Tender for Construction of Erosion Control Projects at Ekiti State Government

 

Notice is Hereby Given by Ekiti State Government to

Suitable Contractors to Submit Tender for the Under

Listed Flood and Erosion Control Works

S/N Town Project Title Tender Fee

N K

1 Ado-Ekiti Olobe Flood and Erosion Control Project (Lot I) 60,000.00
2 Ado-Ekiti Omikuduru Flood and Erosion Control Project (Lot 2) 70,000.00
3 Ikere-Ekiti Aiya/Odo-Oro Flood and Erosion Control Project (Lot 3) 100,000.00
4 Okemesi – Ekiti Odo-Ese flood and erosion control project (Lot 4) 60,000.00

2       Scope of Works: The Project involves bush clearing, site preparation, excavation of fossil materials, and construction of reinforced concrete lined-drains, stone pitching and grassing.

 

3       Tender Documents: The tender documents including unpriced Bill of Engineering Measurement and Evaluation (BEME) are obtainable from the State Environmental Protection Agency located in the Ministry of Environment, Premises, along secretariat road, Ado-Ekiti on the payment of non-refundable tender fees as stated in paragraph 1 payable to Head 402 Sub Head 167 of thp State Environmental Protection Agency (SEPA).

 

4.                Pre-requisites for Tender

(a)      Contractors submitting tenders must be duly registered with the Ekiti State

Registration Board of the Ministry of Works and Infrastructure ,Ado-Ekiti. (Category G)

(b)    Evidence of registration with Ekiti State Environmental Protection Agency

(c)    A copy of the receipt in respect of the non-refundable tender fees paid by the

Contractor.

(d)      The Company’s Ekiti State Development Levy receipt for three consecutive years

(year of tender inclusive)

(e)      Evidence of company’s (functioning) office in Ekiti State

(f)       Current tax clearance certificate of the company.

(g)      Evidence of registration of business premises in Ekiti State,

(h)      The certificate of incorporation of the company.

(i)       Evidence of Audited accounts of the company for the past three (3) years.

(j)       The profile of the company indicating the partner’s equipment, working

experience and any other relevant information that may enhance the favorable

consideration of the tenders.

 

5.    Site Inspection: All Tenderers are advised to visit and inspect the site for the purposes of reconnaissance and reasonable pricing of the Bill of Engineering Measurement and Evaluation (BEME).

 

6.    Submission of Tenders

(a)     All Tenders should be submitted to the State Tenders Board Secretariat on or before 1st August 2011.

(b)              All tenders must be submitted in sealed envelopes marked “TENDER FOR CONSTRUCTION OF EROSION CONTROL PROJECTS”, clearly indicated in the top left corner of the envelope and addressed to:

 

(c)      The Secretary,

State Tenders Board,

% Cabinet and Special Services Department,

Office of the Governor,

Ado-Ekiti.

 

(d)     Tenderers should not indicate the name of their company at the back of the envelope in any manner whatsoever

 

Signed: General Manager, State Environmental Protection Agency, ado-Ekiti www.ekitistate.gov.ng

 

 

Request for Proposal to Conduct Staff Audit at Independent National Electoral Commission (INEC)

Independent National Electoral Commission

Headquarters Maitama –Abuja

Request for Proposal to Conduct Staff Audit in INEC

Preamble:

The Independent National Electoral Commission (INEC) in pursuance on its statutory functions and in order to ensure Compliance with years 2007 Public Procurement Act seeks to appoint reputable Management Consultancy firm to carry out a Comprehensive Staff audit in the Commission as follows:-

i)       LOT 1 (North Central Zone).

ii)      LOT 2 (North East Zone).

iii)     LOT 3 (North West Zone).

iv)     LOT 4 (South East Zone).

v)      LOT 5 (South South Zone).

vi)     LOT 6 (South West Zone).

 

2.0     Terms of Reference

 

2.1 The management Consultant will be expected to:-

(i)    Physically sight all INEC staff at the headquarter, state and the FCT offices.

(ii)   Sight and verify the original credentials of all members of staff in the respective location

(iii) Develop a sound data base containing:

(a) Staff Nominal Roll,

i) Based on seniority.

ii) State of origin and

iii)   cadre by cadre.

 

(b) Record of Service

(c) Career Progression

 

2.2     Advice on any other matters related to the assignment.

2.3     Final report should be in hard and soft copies.

30 Proposal Requirements

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

 

3.1 The Technical Proposal Package Should Include:

i)    The methodology for the assignment

ii)   Duration of Completing the assignment

iii)  The Consultants’ profile providing the following in information in details:

a)  Evidence of registration with Corporate Affairs Commission

b)  Immediate past three years audited accounts of the Consulting Firm.

c)  Immediate past three years tax clearance of the firm or principal partners

d)  Evidence of financial capability and banking support.

e)  Technical/experience qualifications of key personnel

f) Evidence of similar project executed and knowledge of industry.

g)  Evidence of VAT registration, remittance of VAT and remittance of both employees and employers NSITF contributions

 

3.2 The Financial Proposal Package Should State:

i)     The cost of the project consisting of management

ii)    The bid validity period for the project charges

iii)   Payment plan for the assignment.

4.0 General Information

i)     All proposals must be accompanied with a non-refundable processing fee of N10,000

ii)    For additional information, you may contact: The Director Human Resources Management, INECHQ Abuja

iii)   The closing date for submission of proposals shall be on 1st August 2011.

iv)   Only successful management consultants will be contacted after evaluation of technical proposal and invited for financial bid proposal opening.

 

N.B Interested Consultants should bid for more ONE LOT only.

 

5.0     Submission:

All submission from the consultants should be as follows:

i)     Five copies neatly bound technical proposal in an envelope  marked “Technical Proposal”

ii)    Five copies of neatly bound financial proposal in another envelop marked “Financial Bid”

iii)   All envelops should be sealed, addressed and dropped in the box designated for the purpose in the office of the undersigned.

 

The Secretary

INEC HQ.

Plot 436, Zembezi Crescent,

Maitama, P.M.B. 0184

Garki-Abuja

Signed:

Abdullahi A. Kaugama

Secretary to the Commission

 

Procurement of Equipment for the Pavement Evaluation Unit at Federal Ministry of Works

Federal Ministry of Works

Federal Roads Development Project

Road Sector Development Team

www.rsdt.gov.ng

INVITATION FOR BIDS (IFB)

Credit No: IDA 44150

Procurement of Equipment for the Pavement Evaluation Unit of the Federal Ministry of Works

IFB No: FRDP/2011/NCB/G/PKG3

 

1.   This Invitation for Bid follows the General Procurement Notice for the Project that appeared in the Development Business, issue no. 637 of March, 2005.

 

2.   The Federal Government of Nigeria has received a credit from the International Development Association (IDA) for the Federal Roads Development Project and intends to apply part of the proceeds for the Procurement of Equipment to the Pavement Evaluation Unit of the Federal Ministry of Works.

 

3.   Consequently, the Road Sector Development Team (RSDT) of the Federal Ministry of Works, (FMW) now invites sealed bids from eligible Bidders for the supply of Equipment to enhance Pavement Evaluation Unit (PEU) activities as follows:

 

Lot No Description Specifications Qty (No) Delivery Period Bid Security Delivery Locations

Pavement Evaluation Equipment

Lot 1 A)    Falling Weight Deflect-meter Fits into standard single or dual rear wheel pickup truck with a utility body; Powered by the vehicle alternator(s), Calibration protocol compliant. Air temperature, pavement surface temperature, Distance Measuring Instrument (DMI) and 4 segmented 300 mm loading plate with swivel (to accommodate uneven or rutted pavement surfaces). 1 180 Days N532,000.00 RSDT Office, Abuja
B)    Romdas Bump integrator (1x Bump integrator: 1 x Base plate and cover: 2x BI wire: 1 x BI hook; 1 x Spare BI Spring; 4x Self tapping mounting screws) : 366 Pulse per revolution, 1 pulse per 0.8mm suspension movement,2.5 Kg, 210 Ib BI Wire breaking Strains 2 RSDT Office, Abuja
Vehicles
Lot 2 A)    Twin Cabin Pickup

 

4WD, Seat belts, Air condition. Power steering, Powered windows, Air bags, Radio/Csssette player, Petrol Engine, min 2.7 litres engine, White Colour  

 

 

 

 

2

 

 

 

 

 

180 Days

 

 

 

 

 

N440,000.00

RSDT Office, Abuja
B)    Truck 3.78 tons, Drop side Diesel Engine. 2 RSDT Office, Abuja

 

4.      Bidding will be conducted though the National Competitive Bidding (NCB) Procedures specified in the World Bank’s Guideline: Procurement under IBRD Loans and IDA Credits and is open to all bidders as defined in the Guidelines May 2004, Revised May 2005, September 2006, May 2007 and May 2010.

 

5.      Interested eligible bidders may obtain further information from the Unit Manager, Road Sector Development Team (RSDT) to inspect the bidding documents at the address given below from 9.00am 4.30pm Mondays to Fridays, excluding Hofidays.

 

6.      Qualifications Requirements include:

a)      Financial Capability

The reports on the financial standing, such as profit and loss statements and suditer’s reports for the past three years; evidence of adequacy of working capital for this Contract shall be furnished by the Bidder

 

b) Experience and Technical Capacity:

The Bidder should have been engaged in the business of supply of Construction Equipment for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business. The Bidder should have successfully completed at least two supply contracts of a similar nature and complexity as the subject contract over the last five years. The Bidder shall also provide details of contractually committed contracts.

c)         The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the usage requirement: Minimum Technical Specifications.

 

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 Fifteen Thousand Naira Only (N15,000.00) or an equivalent amount in a freely convertible currency. The method of payment will be by Bank Draft payable to ‘Federal Roads Development Project, Bidding documents will be available from 18th July 2011.

 

8.         Bids must be delivered to the address below on or before 15th August 2011 by 11.00am. Electronic bidding will not be permitted. Late Bids will rejected. Bids will be opened in the presence of the bidders representatives, who choose to attend in person or on line at the address below on or before 15th August 2011. All bids must be accompanied by a Bid Security as stated in item 3 above in Local Currency or an equivalent amount in a freely convertible currency:

 

9.         The address (es) referred to above is/are:

Engr. Lawal A. Audi

The Unit Manager

Road Sector Development Team (RSDT)

No, 6 Niagara Close, Off Erie Crescent, Off Nile Street, Maitama,

Abuja, Nigeria

E-mail: unitmgr.rsdt@yahoo.co.uk or unitmanager@rsdt.gov.ng

Tel: +234 (0)9 2910385

Procurement of Equipment for the Bridge Maintenance Unit of Federal Road Maintenance Agency at Federal Ministry of Works

 

Federal Ministry of Works

Federal Roads Development Project

Road Sector Development Team

www.rsdt.gov.ng

Invitation for Bids (IFB)

Credit No: IDA 44150

Procurement of Equipment for the Bridge Maintenance Unit of Federal Road Maintenance Agency of the Federal Ministry of Works

IFB No: FRDP/2011/NCB/G/PKG2

 

This Invitation for Bid follows the General Procurement Notice for the Project that appeared in the Development Business, issue no. 637 of March, 2005.

 

The Federal Government of Nigeria has received a credit from the International Development Association (IDA) for the Federal Roads Development Project and intends to apply part of the proceeds for the Procurement of Equipment to the Bridge Maintenance Unit of the Federal Road Maintenance Agency (FERMA).

 

Consequently, the Road Sector Development Team (R SDT) of the Federal Ministry of Works, (FMW) now invites sealed bids from eligible Bidders for the supply of Equipment to enhance FERMA’S Bridge Maintenance Unit (BMU) activities as follows:

Lot No Description Specifications Qty (No) Delivery Period Bid Security Delivery Locations
Construction Equipment

Lot 1

A)Mobile Air Compressor Machine Power-4KW, 5.5HP: Piston -51×1 mm: Speed 4400 RPM: Pressure-8Bar, 115Psi: Capacity- 108L/min: Tank-40lMobile Air Compressor Machine 2  

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

180 Days

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

N413,371.00

RSDT Office, Abuja
B) Hydraulic Head-Held Jack Hammer Impact Force – 300Nm Frequency – 1000 1200/min; Pressure – 12 14Mpa: Flow 30-36/min; Weigh-25kg: shank size 25mm; Engine-20HP 4 RSDT Office, Abuja
C) Asphalt/Co ncrete Cutting Machine (Floor Saw) 400 -500mm blade, cut depth = 185mm 2 RSDT Office, Abuja
D) Are Welding Machine 220/440 volts: Rated Frequency 60HZ, Rated input Capacity – 42/21 KVA; Rated Duty Voltage – 40V: Current Range – 100-500 Amps: Diameter of applicable electrode – 3.2 -8mm, Rate Duty Cycle-40% No load Voltage -80V 2 RSDT Office, Abuja
E) Radial Drilling machine Max drilling diameter- 32mm diam; drill capacity, speed 150r/min, power-1050w. 6 RSDT Office, Abuja
F) Place Compactor Centrifugal force of 15KN; Compaction depth-300mm; Engine- Petrol, Air cooled, 4 stroke, Single cylinder; Weight 90kg; frequency- 4200vpm 3 RSDT Office, Abuja
G) Concrete Mixer 350 ltr drum; 2.360 degree swiveling 3 RSDT Office, Abuja
H) Mobile Generator 10 KVA-Diesel Engine 3 RSDT Office, Abuja
I)  Portable Mobile Light Tower GENSET: GKW generator and LIGHTS

: (4) 1000 watt metal halogen lights,

BOOM: Galvanized 28’ fully extended mast, Dual manual winches for single person operation

6 RSDT Office, Abuja
J) Hydraulic jack 50 Tons 50 tons lift capacity, 12 min lift height, 19’ max lift height, Air/Manual operation 3 RSDT Office, Abuja
K) 40mm 40 mm Counter Measuring wheel with heavy duty metal folding handle, folding wheel mount, and rubber hand grip 1 RSDT Office, Abuja
L) Paint Spraying Machine with Spraying Gun Nozzle size range: 15-2.5mm: Air pressure: 3.5BAR(50PSI) Air Consumption: 13-21CFM Capacity of cup: 1000ml Feed type: Suction Air intet: G1/4 1 RSDT Office, Abuja

Truck Mounted Hoist and Flat Bed

Lot 2 A)  Bridge Access Equipment Truck mounted Hoist including Truck 8 ton Truck Mounted Horizontal Underbridge Reach -9.4m Vertical Reach Down 12.1m Vertical Reach Up- 9.2m Sidewalk Clearance -2.2m Lowering Depth- 4.8m Space Required on Bridge 2.4m Fence Clearance- 3.1m Rotation Range of Turntable – 270deg 1 180 Days N500,000.00 RSDT Office, Abuja
B)   (Flat Bed Hydraulic Truck Crane) 5-7 Tens lift Flat bed Truck, Back cabin mounted crane 1 RSDT Office, Abuja

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 is open to all bidders as defined in the Guidelines May 2004, Revised May 2005, September 2006, May 2007 and May 2011.

 

5.       Interested eligible bidders may obtain further information from the Unit Manager, Road Sector Development Team (RSDT) to inspect the bidding documents at the address given below from 9.00am 4.30pm Mondays to Fridays, excluding Public Holidays.

 

6.       Qualifications Requirements Include:

a)    Financial Capability

The reports on the Financial standing, such as profit and loss statements and auditor’s reports for the past three years; evidence of adequacy of working capital for this Contract shall be furnished by the Bidder

 

b)   Experience and Technical Capacity;

The Bidder should have been engaged in the business of supply of supply of Equipment for at least three (3) years supported with documents defining the constitution or legal status, place of registration, and principal place of business. The Bidder should have successfully completed at least two supply contracts of a similar nature and complexity as the subject contract over the last five years. The Bidder shall also provide details of contractually committed contracts.

 

c)       The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the usage requirement: Minimum Technical Specifications.

 

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 Fifteen Thousand Naira Only (NI5,000.00) or an equivalent amount in a freely convertible currency. The method of payment will be by Bank Draft payable to ‘Federal Roads Development Project’. Bidding documents will be available from 18th July 2011.

 

Bids must be delivered to the address below at or before 11.00am on I5th August 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 or on line at the address below on or before 15th August 2011 by 11.00am. All bids must be accompanied by a Bid Security as stated in item 3 above in Local Currency or an equivalent amount in a freely convertible currency:

 

The address (es) referred to above is/are:

 

Engr. Lawal A. Audi

The Unit Manager

Road Sector Development Team (RSDT)

No. 6, Niagara Close, Off Erie Crescent, Off Nile Street, Maitama

Abuja, Nigeria

E-mail: unitmgr.rsdt@yahoo.co.uk or unitmanager@rsdt.gov.ng

Tel: +234(0) 92910385

Expression of Interest to provide Fibre-Optics Link and bandwidth at UNICEF Nigeria

Expression of Interest to provide Fibre-Optics Link and bandwidth to UNICEF Nigeria

 

UNICEF Nigeria wishes to engage the services of reputable Information and Telecommunications Technology providers to provide bandwidth for Internet and data access via fibre-optics infrastructure for both the backbone and last-mile distance to her offices in the cities of Abuja, Bauchi, Enugu, Kaduna and Lagos.

 

 

Scope of Work of provider:

  • Provide last-mile fibre-optics based connectivity solution from provide Point of Presence (PoP) to UNICEF office location in each of me mentioned five cities above,
  • Interconnect each of the above established five last-miles connections to a common national fibre-optics backbone network, which in turn, is connected to the Internet cloud via fibre-optics.
  • Through the established fibre-optics network, provide from 3rd Quarter of 2011, a pool of between 1-l0Mbps of bandwidth internet and data service to UNICEF offices in the five mentioned cities above
    • Provide Security and Protection infrastructure in place that guarantee customer data security, privacy, integrity, measures against “theft and other malicious actions.

 

 

Qualification and profile:

  • A registered Telecommunication Company with the capacity and facilities to provide Fibre Optics Links. The vendor should have adequate experience in executing assignments of this nature and should have proven track record. Evidence of registration as ISP with Nigeria Communication Commission (NCC) is required.
  • Company has evidence of operating Service Level Agreements for products and services to multi-national companies, banking and financial institutions, Oil and Gas industry and other high-profile customers to which referrals could be made on satisfactory performance.
  • Company has dedicated and competent professional ICT staff who deploy Fibre technology and have specialisation in data security and networking covering WAN, MAN, LAN technologies.
  • Company has a fibre-optics backbone network connecting to the Internet and at least, covering the five cities identified above.

 

 

How to Participate:

Interested companies meeting the above requirements are invited to submit the following documents in sealed envelope marked “Expression of interest -Fibre optic Connectivity”

  1. A cover letter on the company letter headed paper showing fixed address and telephone numbers detailing description of POP infrastructure including terrestrial backbone. If company is a reseller, a description of main provider facility is required,
  2. Completed copy of UNICEF supplier profile form
  3. A copy of certificate of incorporation, and registration with NCC.
  4. Copies of last audited financial statement
  5. A copy of the company profile, listing organisations to which Fibre-Optics links have been provided exclusively by the company with references.
  6. Provide at least 3 reference letters from clients served in similar area of specialization,
  7. A sketch of existing national fibre-optics network, showing detailed layout and point of connection to the Internet.

 

The envelope should lie addressed to;

The Supply Officer, UNICEF, UN-House, Plot 817/618 Diplomatic Drive, Central Business Area, Abuja.

 

Submissions should be dropped in the bid box located at the security gate house of the UN House Abuja not later than 4.00pm on 18th August 2011. Submission sent by courier must clearly indicate in the package description field that it is an expression of interest document to enable the registry process it accordingly. Pls visit the following website to view this avert and print copy of UNICEF supplier profile form: http://www.unicef.org/nigeria/about_3841.html

 

Special Notice:

  • This advertisement is not an invitation to tender and notwithstanding the submissions received, UNICEF is neither committed nor obliged to award any contract to any organization.
  • UNICEF reserves the right to accept or reject any or all applications or submissions.
  • UNICEF will not meet any cost pertaining to the preparation of any or all applications or submissions,
  • UNICEF will not enter into correspondence with any company or individual on why a company was pre-qualified or not pre-qualified.