of Forms CAC2 and CAC7.
  • Provide evidence of what percentage of its key management positions are held by Nigerians and what percentage of the total work to be performed by Nigerian resources relative to total work volume.
  • Provide a Nigeria content Plan with detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in execution the work.
  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop.
  • Provide detailed plan for staff training and development
  • Provide detailed description of the location of in-country offices
  • Provide detailed on any other Nigerian Content initiative the company is involved in

 

5.    Closing Date

Only tenderers who are registered with NJQS Product/Services 3.02.02 Safety. Health and Environmental Consultancy category as at 30th December, 2011, being the advert closing date shall be invited to submit Technical Bids.

 

6. Additional Information

Please note that all interested Contractors are required to strictly adhere to the following conditions in relation to their response to this Advert:

  • As stated in item 3 hereto. Contractors are required to be prequalified in NJQS under this specific Service category to be eligible to participate in this tender opportunity
  • All costs incurred in preparing and processing NJQS prequalification and responding to this Tender Opportunity shall be to the Contractor’s own account
  • This Advert shall neither be construed as any form of commitment on the part of APD(N)L to award any contract to any Contractor and or associated contractors, sub-contractors or agents, nor shall it entitle prequalified Contractors to make any claims whatsoever, and/or seek any indemnity from APD(N)L and/or any of its partners by virtue of such Contractors having been prequalified in NJQS.
  • The tendering process shall be undertaken in accordance with the NNPC contracting process which requires pre-qualified contractors to submit their documentation in the following manner:

(i)      Pre-Qualified contractors in the relevant product/Services category in NJQS will be requested to submit their Technical Tenders.

(ii)    Following the Technical evaluation process, only technically acceptable and financially qualified contractors will be requested to submit their Commercial Tenders.

APD(N)L will communicate only with authorized officers of the qualifying Contractors at each stage of the Tender process, as necessary, and will NOT communicate through individuals or appointed Agents.

 

 

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

Invitation for Pre-Qualification of Contractors at Alvan Ikoku Federal College of Education, Owerri

Alvan Ikoku Federal College of Education, Owerri

Invitation for Pre-Qualification of Contractors

The Alvan Ikoku Federal College of Education, Owerri, is desirous of embarking on the under-listed projects. Consequently, interested competent and reputable contractors are invited for pre-qualification and Tender:

A.PROJECTS

1.       Construction of 2-Storey Office & Classroom Block

2.       Supply of Various titles of Assorted Library Books (TETF)

3.       Procurement of Bindery Hardware (TETF)

4.       Procurement of Library Furniture (TETF).

B.      Pre-Qualification Requirements:

Interested contractors are required to submit the following with their applications:

Mandatory

i.        Evidence of Registration with Corporate Affairs Commission (CAC).

ii.       Tax Clearance Certificate for the last three years.

iii.      Evidence of PENCOM compliance (Registration and remittance)

 

Others

iv.      Company Audited Accounts for the last three years

v.       Sworn affidavit indicating whether any staff of AIFCE is a former or present Director, Shareholder or has any pecuniary interested in the company.

vi.      Company profile indicating technical qualifications and experience of key personnel

vii.     Financial capability/evidence of financial backing/reference from a reputable bank

viii.    List of relevant equipment/plant with evidence of ownership.

ix.      List of similar projects executed, stating contract sums and evidence of award/completion

x.       VAT registration and evidence of past VAT remittances

 

 

C.      Collection/Submission of Documents

(a)     Application for pre-qualification, which must be in separate sealed envelops and clearly marked.

 

Application for pre-qualification for…………………………………should be forwarded to reach the address below not later than 12.00noon, on 27th January, 2011

(b)     Tender which must be in sealed envelops and clearly marked “Tender for………………….” Should be forwarded to reach the address below not later than 12:00 noon on 27th January, 2012.

 

(c)     Tender Documents shall be collected from  the office of the Director of Works Services on presentation of receipt for payment of the non-refundable tender fee, only for the following:

(a)     Assorted Library books N10, 000.00

(b)     Bindry Equipment         N3, 000.00

(c)      Furniture              N7, 000.00

Address:

The Secretary, Procurement Planning Committee,

Alvan Ikoku Federal College of Education,

P.M.B 1033, Owerri.

 

D.      Applications for Pre-Qualification will be opened immediately after closing on the date and time as above.

 

E.      Venue is the Collage Council Chambers.