Invitation to Tender for the Supply of a Brand New Water Tanker at Anambra State Urban Development Board (ASUDEB)

Anambra State of Nigeria

The Anambra State Urban Development Board (ASUDEB)

State Headquarters

Old Government Station

P.M.B. 5076,

Awka Capital Territory

 

Telegrams: ASUDEB

Telephone:  048-552312 Direct

048-552367

Invitation to Tender for the Supply of a Brand New Water Tanker

 

1.       The Anambra State Urban Development Board (ASUDEB) Awka intends to purchase a brand new water tanker with capacity of 4000 litres.

 

 

2.       All interested persons are required to submit the following documents

along with the financial bids.

(i)      Evidence of company registration (Certificate of Incorporation) by

Corporate Affairs Commission (CAC).

(ii)     Evidence of registration with Anambra State Ministry of Works in the

relevant categories.

(iii)    Evidence of registration with the Ministry sponsoring the project,

(iv)    Evidence of Company audited account for the past (3) three years.

(v)     Evidence of personal income Tax Clearance Certificate for (3) three years, current year inclusive,

(vi)    Evidence of Corporation Tax for (3) three years.

(vii)   VAT registration and evidence of past VAT remittance.

(viii)  Similar projects executed and evidence of knowledge of the industry,

(ix)    Evidence of financial Capacity.

 

3.       Tenders should be sealed and labeled (financial Bids as appropriate) clearly written at the top left hand corner of the envelope and addressed to:

The General Manager,

Anambra State Urban Development Board (Asudeb),

PMB 5076 Awka to be submitted not later than 15th December, 2011

 

4.       A non-refundable application fee of N10, 000 (Ten Thousand Naira Only) bank draft raised in favour of Anambra State Urban Development Board (ASUDEB) Awka should accompany each tender/quotation.

 

 

Signed

J.E Ilozulike

General Manager

Invitation to Tender for year 2011 Capital Projects at College of Education, Ikere-Ekiti

College of Education, Ikere-Ekiti

Private Mail Bag 250, Ikere-Ekiti

Website:  www.coeikere.edu.ng

Telephone: 08033929075

 

Invitation to Tender for year 2011 Capital Projects

 

Applications are hereby invited from reputable and interested contractors with relevant experience and good track record to tender for the under-listed rehabilitation projects and contracts.

 

1.0   Projects/Contracts Profile

 

(i)      Preparation of the College Physical Master-Plan.

COE/EK/2011/01/CP

(ii)     Renovation of College Guest House Chalets

COE/EK/2011/02/CP

(iii)    Construction of Students’ Civic Centre.

COE/EK/2011/03/CP

(iv)    Procurement of an Ambulance Bus.

COE/EK/2011/04/CP

 

2.0   Qualification Requirements

Interested and eligible contractors are required to meet the following criteria,

(i)      Evidence   of   incorporation/registration   with   Corporate  Affairs

Comimission (CAC):

(ii)     Evidence of Ekiti State Tax Clearance Certificate in the past three (3) years;

(iii)   Evidence of VAT registration and remittance in the past three (3) years; (iv)          Company profile which should include names, qualifications and

experience of key personnel;

(v)     Evidence of similar projects handled by the Company including

Letters of Award, Practical Completion Certificate etc within the last

three (3) years;

(vi)    Evidence of financial Capability/Banking referee to execute the

chosen project;

(vii)   Evidence of Registration with the College of Education, Ikere-Ekiti.

 

 

Each parcel should have a Table of Content indicating the pages on which these items are to be found. Any submission that does not conform to this format may not be processed.

3.0   Tender Fees

The tender processing fee for projects i – iii is fifty thousand naira (N50.000.00) respectively and thirty-five thousand naira (N35.000.00) for project iv

 

4.0   Collection of Tender Documents

Tender forms and documents are to be obtained from the Directorate of Physical Planning of the College after the payment of appropriate tender fees.

 

 

5.0   Submission

Tenders are to be submitted with the above-stated requirements in a wax-sealed envelope, with the name of the project written at the top left hand corner not later than 8th December, 2011 and addressed to:

 

The Registrar

College of Education

P. M. B. 250

Ikere-Ekiti

 

Please Note:

(A)    That by the submission of tender documents, the College of Education, Authority, Ikere-Ekiti is neither committed nor obliged to award an contract to any contractor/supplier or agent.

(B)     That, this advertisement for invitation to tender shall not be construed as a commitment on the part of the College Management nor shall entitle any contractor/supplier to make any claims whatsoever and/or seek any indemnity from the College of Education, Ikere-Ekiti.

(C)     That, due diligence would be followed as all the documents submitted would be verified and the past executed work/works and contractor’s offices shall be visited if need be. Any discrepancies would disqualify such contractor

 

Signed

B. P. Daramola

Acting Registrar

 

Request for Proposal to Conduct Promotion Examination and Oral Interview at Independent National Electoral Commission (INEC)

Independent National Electoral Commission (INEC)

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Request for Proposal to Conduct Promotion Examination and Oral Interview

1. Preamble

The Independent National Electoral Commission (INEC) in pursuance of its statutory functions and to ensure compliance with year 2007 public procurement Act seeks to appoint reputable firms of management Consultants to carry out:

 

LOT 1:  Written promotion Examination and Oral Interview for the management Staff for the Commission (GL. 14 -17)

 

LOT 11: Promotion Examination for Intermediate Staff of the Commission (GL. 07 -13).

 

2. Terms of Reference

The Management Consultants that will be appointed would be expected to:

 

LOT1

i) Set and conduct written promotion examination and oral interview for eligible officers.

 

LOT 11

ii) Set and conduct promotion Examination of eligible officers

 

3. Proposal Requirements

All interested and competent management Consultants are expected to submit Technical and Financial bids for the project in separate packages.

 

3.1     The Technical Bids package should include:-

i)       The methodology for the assignments.

ii)      The duration for completing the assignment in all Commission’s   offices   at   zonal   level   per management estate level per intermediate staff while the Headquarters staff are to sit at Abuja headquarters.

iii)     The company/firm profile providing in details the following information:-

(a)     Evidence   of   registration   with   Corporate Affairs Commission

(b)     Immediate past three years Audited Accounts of the firm

(c)      Immediate past three years Tax clearance of the Firm or Principal Partners.

(d)     Evidence of financial capability and Banking support

(e)      Details   of   Experience/technical Qualifications of key personnel

(f)      List and evidence of similar project executed and knowledge of the industry.

(g)     List and evidence of equipment and Technical capability to be deployed.

(h)     Evidence of VAT registration, remittance of VAT, evidence of registration with Pencom and remittance of contributions on behalf of employees.

 

3.2     The financial proposal package should state:-

i)       The cost of the project consisting of management fees and expenses.

ii)      The bid validity period for the project charges, iii) The payment plan for the assignment.

 

4.       General Information

(i)      For additional information, you may contact: The Director, Human Resources Management, INEC headquarters, Abuja.

(ii)     The closing date for submission of proposals shall be 3rd December, 2011.

(iii)    Only successful management Consultants will be contacted after evaluation of Technical proposal and invited for financial bid proposal opening.

 

Submission: All submission from Consultants should be as follows:-

 

i)       2 copies of neatly bound technical proposals are to be submitted in an envelopes marked Technical proposal for LOT 1 OR LOT 11.

ii)      2 copies of neatly bound financial proposals in another envelope marked financial Bid for LOT 1 OR LOT11.

iii)     Lot 1 and Lot 11 should not be combined in one Proposal or submitted in one envelope.

IV)    All envelops shall be sealed, address and submitted to:-

The Secretary

INEC Headquarters

Plot 436, Zambezi, Crescent,

Maitama-Abuja.

Mustapha M. Kuta

Ag. Secretary to the Commission

 

Alteration/Modification of Dimension Stone Laboratory, Kaduna at Ministry of Mines and Steel Development

Invitation for Bids (IFB)

Federal Government of Nigeria

Ministry of Mines and Steel Development

Sustainable Management of Mineral Resources Project (SMMRP)

 

Alteration/Modification of Dimension Stone Laboratory, Kaduna

 

IFB No. SMMRP/NCB/CW/11/04

Credit No.: 4012-UNI

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID-843108 of December 9, 2004

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Sustainable Management of Mineral Resources Project (SMMRP), and it intends to apply part of the proceeds of this credit to payments under the contract for the ALTERATION/MODIFICATION OF DIMENSION STONE LABORATORY, KADUNA

 

 

3.       The Sustainable Management of Mineral Resources Project (SMMRP) now invites sealed bids from eligible and qualified bids to carry out the ALTERATION/MODIFICATION OF DIMENSION STONE LABORATORY, KADUNA

 

Description of works

 

Bid Security

 

Completion Period

 

ALTERATION/MODIFICATION OF DIMENSION STONE LABORATORY, KADUNA At least 2.5% 4 Months

 

 

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 Bidding Documents.

 

 

5.       Interested eligible bidders may obtain further information from Sustainable Management of Mineral Resources Project (SMMRP) and inspect the bidding documents at the address given below from 11:00am to 4:00pm, Monday to Friday.

 

6.         Qualifications requirements include:

  • An average annual financial amount of construction work over the last five years of: 462.0M
  • Experience as prime contractor in the carrying out of at least two projects of similar nature and complexity equivalent to the Works over the last five years (to comply with this requirement, the works cited should be at least 70 percent complete)
  • Availability (own, lease, hire, etc.) of the essential equipment listed in the Bidding Data Sheet;
  • A Contract Manager with five years’ experience in construction works of an equivalent nature and volume, including no less than three years as Contract Manager; and
  • Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than 61.5M
  • A margin of preference for eligible national contractors/joint ventures SHALL NOT be applied.

 

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 Fifteen Thousand Naira (15,000.00) or its equivalent m any freely convertible currency The method of payment will be by bank draft in favor of Sustainable Management of Mineral Resources Project (SMMRP). The document will be collected by bidder’s representative or sent by courier services on request.

 

8.  Bids must be delivered to the address below at or before 1:30p.m. On Tuesday 20th December, 2011. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives, who choose to attend in person at the address below at 2:00p.m. On Tuesday 20, December, 2011

 

9.  All bids shall be accompanied by a Bid Security as stated in the table above or an equivalent amount in a freely convertible currency.

 

10.     The address referred to above is:

The Project Coordinator,

Sustainable Management of Mineral Resources Project (SMMRP)

Project Management Unit (PMU)

Ministry of Mines and Steel Development

No 6 Marte Close, Off Misau Crescent

Garki II-Abuja

Nigeria

Tel.: +234 8053000153

Email: uladie2001@yahoo.co.uk

Provision of ICT (Document Management/Intra-Net/Messaging and Communication) Equipment at the Ministry of Mines and Steel Development, Abuja

Invitation for Bids (IFB)

Federal Government of Nigeria

Sustainable Management of Mineral Resources Project (SMMRP)

CREDIT No. 4012-UNI

 

Provision of ICT (Document Management/Intra-Net/Messaging and Communication) Equipment for the Ministry of Mines and Steel Development, Abuja

IFB No. MMSD/SMMRP/NCB/G/11/02)

 

1.       This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. ID-843108 of 9TH December, 2004

 

2.       The Government of the Federal Republic of Nigeria has received a credit from the international Development Association toward the cost of Sustainable Management of Mineral Resources Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Provision of 1CT (Document Management/Intra-Net/Messaging and Communication) Equipment for the Ministry of Mines and Steel Development, ABUJA

 

3.       The Sustainable Management of Mineral Resources Project now invites sealed bids from eligible and qualified bidders for the Provision of ICT Equipment for the Ministry of Mines and Steel Development, ABUJA as follows:

 

Document Management/Intra-Net/Messaging and Communication

 

4.       Bidding will be conducted through the National Competitive Bidding (NCB) , a procedure specified in the World Banks 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 Sustainable Management of Mineral Resources Project at the address below and inspect the Bidding Documents   from 11 :00am to 4:00pm Mondays to Fridays.

6.        Qualifications requirements include:

  • Evidence of two contracts for the supply and installation of equipment of similar nature and magnitude as those proposed which were successfully executed during the last five.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

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 N 10,000.00 (Ten Thousand Naira) only or US$70.00 (seventy United States Dollars). The method of payment will be in Bank Draft in favor of Sustainable Management of Mineral Resources Project or through electronic Bank transfer to the Projects designated account (for International bidders). The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.

 

8.       Bids must be delivered to the address below at or before 10:30am on Tuesday 20th December, 2011. 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 at 11:00 am on Tuesday 20th December, 2011 . All bids must be accompanied by a Bid Security of at least 2.5% of bid price or an equivalent amount in a freely convertible currency.

 

9.        The address referred to above is:

Sustainable Management of Mineral Resources Project,

Ministry of Mines and Steel Development,

No. 6, Marte Close, Off Misau Crescent, Garki II, Abuja. Nigeria

P.M.B. 107, Abuja.

Nigeria

Phone Number: +234 8053000153.

Email: uladie2001@yahoo.co.uk

Signed

Project Coordinator