Appointment of Coordinating/Biometric Consultant for Capacity Building Workshops (MDGS Project) at National Institute for Educational Planning and Administration (NIEPA), Ondo

National Institute for Educational Planning and Administration (NIEPA), Ondo

Appointment of Coordinating/Biometric Consultant for Capacity Building Workshops (MDGS Project)

 

The National Institute for Educational Planning and Administration (NIEPA), Ondo is in the process of executing the 2011 Capacity Building Workshop for 28,800 Head Teachers of Primary Schools in about 111 designated training centres across the nation. The workshops are scheduled to hold between September and November, 2011. The purpose of the training is to upgrade the skills of the Head Teachers on effective school administration. The participants will also be given Training Manuals and Work Books.

 

The workshops will be funded from the Debt Relief Grant and implemented under the Millennium Development Goals (MDGs) Projects. The National Institute for Educational Planning and Administration, Ondo is by this advertisement inviting reputable consulting firms to apply for pre-qualification appointment to coordinate some activities during the six-day training workshops in the six geo-political zones.

 

The Coordinating Consulting firms will be expected to:

i.        Coordinate the provision and distribution of light refreshment to Participants and Resource Persons in each designated centre in the states within each geo-political zone and

 

ii.       Coordinate the provision and distribution of customized stationery items to Participants and Resource Persons in each designated training centre in the states within each geo-political zone.

The Biometric Consultant will be expected to:

i.        Assist the Institute in creating Data base of participants

ii.       Assist the Institute in screening out repeaters

iii.      Generate statistics for decision making according to different criteria

iv.      Generate Report according to the Format by the Institute

 

Pre-Qualification Requirements

Interested firms should submit their bids along with the documents mentioned hereinafter in a sealed envelope to the address indicated below. Failure to submit any of the under listed documents may lead to the disqualification of the bid:

i.        Full detail of the Company’s profile

ii.       Certificate of Registration with the Corporate Affairs Commission

iii.      Tax Clearance Certificate for at least Three years

iv.      Evidence of similar job(s) executed in the past (with verifiable address)

v.       Organizational structure, available manpower with list of technical staff with their resumes

vi.      List of equipment/Distribution facilities

vii.     Evidence of financial capability/Bank Reference and Annual Turn Over of at least N50 Million Duly Stamped by the Bank.

viii.    Company audited accounts over the past the past three years

ix.      Evidence of Registration with Pensions/Commission in compliance with provisions of. Sector 16(6) (d) of the Public Procurement Act, 2007 (PPA 2007

x.       Payment of non-refundable bidding fee of N30,000.00 (Thirty Thousand Nair only) payable to the National Institute for Educational Planning and Administration (NIEPA), Ondo.

xi.      Evidence of VAT Registration and Remittance

 

Enquiries for additional information should be directed to the address below, where they can also see samples of stationery items.

Selection Criteria

Consulting firms will be selected in accordance with the provisions of the Procurement Act 2007 and Due Process mechanism.

 

Bid Presentation

Interested firms are to submit separate pre-qualification Proposal in sealed envelope. The proposal together with the documents earlier listed are to be submitted in sealed envelope addressed to the Director-General and Chief  Executive, National Institute for Educational Planning and Administration (NIEPA), Km. 4, Laje Road, P.M.B. 562, Ondo, Ondo State, duly marked “COORDINATING OR BIOMETRIC CONSULTANCY” The bid should be dropped in the Tender Box in the Office of the Director-General. Bidder’s name,   address and telephone numbers should be indicated on the reverse side of the envelope. Bidders are to ensure that they also sign the Submission Register in Director-General/CEO’s office.

 

Closing Date

All bids must be delivered to the address above on or before 22nd September 2011 by 12.00 noon.

Director-General and Chief  Executive Office

 

Invitation to Tender at National Power Training Institute of Nigeria (NAPTIN)/Power Holding Company of Nigeria PLC

Federal Republic of Nigeria

National Power Training Institute of Nigeria (NAPTIN)

Invitation to Tender

 

1.0     Introduction

The National Power Training Institute of Nigeria (NAPTIN)/Power Holding Company of Nigeria PLC (PHCN) is in the process of executing some projects with funds provided by the Federal Government of Nigeria in the 2011 Budget Appropriation. Therefore, interested competent and reputable companies with expertise in the relevant fields are hereby invited to submit tender for the following projects:

2.0     Scope of Works

Utility and Operational Vehicles

LOT 1:        Supply of 2No. 30 seater buses for Oji and Kano Training Centres

 

LOT 2:        Supply of 2No. Pick – up double cabin vans and 4No. Saloon cars

Office Furniture, Equipment, Materials and Training Aids

LOT 3:        Provision of high quality furniture for the offices at Abuja CHQ, Oji, Kano and Jos Training Centres as follows:

LOT 3a jos

LOT 3b Kano

LOT 3c oji

LOT 3d Abuja CHQ

 

LOT 4:        Procurement of training aids tools and equipment for all RTCs

Renovation/Rehabilitation Construction and Equipping of Training Centres

LOT 5:        Construction of Electrical Engineering Training Laboratory House and Control Room at Kainji RTC.

LOT 6:        Construction of 2.5MVA, 33/11kV Injection Substation complete with full scale 33kV Switch Yard for hands-on training at Kainji Regional Training Centre.

LOT 7:        Construction of 3No. Industrial Boreholes, Installation of 10,000 litres capacity overhead tanks and Water System Reticulation at Oji, Jos and Kano RTCs.

LOT 8:        Conversion of 36No Guest Rooms to Ensuite at Akangba RTC, Lagos.

LOT 9:        Renovation and Refurbishing of Ijora Mechanical Workshop creating hall to house Electrical System Simulator and Demonstration Room at Ijora RTC

LOT 10:      Development of Admin Stock at NAPTIN’ Permanent Site.

LOT 11:      Fencing of NAPTIN’s Permanent House, Idu Industrial Estate as follows:

LOT 11a. Western side of the Site

LOT 11b. Northern side of the Site

LOT 11c. Southern side of the Site.

LOT 12:      Construction of Gate House, Two Gates and Front Wing of NAPTIN’s Permanent Site.

 

Eligibility:

Interested companies are required to submit the following documents which will be used for Technical Evaluation Criteria of all bids:

a)       Evidence of incorporation of the company with Corporate Affairs Commission (CAC)

b)      Evidence of current Tax Clearance Certificate (i.e.2008, 2009 and 2010)

c)       Evidence of VAT Registration/TIN and Company Audited Account for the last 3 years.

d)      Evidence of relevant and verifiable experience on similar jobs (letter of Award, completion certificate and list of similar completed or ongoing jobs inducing documentary pictorial evidence) can be enclosed.

f)       Indicate availability of requisite and appropriate skills among key staff and persons to be engaged for the job.

g)       Provide evidence of financial capability including Bank Reference and Current Statement of Account.

h)      Evidence of payment of Non-refundable Tender Fee (N25,000/N20,000) per i)  Technical details, brochures/manuals of the equipment to be procured

j)       Confirmation of Tender Validity Period of at least 120 days

k)      Sworn affidavit that information provided in the bid documents are veritable and correct and also that the company is not bankrupt

I)       Pension Fund Administrator and Remittances

 

4.0     Collection of Tender Documents

Any interested company shall collect tender document from, the office of the Director General, National Training Power Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminua Kano Crescent. Wuse II, Abuja, upon the payment of non –refundable tender fee of twenty five thousand Naira (N25,000.00) only per lot for all works and twenty Thousand Naira (N20,000.00) for all supply in Certified Bank Draft in favour of National Power Training Institute of Nigeria from Monday 29th August, 2011

 

 

5.0     Submission of Tender Documents

Completed Technical and financial Bids shall be submitted in two separate envelopes, sealed and clearly marked “Technical Bid for Lot No. and Financial Bid for Lot No. inserted in a bigger 3rd envelop. The project titles, Lot number and contractor’s name must be clearly written on top of each envelop. Tender shall be submitted to the office of the Director General, National Power Training Institute of Nigeria (NAPTIN), Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II Abuja.

 

6.0     Closing Date

Submission of tender shall close on 12th September 2011 by 12 noon on Monday.

 

7.0              Bids Opening/Venue

The technical bid shall be publicly opened at 12.00 noon same day at NAPTIN CHQ, Board Room, 3rd Floor, Plot 1124, Eldoret Close, Off Aminu Kano Crescent, Wuse II, Abuja. Tenderers or their representatives, interested member of the public are invited to witness toe bids opening.

 

8.0              Important Information

a)       Only companies whose Technical or their representatives interested member of the public are invited to witness the bids opening.

b)      All Bids sent by post will be rejected

c)       Incomplete documents and/or entertained.

d)      This advert shall not be construed to be a commitment on the part of NAPTIN nor shall it entitle the bidding companies to any claim whatsoever and/or seek indemnity from NAPTIN by virtue of such company’s having responded to the advert

 

Tel: 09-8759300

E-mail: info@naptin.org.ng

Web Site: http://www.naptin.org.ng

 

Submissions made by e-mail and late submission will be rejected

Note that only short listed firms would further be contacted

Disclaimer:

MAPTIN reserves the right to reject/accept any/all applications/proposals without assigning any reason whatsoever.

 

Signed

Management

 

 

 

Construction of the Bauchi International Airport at Bauchi State Government of Nigeria

Bauchi State Government of Nigeria

Invitation for Pre-Qualification for the Construction of the Bauchi International Airport

 

1.       Preamble

Bauchi State Government intends to construct a new International Airport in the vicinity of the State Capital, which is situated off Bauchi  Ningi road about 20km from the state capital. The Site has already been identified, mapped and surveyed, To this end, the Bauchi State Special Projects Tender Committee invites reputable Contractors to indicate interest to pre – qualify for this Project.

 

Design and Construction of the Bauchi International Airport

2. Pre-Qualification Requirement

Prospective Contractors are required to submit the following documents:-

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

ii.       Tax Clearance for the last three (3) years (2008-2010)

iii.      VAT Registration;

iv.      Evidence of Current Registration as Contractor with the Bauchi State Government;

v.       Evidence of Financial capability to execute the Project and banking Support-

vi.      Evidence of Annual Turnover i.e. Audited Accounts for the last three (3) years with a turnover of not less than N10 Billion Naira;

vii.     Evidence of similar and verifiable Projects (ongoing /completed) by the Contractor indicating location, Letter of Award and Completion Certificates in the last five years;

viii.    Equipment and Technical capability;

ix.      A detailed Company Profile showing list of Managerial, Technical and Administrative Staff;

 

3.       General Information

a)       This “Notice of Intent” is not an invitation to bid. Full bidding procedure as contained in the bid documents shall be provided only to successful pre-qualified applicants deemed suitable by the Committee at a prescribed fee.

 

b)      The closing date for the submission of the pre-qualification documents shall be on Friday 2nd September, 2011 at 4pm, while opening of the pre-qualification will be on Tuesday 6th September, 2011 by 12:30pm.

 

c)       Only successful Contractors from the pre-qualification exercise will be invited for bidding.

 

4.       Submissions

All submissions should be delivered in a neatly sealed envelope clearly marked “Pre-Qualification for the Bauchi International Airport Project” and delivered to the Secretary, Bauchi State Special Project Tender Committee, VIP 4 Opposite Government House, Bauchi.

 

Signed:

Garba A.  Yayale

Secretary of the Committee.

 

Invitation for Pre-qualification to Tender for the 2011 Capital Appropriated Projects at Sokoto Energy Research Centre, Usmanu Danfbdiyo University Sokoto

Sokoto Energy Research Center

Energy Commission of Nigeria

Usmanu Danfooiyo University, Sokoto

Invitation for Pre-qualification to Tender for the 2011 Capital Appropriated Projects

1.0.        Introduction

The  Sokoto Energy Research Centre, Usmanu Danfbdiyo University Sokoto Hereby invites reputable and Interested Contractors who wish to bid for the  under listed projects in the  Centre to submit their pre-qualification documents for assessment:-

2.0.        Scope of the Project

Lot I.           Completion of  Biogas digester and  Test running (Pilot Project)

Lot II.  Furnishing Of Permanent Site SERC Sokoto

Lot III. Establishment of Energy Reference Library. Books, Journals and Specialized

Soft Ware’s (SERC Sokoto)

 

3.0.    Pre-Qualification and Tender Requirements

3.1-0   Interested Companies should submit their detailed pre-qualification documents for assessment containing the under listed documents:-

i).      Certified true copy of certificate of registration with Corporate Affairs Commission (CAC)

ii)      Certified true copy if certificate of Tax Clearance for the last three years

iii)     Evidence of current Registration as a contractor with Usmanu Danfodiyo University, Sokoto

iv).    List of managerial, technical and administrative  staff of the  contractor.

v).     Names and address of bankers including  a letter of recommendation from the Bank indicating financial capability to undertake the project,

vi).    Evidence of submission of annual returns from CAC

vii)    Evidence of similar and verifiable jobs successfully executed with their locations, contract value, evidence of award and time of completion

viii)   Evidence of compliance with the provision of Pension Reforms Act. 2004

 

The pre-qualification documents  must  be in sealed envelope marked “Confidential pre-qualification  for SERC 2011 Capital Projects”  clearly printed at the top left corner of the envelope and  submitted on or before 5th September, 2011. The documents will be opened  on 5th September, 2011. All companies that submit their pre qualification documents are therefore invited to attend the opening of the documents at 12.30p.m, on that date. Please note that the submission of the  pre-qualification documents is  not  an invitation to tender  for the  projects.

 

Signed

The Administrative Secretary

Sokoto Energy Research Centre

Usmanu Danfodiyo University

Sokoto P. M.B 2346

Sokoto.

General Procurement Notice for 2011 Recurrent and Capital Budget at Revenue Mobilization Allocation and Fiscal Commission

Revenue Mobilization Allocation and Fiscal Commission

PLOT 210 TARAWA Balewa Way, Central Area, Abuja

General Procurement Notice for 2011 Recurrent and Capital Budget

The Revenue Mobilisation Allocation and Fiscal Commission wishes to notify reputable contractors/suppliers on the following projects under the 20 11 Recurrent and Capital Budget:

Project Description

  • Materials and Supply – General
  • Maintenance Services – General
  • Maintenance of Vehicle/Transport
  • Maintenance of Office Furniture and Equipment
  • Maintenance of Plant/Generator
  • Maintenance of Office Building – Cleaning & Fumigation
  • Fuel and Lubricants – general
  • Purchase of computers
  • Purchase of Computers
  • Purchase of Computer Printers
  • Purchase of Photocopying Machines
  • Purchase of shredding machines
  • Purchase of Power Generating Set
  • Purchase of Health/Medical Equipment
  • Purchase of Library Books and Equipment

 

Conditions for Eligibility

In order to be considered as qualified to Bid, your Company is to submit the following documents;-

(a)        Valid Certificate of incorporation/Registration with the Corporate Affairs Commission,

(b)        Current Tax Clearance Certificate for the last 3 years (2008 2009t and 2010). *       (c)       Evidence of VAT Registration and Remittances.

(d)       Company  Profile  including  Names  and  Technical Qualifications and Experience(s) of key personnel

(e)        Evidence of Financial Capability to handle the job including letter of reference from your Banker

(f)        Evidence of execution of similar contracts with any Government establishment.

(g)        Audited Account of the company for the past 3 years (2008, 2009 and 2010) and

(h)    Evidence of Remittance of Pension Funds.

 

Submission of Technical Bids,

Your technical bids should be enclosed in an envelope sealed and marked “TECHNICAL BID DOCUMENTS FOR THE (indicate the Project at the top right corner of the envelope)” and must be addressed and returned on or before 5th September, 2011 to:

 

“Head of Procurement,

Revenue Mobilisation Allocation And

Fiscal Commission,

Plot 210, Tafawa Balewa Way,

Central Area, Garki-Abuja.”

 

Please note that only technically qualified companies will be allowed to participate in the financial competitive tender.

 

Signed

Head of Procurement

For: The Revenue Mobilisation Allocation and Fiscal Commission