Invitation to Participate in the Tendering Exercise for Various Projects under Council for the Regulation of Freight Forwarding in Nigeria at Federal Ministry of Transport

Federal Ministry of Transport

Bukar Dipcharima House

Central Business District, Abuja

Invitation to Participate in the Tendering Exercise for Various Projects under Council for the Regulation of Freight Forwarding in Nigeria

 

Federal Ministry of Transport, through the Council for the Regulation of Freight Forwarding Appropriation and is hereby inviting competent and interested companies to submit Technical and Financial bids for the following.

 

1.       Supply of Computer equipment

2.       Supply of Printers

3.       Supply of Kits for Security Personnel

4.       Provision and Deployment of Computer Software for our offices (Lagos, Kano, PHC, Abuja)

 

(B)    Technical (Prequalification) Requirements:

Interested companies should forward copies of the following documents and the originate to be made available for sighting during the Tender opening.

i.        Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association.

ii.       Interested Companies should have up to date returns with CAC and be informed that due diligence could be conducted

iii.      Company’s Audited Account for the last three years from a Chartered Accounting Firm;

iv.      Tax Clearance Certificate for the last three years; expiring in December, 2011

v.       List of verifiable documentary evidence of similar jobs successfully executed with the last three years (copies of letter of contract award, completion certificates);

vi.      Current Reference Letter from a Reputable Bank and Statement of Account for the last twelve (12) months.

vii.     Sworn Affidavit in line with the provisions of Part IV, Section 16. subsections (e-f) of the Public Procurement Act, 2007;

viii.    List of key staff and their Evidence of professional registration;

ix.      Letter of Authority to CRFFN to cross check the company’s account;

x.      Bidders should show evidence of Registration and up to date remittance of Employee Pension Fund Contribution in line with section 6d of the Public Procurement Act. 2007.

xi.      Letter introducing an authorized representative of bidder with his/her sample signature and position in the Company.

 

C.      Collection of Tender Documents:

Interested companies are to collect tender documents from the Deputy Registrar Council for the Regulation of Freight Forwarding in Nigeria, 51 Khartoum Street. Zone 5, Wuse District, Abuja, upon the presentation of a payment of N10 000.00 (Ten Thousand Naira) only, non-refundable Tender Fee into CRFFN Treasury Revenue Account at DIAMOND BANK, AC/NO. 0612130000670

 

(D)    SUBMISSION

 

The prequalification and Financial Bid Documents should each be sealed and labeled Technical and Financial Bids as appropriate’ separately, and the two separate envelops be put in another envelop that should also be sealed and labeled as: “(Project Title)”. The Financial Bids should submitted in three (3) copies (one original and two other copies) and all pages are to be duly endorsed by the Bidder.

 

This document is to be dropped in the Tender box in the Office of the Secretary, Tenders Board, CRFFN, on or before 24th November 2011 by 10:00am. The representatives of the Bidding companies are invited to witness the opening of the Tenders on the same day at 12:00 pm in the conference hall of the office complex at 51 Khartoum Street, Zone 5, Wuse District, Abuja.

 

E.      Successful companies could be requested to provide Performance Bond, whose value shall not be less than 10% of the contract sum before signing the contract.

NOTE:

i.        Interested Bidders are not allowed to Bid for more than one (1) of the listed Projects

ii.       Interested Members of the General Public, especially the Civil Society, Organization are invited to attend the opening exercise. They are to abide by the code of Conduct for Procurement Observers issued by the Bureau of Public Procurement

iii.      CRFFN is not bound to accept the lowest Bid or any Tender.

Signed:

Secretary, Tenders Board

Invitation to Tender –Supply and Installation of information and Communication Technology (ICT) Equipment/Software at Nigeria Extractive Industries Transparency Initiative

The Presidency

Federal Government of Nigeria

Nigeria Extractive Industries Transparency Initiative

Invitation to Tender –Supply and Installation of information and Communication Technology (ICT) Equipment/Software

Introduction:

The Nigeria Extractive Industries Transparency Initiative (NEITI) is committed to excellent service delivery in pursuit of its statutory functions and therefore aims at continuous improvement in its operations.

 

Towards this end NEITI hereby invites qualified and interested ICT Firms to tender for the supply and installation of ICT equipment to be funded under its 2011 Budget.

 

The tendering exercise will be conducted under national competitive bidding process in line with the Procurement Guidelines under the Public Procurement Act of 2007.

 

Scope of Supplies/Work

The scope of supplies/ work is broken down into the following:

 

A.      Lot 1

Supply and installation of Enterprise Resource Planning (ERP) system

 

B.      Lot 2

Supply and installation of Servers

 

C.      Lot 3

Supply and installations of Different Software

 

Pre Qualification Requirements:

  • Interested firms are expected to satisfy the following requirements:
  • Evidence of Registration with Corporate Affairs Commission
  • Evidence of Tax Clearance for the past three years (2008 to 2010)
  • Audited Accounts for the last 3 years 2010, 2009, 2008
  • Company profile including Curriculum Vitae of the firm’s top executives and personnel and evidence of Alliance /partnership with relevant EOMs or licensors
  • Details of similar assignment executed in the last three years
  • Letter of Financial backing from a reputable Financial Institution

 

Bidding Process:

Detailed bidding process will be contained in the bidding documents. For Lot 1 prospective supplier will be prequalified and required to make presentations before final bids are considered.

 

Collection and Submission of Bid Documents:

Tender documents can be obtained by written application at the address indicated below upon payment of non refundable application fee of N10,000 in bank draft payable to Nigeria Extractive Industries Transparency Initiative. Bids documents can be obtained between 10am and 2 pm Monday to Friday.

 

Bidders can apply for not more than 2 lots

 

Closing and Opening of Tender:

Submission of tender shall close on 31st October 2011 by 2.00 pm.

 

Bids must be submitted in sealed and clearly marked envelopes indicating names of company and the lot applied for.

 

The bids will be publicly opened on the same day on 31st October 2011 by 4 pm.

 

Address for collection and submission of Bids:

 

The Executive Secretary

Nigeria Extractive Industries Transparency Initiative

4th Floor

Murjanatu House

1, Zambezi Crescent

Off Aguiyi Ironsi Street

Maitama

Abuja

Attention: Procurement

Tel: + 234 9 290 6545

E-mail: procurement@neiti.org.ng

Web site: http://www.neiti.org.ng

 

Invitation for Technical and Financial Tender for the Monitoring and Evaluation of 2010/2011 MDGs/DRG Projects and Programmes at the Senior Special Assistant to the President on Millennium Development Goals

Federal Government of Nigeria

The Presidency

 

Office of the Senior Special Assistant to the President on the Millennum Development Goals

 

Invitation for Technical and Financial Tender for the Monitoring and Evaluation of 2010/2011 MDGs/DRG Projects and Programmes

 

Background

In 2006, Nigeria negotiated debt – relief from the Paris Club of Creditors Consequently, annual savings of approximately $ 750m were realized. The Office of the Senior Special Assistant to the President on the Millennium Development Goals (OSSAP – MDGs), with a mandate to coordinate and oversee the effective use of the debt – relief gains (DRG) is desirous of constituting a monitoring and evaluation (M and E) framework for all MDGs/DRG projects and programs funded by the provision of the 2011/2012 budget.

 

The OSSAP –MDGs therefore invites interested and reputable consultancy firms/ consortia and civil society organizations with requisite experience to express their interest in providing the services

3.       Brief Description of Projects/Scope of Work

The framework is specifically targeted at providing an evaluation mechanism that is independent of the executing MDA, and State Governments using professional consultants/sector experts and Civil Society Organizations (CSO) to serve as. National Consultants. State Consultants, National Civil Society Organizations and State Civil Society Organizations, in providing the services in different part of the  country.

 

The Consultants/Civil Society Organizations will be expected to conduct monitoring exercises by undertaking technical and financial reviews of the implementation of the project and programs, impact assessment as well as beneficiary and user surveys.

 

The Consultants must be highly professional multidisciplinary firms who possess the requisite technical managerial capacity to cover all MD’s MDAs.

 

The technical scope covers the following components

(a)     Inputs – the volume of resources allocated to a project must be established

(b)     Activities – the key components of the project must be identified and articulated

(c)      Outputs – the tangible deliverables and results that have been achieved by a project must be quantified recorded and assessed for quality

(d)     Immediate Outcomes – the intangible or qualitative changes in performance, capacity access coverage, affordability, or quality that have been brought about by the project must be assessed. This should cover both the target population and any unintended beneficiaries.

 

3.       Bidding Document

A complete set of bidding document/Terms of Reference can be obtained upon submission of copy of receipt of payment of a non refundable tender fee of Ten Thousand Naira (N10,000.00) payable in Bank Draft in favour of the State House, Abuja From:

 

The Secretary Tenders Board, (PRS) Department, Conference Room Wing 6, Administration Block near Banquet Hall, State House, Abuja.

 

4.       Requirements and Selection Criteria:

The Consultants i.e. National and State are expected to be integrated professional consortium or consulting firms with expertise in the following ares:

(a)     Economics and public policy analysis

(b)     Public Health sector management

(c)      Accounting and public financial management

(d)     Education development and capacity building

(e)      Quantity surveying and

(f)      Gender issues

(g)     Statistics

(h)     Database management

(i)      Project management

(j)      Communications and report writing

(k)     Architecture

(l)      Civil/Structural Engineering

(m)    Electrical /Mechanical engineering

 

In addition Consultants are requested meet the following criteria

 

(a)     Fully registered practicing professional firm/consortium in the field of Engineering, Architecture, Health, Water Education, Quantity Surveying, Gender and Youth Development. Consortia are required to provide evidence of an MOU registered with the Corporate Affairs Commission

(b)     Commitment to work in collaboration with any CSOs that may be engaged through this process

(c)      Minimum of 10 years of practice experience of principals of the firm. For National Consultants, experience in the Management of complex national programs, especially with M and E component

(d)     Incorporation by the Corporate Affairs Commission

(e)      Current Tax clearance certificate for the years 2008 – 2010

(f)      Evidence of VAT registrations

(g)     Company audited accounts for 3 years

(h)     Evidence of financial capacity and clean bill of financial health from the Consultants bankers

(i)      Competence in all current/relevant information technology software including the use of GIS equipment

(j)      Verifiable contact address (not post office box) and the CV of the principal officers

(k)     In the case of State Consultants, indicate 2 (two) States of choice

(l)      In the case of consortium, the individual firms making up the consortium must fulfill the technical requirement in additional to submitting a memorandum of understanding (MOU).

 

5.       Civil Society Organizations (i.e. National and State)

The Civil Society Organizations are expected to meet the following criteria

 

a.      To be a development Non-Governmental Organization (NGO) or a network/coalition of NGOs, registered with the Corporation Affairs Commission

b.       The National CSO must possess at least 8 years of relevant experience of monitoring and evaluation, impact assessment and user surveys in the thematic areas of the MDGs at the community level. For State State COSs, 5 years of relevant experience in leading complex national programs is required

c.       Commitment to work in collaboration with any consultants that may be engaged through this process

d.       To possess a clean bill of financial health from the organizations bankers

e.       Competence in all current/relevant information technology software

f.       In the case of State CSOs, indicate State of choice and provide evidence of having a fully operational office therein.

 

6.       Submission of Technical and Financial Bids

(i)      In view of the above, interested professional consultants and Civil Society Organizations are required to submit both technical and financial bids in two separate envelopes enclosed in one package

(ii)     Only the successful consultancy firms and civil society organizations will be notified of the outcome of the exercise. The office is not bound to enter into further correspondence with any of the unsuccessful consultant firms/CSOs.

 

7.       Method of Application:

Two (2) hard copies and one (1) soft copy (Flash Drive) of the pre-qualification documents should be submitted in sealed envelopes which shall bear the words Technical and Financial Documents for M and E stating whether (i) National Consultant, (ii) State Consultant, (iii) National CSO or (iv) State CSO. The envelopes should bears the names and phone numbers of the submitting entity. Improperly marked, or unmarked envelopes, will be automatically disqualified.

 

All documents shall be returned to the following address on or before 1st November 2011.

 

The Senior Special Assistant to the President on the MDGs,

Suite 201, 2nd Floor, Block A, Bullet House,

Federal Secretariat,

Shehu Shagari Way,

Central Business District, Abuja.

 

All applicants are to make only one submission. However firms or consortia making submissions in respect of the position of State Consultants or State CSOs are at liberty to indicate up to two States of interest and to list the States in order of preference.

 

This advertisement superceds the earlier advert of 8th August 2011 as this intends to cover both the M and E of 2010/2011 MDG-DRG projects and programmes. However, Consultants and CSOs who earlier paid a tender fees of N10,000 need not make further payment but should show evidence of payment in their new submission.

NOTE:

a.       Only short-listed firms will be contacted

b.       The OSSAP-MDGs is not obligated to undertake the work described in this advert.

c.       The OSSAP-MDGs will not make any form of payment or refund whatsoever for expenses incurred in response to this invitation.

d.       The assessment of the bids will be based on the documents submitted by the consultant firms/CSOs. In the event that any of the given information turns out to be false, the consultant firm/CSO shall be held responsible and would be deemed fraudulent and could lead to disqualification of such organizations.

 

L. O. Babalola

Director (MDGs)

For: The senior Special Assistant to the President on Millennium Development Goals

 

Execution of 2011 ETF BOT Projects at Jigawa State College of Education

Jigawa State College of Education

P.M.B. 1002, GUMEL

Mobile Phone Number: 07034810885, 08034589938

 

Invitation for Pre-Qualification to Tender

Jigawa State College of Education Gumel wishes to execute some 2011 ETF BOT special intervention projects.

 

The college invites competent and interested contractors for pre-qualification to tender for the following lots:

1.       Lot 1 –        Construction and furnishing of library complex

2.       Lot 2 –        Procurement and installation of laboratory equipment

3.       Lot 3 –        Renovation of block 4

4.       Lot 4 –        Procurement of ICT equipment

 

Pre-Qualification Requirements

1.       Submission of brochure of technical competence (for construction and installation)

2.       Evidence of registration with:

a.       The Corporate Affairs Commission (CAC) certificate of incorporation

b.       Federal/State Ministry of Works

c.       The college (i.e. Jigawa State College of Education, Gumel)

3.       Ability to complete project/supply on schedule

4.       Ability to source funds and good financial records

5.       Evidence of Tax payment for the last 3 years including education Tax

6.       Possession of adequate and qualified number of full time workers and equipment

7.       Involvement in arbitration proceedings of any law suits.

8.       Company’s safety precaution

 

The pre-qualification document must he in sealed envelope and clearly marked

PRE-QUALIFICATION FOR TENDER” and submitted to the undersigned, The document should be submitted on or before 27th October 2011. Late submission will not be entertained, please.

 

NB: This is not an invitation to tend, please. Full tendering procedures will be applied only to tenders that have been found to be capable of executing the project(s)

 

Signed:

Alhaji Yahaya Aliyu Daukargo

Registrar

For: Provost.

Invitation for Bids for Construction of Rural Infrastructure in Yobe State at National Programme for Agriculture and Food Security (NPAFS)

Federal Government of Nigeria

Federal Ministry of Agriculture and Rural Development

National Programme for Agriculture and Food Security (NPAFS)

National Programme for Food Security (NPFS)

(Islamic Development Bank Support to NPFS)

IDB Financing Number: NGR (UNI-0031)

Bid Issuance Date 13th October 2011

Invitation for Bids for Construction of Rural Infrastructure in Yobe State

 

1.       The Federal Government of Nigeria has obtained a loan from the Islamic Development Bank (IDB) for co-financing the Construction of Rural Infrastructure under the NPFS in Yobe state and intends to apply a portion of the proceeds of the funds for eligible payments under the Contract(s) for construction of Rural Roads, Rural Market and Boreholes equipped with hand pump and Vegetable Cooling Sheds for which this invitation for bids is issued.

 

2.       The National Programme For Food Security (NPFS) intends to employ qualified contractors for construction works in the following three lots spread through the 9Nos Local Government Areas covered by the Project:

Lot 1:          –        140 km of Rural Roads

Lot 2:          –        19Nos Rural Markets

Lot 3:          13Nos Boreholes equipped with handpumps

Lot 4:-         27Nos Cooling sheds

Details of the work to be done are specified in the bidding document

 

3.       Bidding is open to private firms and voluntarily formed Joint ventures duly registered to operate in Nigeria.

 

4.       Eligible bidders may obtain the documents by written application and direct Collection from:

 

The National Coordinator

National Programme For Agriculture and Food Security (NPAFS)

No, 127, Adetokunbo Ademola Crescent, Wuse II, Abuja.

5.       The request must clearly state “Request for Bidding Documents for Construction of Rural Infrastructure in Yobe State”. The documents are available for collection at a non refundable fee of N50,000.00 (Fifty Thousand Naira only). The National Programme for Food Security will issue the documents directly to the purchaser, but under no circumstances will it be held responsible for any dissatisfaction arising thereof.

 

6.       The minimum requirements for Contractor qualification are as follows:

i.        Having achieved an annual turnover in construction work as listed hereunder in any of the last five years:

Lot 1 –        N 120million

Lot 2 –        N 45million

Lot 3 –        N 15 million

Lot 4 –        N 30 million

 

ii.       Verifiable proof of experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the works over the last 5 years (to comply with this requirement, works quoted should be at least 70% completed). Acceptable verifiable proof shall be copies of the letter of contract award and/or certificate of contract completion.

 

iii.      Verifiable proof of ownership/unhindered access to essential equipment required for the job.

 

iv.      A Project/Contract Manager with 10 years experience-in works of equivalent nature and volume including not less than 5 years as Manager, and

 

v.       Verifiable proof of Liquid assets and/or confirmed credit facilities of not less than the following:

Lot 1 –        N50 Million

Lot 2 –        N 50 Million

Lot 3 –        N 5 Million

Lot 4 –        N15 Million

 

vi.      VAT registration certificate.

 

vii.     Evidence of registration with the Pension Commission in line with the

provisions of the Procurement Act 2007.

 

7.       Completed bids documents must be in 2 parts consisting of (a) Technical Prequalification documents and (b) Commercial bid documents. Bids will be submitted in two (2) separate sealed envelopes for Technical Pre-qualification and Commercial bid respectively, each appropriately labeled. These are to be enclosed in a third envelope labeled “Rural Infrastructure in Yobe State”.

 

8.       Completed bids must be accompanied by a Security of values stated below

Lot 1 –        N3.5 million

Lot 2 –        N1.3 million

Lot 3 –        N450,000

Lot 4 –        N900,000.00

 

Bids must be delivered to the address below on or before 17th November, 2011 by 12:00, Late bids will be rejected. Bids will be opened in the presence of bidders’ representatives who choose to attend on 17th November, 2011 by 12:00noon at the Conference Room,

 

The National Coordinator

National Programme For Agriculture and Food Security (NPAFS)

No. 127, Adetokunbo Ademola Crescent, Wuse II, Abuja

 

9.       The submission shall be made in ONE original and TWO copies and be marked Accordingly.

 

10.     Only firms and Joint ventures whose Technical Pre-Qualification documents fulfill the minimum requirements will have their Commercial Bid documents opened. Unsuccessful bidders will have their Commercial Bids returned to them unopened.

 

11.     All bid enquiries are to be directed to the office of:

Project Officer

National Programme For Food Security (IDB Financing)

No. 127, Adetokunbo Ademola Crescent,

Wuse II, Abuja

Tel: +2348033119366

E-mail: benjamin_ajibade@yahoo.com ,

Abdulazizmuhammad@ymail.com , uriaigbinoba@yahoo.com

Signed

National Coordinator,

National Programme for Agriculture and Food Security (NPAFS)

No. 127, AdetokunboAdemola Crescent, Wuse II,

Abuja. FCT