Invitation to Tender for Procurement and Supply of ICT Equipment at Fiscal Responsibility Commission

Fiscal Responsibility Commission

Federal Republic of Nigeria

Invitation to Tender for Procurement and Supply of ICT Equipment at Fiscal Responsibility Commission

 

Introduction

The Fiscal Responsibility Commission, in line with the Public Procurement Act 2007, wishes to invite reputable ICT contractors and suppliers with proven track record of performance and experience in the deployment of ICT-related services to submit tenders

 

for the supply  of the ICT equipment in the lots indicated below:

 

LOT- Extension of the Wireless Local Area Network to the            Commission’s Annex Office.

 

LOT2A – Supply of Laptop Computers

LOT2B – Supply of Ipad2

LOT2C – Supply of Desktop Computers

LOT2D – Supply of LaserJet Printers

LOT2E – Supply of ScanJets

 

Bidding Requirements

Interested contractors and suppliers wishing to carry out any of the above jobs in the above listed lots must submit the following:

(i)      Certificate   of   Registration   with   the Corporate Affairs Commission; (ii)      Current Tax Clearance Certificate;

(iii)    VAT registration, Evidence of remittance and TIN;

(iv)    Evidence of financial capability or banking support from any designated bank;

(v)     Evidence of similar job(s) done;

(vi)    Evidence   of  Pension  Act  Compliance  by Pencom, and

(vii)   Any additional information that may enhance

the chance of the company.

 

 

Collection of Tenders

Tender documents/detailed specifications  of the required goods are obtainable from the Office of the

 

 

Acting Secretary, Tenders Board, Block ‘D’, Fiscal Responsibility Commission, Abuja upon evidence of payment of N20,000.00 non-refundable tender fees in Bank Draft (for any lot) payable to the Fiscal Responsibility Commission as processing fees.

 

One (1) copy each of the “Technical” and “Financial” bids should be submitted in separate envelops and clearly marked “Technical Bid” and “Financial Bid” respectively. Both bids should be put in a sealed envelop and marked”  TECHNNICAL/FINANCIAL TENDERS FOR ………………..”. “The job for which the tender is submitted should be clearly indicated on the envelop e.g. (TECHNICAL/FINANCIAL TENDER FOR THE SUPPLY OF LAPTOP COMPUTERS – LOT 2A) and submitted on or before 12 noon, 15th December 2011, addressed to:

 

The  Ag. Secretary,

Tenders Board,

Fiscal Responsibility Commission,

66, Ajayl Crowther Street,

Asokoro District, Abuja.

 

The tender documents must be submitted on or before 12 noon 15th December 2011. Bidders are expected to sign a register before dropping their bids in the Bid Box. Any bid submitted after the date and time stated above, stands disqualified.

 

Opening of Tenders

The opening date for the tenders shall be on 15th December, 2011 at 2.30 pm at the Commission’s Conference Room. Representatives of bidding companies, Civil Society Organizations, Non Governmental Organizations and Professional Bodies are invited to observe the opening of the tenders. No late tenders will be entertained, please.

 

Signed

MANAGEMENT

Invitation for Bid (Ifb) Public/Private Partnership on Hospital Drugs Administration at Oyo State Government, Ministry of Health

Oyo State Government

Ministry of Health, Secretariat, Ibadan

Invitation for Bid (Ifb)

Public/Private Partnership on Hospital Drugs Administration

 

In furtherance to this present administration’s commitment to make health care delivery services available and affordable to the generality of our people, Oyo State Government hereby invites bid from interested members of the public for its Public Private Partnership Scheme on Drug Administration in its health facilities.

 

2.       Bidding will be conducted through the Ministries/ State Tenders Board Bidding procedures.

 

3.       Interested bidders who are strictly Corporate Bodies registered by the Corporate Affairs Commission must have the following:

 

i.        Current (2011) Certificate of registration of premises with the Pharmacists Council of Nigeria.

 

ii        Current (2011) Annual license to practice of the Superintendent Pharmacist issued by the Pharmacists Council of Nigeria

 

iii       Current (2011) Business Premises Registration with Oyo State Ministry of Commerce  & Cooperatives.

 

iv       Current (2011) Tax Clearance Certificate issued by Board of Internal Revenue Oyo State

v.       Certificate of Incorporation.

vi       2011 Tax Clearance for the Pharmacist Director.

 

4.       Interested bidders should obtain a copy of the Operational Manual from the Department of Planning Research and Statistics, Ministry of Health. Secretariat Ibadan for a non refundable fee of Twenty Thousand (20,000.00) Naira in Bank draft made payable to the Oyo State Government.

 

 

5.       This document could be obtain between 8:00am and 4:00pm every working day from Mondays 5th December, 2011 to Friday 16th December, 2011.

 

6.       Submission of completed Bid Documents to room 37 Office of the Director of pharmaceutical Services, Ministry of Health close by Friday 16th December, 2011.

 

7.       Bid will be opened in the presence of bidders representative who chooses to attend at 12 noon on Friday, 16th December, 2011 at the Conference Room of the Ministry of health, Secretariat, Ibadan.

 

Signed by:

Dr Lateef Olopoenia

Hon. Commissioner   for Health

Construction of Projects at Bajuda Ruwa Housing Project

Bajuda Ruwa Housing Project

Abuja Zonal Office: BIK 16, Zampoles Plaza, Opp. Tipper Garrage

Gwagwalada – Lokoja Road F.C.T Abuja

 

Contractor’s Invitation to Tender

 

Tender are hereby invited from qualified, reputable and interested Building Construction Companies to partaking in construction of Mass Housing Project within Federal Capital Territory (Abuja), Edo, Delta, Ondo and Ogun State of Federal Republic of Nigeria,

 

Lot 1: – A1-A11 -11 Lots Construction of 4 Bedroom Duplex

Lot2;-B1-B25-25 Lots constructing of 4 Bedroom Bungalow

Lot 3:- C4 – C216 – 213 Lots Construction of 3 Bedroom Bungalow

Lot 4: – D1 – D440 – 440 Lots Construction of 2 Bedroom Semi-Detacthed Bungalow

 

2.       All interested contractors are requested to express their readiness and intention to undertake any of the above 689 LOTS jobs by completing all necessary tender documents from the above office accordingly with:-

 

i.        Evidence of incorporation of business name registration with the Corporate Affairs Commission,

ii.       Evidence of Registration as a contractor with Federal State, Local Government.

Iii      Evidence of similar jobs successfully executed or company’s profile,

iv.      Only acceptable contractors shall be allowed to collect the tender form and document with prescribed lender fees.

v.       Contract Award document shall be ready and approved within  some hours of submitting relevant documents to our office at;

ABUJA ZONAL OFFICE

BIKA 16 Zampoles Plaza,

Opp. Tipper Garage

Gwagwalada – Lokoja Road,

Federal Capital Territory, ABUJA.

 

vi.      Contractors must be read to move into site, immediately after accepting the contract offer

On or before 16th December, 2011.

 

Signed

The Management

Invitation for Pre-Qualification and Notice of Tender for Tertiary Education Trust Fund (TET FUND) Year 2010 ETC BOT- SPECIAL Intervention Projects at Ignatius Ajuru University of Education (Former Rivers State University of Education)

Ignatius Ajuru University of Education

Rumuolumeni, P.M.B. 5047, Port Harcourt, Nigeria

 

Invitation for Pre-Qualification and Notice of Tender for Tertiary Education Trust Fund (TET FUND) Year 2010 ETC BOT- SPECIAL Intervention Projects.

 

The Ignatius Ajuru University of Education (Former Rivers State University of Education) hereby invites reputable and competent companies/firms for pre-qualification and tender for the here under listed (TET FUND) Intervention projects in the University.

 

LOT 1:        Construction of automated library complex

LOT2:          Construction of Laboratory Complex

LOT3:         Construction of 1500 capacity lecture Theatre

LOT4:         Furnishing and Equipping of automated library complex

LOT5:          Network of the 2-stoery library

LOT6:         Procurement installation of 1no. 100KVA sound proofed Perkins generating sets and accessories.

LOT7:         Supply and installation of lecture theatre chairs and furnishing of office

LOT8:         Supply and installation of laboratory furniture and fittings

LOT9:         Furnishing of offices in the laboratory complex

LOT10:       Procurement of laboratory equipment for integrated science

Department

LOT 11:      Procurement of laboratory Equipment for Chemistry Department

LOT 12:      Procurement of laboratory Equipment for Biology Department

LOT 13:      Supply and installation for workshop equipment for physic Department

Pre-Qualification Requirements

The Pre-qualification requirement includes:

1        Evidence of registration with Corporate Affairs Commission

2.       Evidence of registration with Ignatius Ajuru University of Education

3.       Tax Clearance Certificate 2007-2010

4.       Value Added Tax Certificate

5.       Company resume/profile include details of key officers and details of Equipment owned.

6.       Evidence of similar projects/jobs completed, location of the project.

7.       Letter from Bank indicating financial capability.

8.       Evidence of payment of Education Tax for current year 2010/20U.

 

All the required pre-qualification documents should be neatly bound and submitted with evidence of payment of non-refundable processing fee of Twenty Thousand Naira (N20,000,00) only in Bank Draft in favour of Ignatius Ajuru University of Education, Port Harcourt to:

 

The Registrar

Ignatius Ajuru University of Education,

P.M.B. 5047, Rumuoiumeni,

Port Harcourt.

 

Not later than 20th December, 2011.

All such submissions shall be publicly opened two days after the closing date by 2pm in the Conference Room of the University Guest House.

 

Only successful pre-qualified bidders will be invited to participate in the competitive tendering on payment of a non-refundable fee of Twenty Five Thousand Naira (25,000.00) only. Tender documents and or items specifications are available at the office of the Acting Director of Works, Ignatius Ajuru University of Education, Rumuoiumeni campus.

 

Please take note that full tendering procedure shall be provided only to companies/firms that have been successfully pre-qualified as able to execute the said project/jobs.

 

Signed:

Barrister Ikem Adiele, MNIM, ACIPM, aspsp

Registrar/Secretary to Council

Invitation to Bid at Lagos State Government, Ministry of Physical Planning and Urban Development

Lagos State Government

Ministry of Physical Planning and Urban Development

Block 15, Secretariat, Alausa, Ikeja.

Preparation of the Epe Master Plan

Invitation to Bid

Preamble

The Lagos State Government is desirous of preparing Master Plan for Epe Town and its immediate areas. The Plan became necessary in view of the fast growth of developments in Epe Sub-Region. The State therefore invites interested Consultants in the built environment registered with Town Planners Registration Council (TOPREC) and Association of Town Planning Consultants of Nigeria (ATOPCON) to bid for the project.

The successful Consultant will be required to complete the proposed Master Plan project within eighteen (18) months.

Scope of Work

The successful Consultant(s) is expected to fully deliver the plan taking into consideration the detailed scope of work which is available at Ministry of Physical

Planning and Urban Development, Alausa, Ikeja. However, below is the summary of the tasks for the project.

 

The tasks for the project are to:

(I)      Acquire the most recent GIS map of the study area; establish the base map and the most recent aerial photographs for the preparation of cadastral maps for the action areas.

(II)     Compile information on the existing land forms within Epe Sub-Region

(III)    Undertake comprehensive survey of the existing land use pattern in the area

(IV)   Compile an inventory of unique, historical, cultural and scenic areas for the purpose of presentation.

(V)    Identify and assess the existing infrastructural facilities and services and project growth and future needs for the period 2011 2021.

(VI)   Carry out traffic and transportation surveys (road and water transport) including motorized and non-motorized with the objective of identifying existing bottlenecks and opportunities that may affect or influence immediate and future demands in the study area.

(VII) Undertake survey of socio-economic activities and facilities such as school, healthcare, employment opportunities and other related variables for the present and future.

(VIII) Carry-out an in-depth demographic survey taking into consideration the population characteristics, existing and projected growth for the period 2011 2021.

(IX)   Survey of housing stocks and building development patterns, land values and property rating with a view to determining the use characteristics and intensity of development.

(X)    Liaise with the Local Community groups in the planning of the sub-region. Hold stakeholders meetings to ensure citizens participation with various interest group(s) in the preparation of the plan.

(XI)   Integrate the proposed Master Plan with the existing Lekki Master Plan, Lekki and Lagos Free Zones Plans and Ikorodu Master Plan.

(XII) The proposal must equally take into consideration major contiguous developments outside the subject boundary that would influence the plan proposals.

(XIII) The plan proposals amongst others should take advantage of the tourism and vast agricultural potentials of the sub-region.

(XIV) Review existing pattern of growth and development taking note of the Per-Capital-income (PCI) and character of Core settlements.

(XV)  Propose the political and administrative structures necessary to achieve the goals of the plan within the context of successful governance with transparency, creditability, accountability and the Nigerian Constitution.

(XVI) Prepare proposal for phasing of the Master Plan implementation, designated Action Plan areas and ensure preparation for (5) five of the identified Areas.

 

Expectation

With the foregoing, the Consultant(s) is to prepare a Master Plan/Technical Report which should incorporate all the findings, information and data, recommendations and conclusions. Furthermore, detailed technical and financial report(s) are to be prepared and the two (2) reports will be scored against evaluation criteria while the firms or consortia that have the highest score will be invited for negotiations.

 

Pre-Qualification Conditions

The State Government will consider Consultants duly registered to practice in Nigeria and with proven capabilities on such assignment. To apply, the Consultant must show evidence of considerable experience and track records of good performance in Urban and Regional Planning practice. In addition, the Consultant is to submit and fulfill the following documentation and conditions.

  • A covering letter summarizing content of the pre-qualification documents.
  • Certificate of Incorporation of Company/Firm’s Registration in Nigeria and detailed curriculum vitae profile/particulars of staff of the Firm or consortia with areas of specialization;
  • Evidence of current registration of the Firm(s) with Town Planners Registration Council (TOPREC) and Association of Town Planners Registration Council of Nigeria (ATOPCON)
  • The Firm’s general structure and organization’s duties including the pre-technical and financial outlays.
  • Evidence of preparation of similar Master Plan(s) at the above mentioned scale or above the advertised status of the project.
  • submit detailed methodology and work plan to b used in line with objectives and scope of service of the project

 

Submission of Document

1.       Interested Consultant(s)  Should forward a Certified Bank cheque of One Hundred thousand naira (N100,000.00k) payable to the Ministry of Physical Planning & Urban development and collect the planning brief and draft boundary of the subject Sub-region that would guide in the preparation of the proposals.

2.       Thereafter, the Consultant will also submit two (2) bound documents of the Technical and Financial proposals with relevant documents identified above to be forwarded in sealed envelope to the Ministry.

On or before 16th December, 2011

 

Applications and bids shall be addressed to:

The Permanent Secretary,

Ministry of Physical Planning and Urban Development, Block 15,

The Secretariat, Alausa, Ikeja.

E-mail: physicalplanning@lagosstate.gov.ng

Website: www.lagosstate.gov.ng

Signed:

Tpl. Olutoyin Ayinde,  FNITP Honourable Commissioner

Lagos State Ministry of Physical Planning and Urban Development.