Procurement and Installation of Optical Fiber Cable at Federal University of Technology, Minna Main Campus

Federal Government of Nigeria

Science and Technology Education Post Basic

(Step-B) Project

CR 4304 UNI

 

Procurement and Installation of Optical Fiber Cable at

Federal University of Technology, Minna Main Campus

Gidan Kwano

FUTM/GDS/NCB/02/10

Issuing date of the IFB: 31st May, 2011

 

 

1. This Invitation for Bids follows the General procurement Notice for this project that appeared in Development Business, Issue no. 591 of 2nd July, 2007.

 

2. The Federal Government of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post Basic (STEP-B) Project, and it intends to apply part of the proceeds of this credit to payments under the agreement(s) resulting from this IFB: FUTM/GDS/NCB/02/10

3. The   Federal   University   of Technology  Minna,  Science  and Technology Education Post Basic (STEP – B) Project serves as the implementing agency for the project and now invites sealed bids eligible Bidders for Procurement and Installation of Optical Fiber Cable (OFC) at Gidan Kwano Campus

4. Bidding will be conducted using the National Competitive Bidding (NCB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, edition of May 2006 and is open to all Bidders eligible as defined in these Guidelines, that meet the following minimum qualification criteria:

 

a.       Bidder must demonstrate a clear understanding of the Purchasers need

b.       Must have completed at least 2 successful contracts  involving Optical Fiber Installation and provision of technical Support of comparable scale to Purchaser’s needs

c.       To demonstrate experience in installing and managing Fiber Optic networks

d.       To show Financial Viability, and to demonstrate annual turnover and liquidity of at least a minimum acceptable figure for 3 years. A reasonable annual cash flow of at least 5 times the estimated proposed contract

5. Interested eligible Bidders may obtain further information from  Project Manager and inspect the bidding documents at the address given below  from 8:00am to 4;00pm excluding public holidays.

6. A complete set of hard copy bidding documents in English Language may be purchased by interested Bidders on submission of a written application to the address below and upon payment of a non refundable fee of Ten Thousand Naira (N10,  000.00) only) or $80 (Eighty United States Dollars) only, The method of payment will be in Bank Draft in favour of Science and Technology Education Post Basic (STEP-B) Project, Federal University of Technology Minna. The document will be collected by the representative of the bidder or by courier service on request.

7. Bids must be delivered to the address below at or before 12:00 pm 30th June, 2011 Bids need to be secured by a Bid Security from a reputable Bank” and the amount of Bid Security required is 2.5%, Electronic bid will not be permitted. Late bids will be rejected. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address below at 12:00 pm 30th June, 2011 .

8. The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility to be awarded World Bank-financed contracts,

 

9. The address referred to above is:

The Project Manager,

Science and Technology Education Post Basic (STEP-B) Project

STEP-B office, Old Senate Building, Bosso Campus,

Federal University of Technology, PM B. 65, Minna,

Niger State, Nigeria.

Tel: 08030626464, e-mail: momohfut@yahoo.co.uk

Expression of Interest for Selection of Consultants at Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)

Federal Republic of Nigeria

Selection of Consultants for the Preparation of Outline Business Case (OBC) for Industrial Development Centres (IDCS)

Request for Expressions of Interest

The Small and Medium Enterprises Development Agency of Nigeria (SMEDAN) establishment. ACT 2003 part II, section 8p states that the Agency shall be responsible for establishing and coordinating the institutional development and activities of Industrial Development Centres (IDCs) in Nigeria, By virtue of the foregoing mandate, the Agency conducted assessment visits to the JDCs and based on its findings obtained approval of the Federal Government to convert the IDCs to Industrial Cluster Parks.

 

In this connection, the Agency in collaboration with the Infrastructure

Concession Regulatory Commission (ICRC) intends to engage the services of a reputable Consultants to prepare    Outline Business Case (OBC) for the

Industrial Development Centres in order to determine their viability. The intention is to convert the JDCs into world class Cluster Parks through Public-Private Partnership (PPP). The IDCs  locations being considered are as follows:

 

i.            ldu, FCT-Abuja
ii.            Zaria, Kaduna State
iii.            Bauchi, Bauchi State
iv.            Oshogbo, Osun State
v.            Qwerri, Imo State
vi.            Port-Harcourt, Rivers State

 

 

The advisory services to be provided in the assignment include but are not limited to the following:

 

  • Identification and evaluation of potential commercial activities/business options to be carried out at the proposed Cluster Parks. Consultations with relevant stakeholders should be part of this process.
  • Definition of project concept- a clear description of the project concept, including description of policy context;
  • Technical   scope-  description   of the   key  technical parameters envisioned for the project;
  • Needs analysis-high-level review of the project’s commercial rationale, and analysis of the demand   for   and   desirability of the project;
  • Financial model of options proposed and risk analysis;
  • Options analysis – if the project is found to be suitable for PPP, presentation of the range of technical, legal and financial options for structuring PPP transaction’s), including key contract terms for the recommended option (for example proposed payment mechanism to reflect recommended risk allocation).

 

Submission of Expressions of Interest (EOIs)

Prospective Consultants should submit an Expression of Interest detailing the following minimum requirements as a basis for pre-qualifications:

  • Profile of firm including ownership structure with full contact details,
  • Evidence of business registration in home country and evidence of filling of Annual Returns.
  • Capability profile of the firm
  • Details of direct experience advising public authority in the structuring and procuring of PPP projects;
  • Experience in preparing OBC structuring PPP projects in public infrastructure projects,
  • Experience in Infrastructure concession
  • Copies of unabridged financial report for the last 3 years
  • Copy of the firm’s current Tax Clearance Certificate and Taxpayer  Identification Number (TIN).
  • Evidence, of VAT registration and remittance
  • Detailed   information   on equipment/facilities of the firm/organization.
  • Evidence of compliance with the Pension Action and
  • Description of experience working in Nigeria and/or sub-Saharan Africa.

 

 

Expressions of Interest must be submitted in six (6) copies in a sealed envelope clearly marked   “EXPRESSION OF INTEREST FOR SELECTION OF CONSULTANTS (INDUSTRIAL DEVELOPMENT CENTERS)” Including a CD-ROM version

The expressions of interests should be addressed and delivered on or before 14th June, 2011 to:

Director General

Small and Medium Enterprises Development Agency of Nigeria (SMEDAN)

No, 35, Port Harcourt Crescent, Off Gimbiya Street,

Area 11, Garki II Abuja

Attention: Director (Engineering and Technology Promotion)

Interested applicants may obtain further information at the address above from 8.00 am to 4.00 pm, Monday through Friday (except public holidays) from:   Name; Ado Adamu Bello, Tel. : 08029128279,

E-mail: a­­­_bello313@hotmail.com

 

OR

Name: Ado Adamu Bello, Tell: 08029128279,

Email: a_bello313@hotmail.com

Only short-listed Consultants will be contacted

Expression of interest through email or fax will not be entrained.

Furthermore. Submission shall not be construed to be a commitment on the part of the Agency to select any consultant nor shall it entitle any individual/firm submitting Expression of interest to claim any indemnity from the Agency

 

 

Signed

Management

Procurement of Goods at Ministry of Defence

Federal Government of Nigeria

Ministry of Defence

 

1. The Federal Government of Nigeria has provided funds in the 2011 Capital Appropriation to the Ministry of Defence toward the cost of providing various services (security and General Services) to the country. In actualization of this, the ministry shall be procuring during the 2011 financial year, a number of goods, works and services as listed below:

i.            Computers, Printers, UPS, AVR and related accessories.
ii.            Office   Equipment;   Photocopiers,   Scanners,   Air-conditioners, Refrigerators, Fans, Paper Shredders etc.
iii.            Medical Equipment
iv.            Gymnasium Equipment
v.            Office Furniture
vi.            Drugs
Medical Consumables

 

2.       The schedule of requirements and detailed specifications as well as scope of work for each procurement will be made available in bidding documents that will be issued to prospective bidders. Specific procurement notices will be issued in the Newspapers, Procurement journal and the Ministry’s notice boards in the course of the year.

 

 

3.         Bidding will be conducted through National Competitive Bidding (NCB) procedure specified in the 2007 Public Procurement Act.

 

 

4.       Interested bidders may obtain further information from the Office of the Director of Procurement between 9am till 3:30pm (Monday – Friday) except public holidays. On or before 14th June, 2011

The address is:

 

Director, Procurement

Ministry of Defence

Ground Floor, Room 39

Ship B, Area 10, Garki

Abuja, Nigeria

 

Signed: Permanent Secretary

General Procurement Notice at Nigerian Electricity Regulatory Commission

Nigerian Electricity Regulatory Commission

Adamawa Plaza, Plot 1099, 1st Avenue, CBD, PMB 136, Garki, Abuja

General Procurement Notice

Background and Objective

The Nigerian Electricity Regulatory Commission (NERC) is being reinvigorated to enhance its performance in providing technical and economic regulation for the Nigerian Electricity Industry. For that purpose, a number of projects are being proposed for execution in the budget of the Commission for 2011. This advertisement serves as advance notice on the major procurement packages being considered for funding.

SCOPE OF ACTIVITIES

The activities being proposed fall under different categories as indicated below:

 

1.   CONSULTANCY

  • Development of Regulation on SMART Grid
  • Development of Regulation on Vegetation Control
  • Regulatory Framework for Independent Electricity Distribution Networks (IEDN)
  • Development of Regulation on Network Construction Standards and harmonization of the Electrical Installation
  • Regulatory Framework for the Deployment of Smart Meters and Metering Systems
  • Regulatory Framework for the deployment of GIS Technology in Nigeria’s Power Sector
  • Regulatory Framework for Embedded Generation (EG) in Nigeria
  • Development of Generation Resources Compendium for the Power sector
  • Regulation on Health and Safety for Electric Power infrastructure Construction Works
  • Review of the Multi-year Tariff Order
  • Engagement of Consultant on the Feed in Tariff
  • Valuation of Assets of Transmission Company of Nigeria (TCN)
  • Development and Implementation of Power Consumer Assistance Fund
  • Review of Market Operation Accounts
  • Consultancy on Independent  Electricity Distribution Network (IEDN)
  • Review of Enforcement on Regulation to meet international Standards
  • Engagement of Event Management Consultants for  11  Power Consumer Assemblies
  • Consultancy on dedicated NERC TV and Radio Broadcast Programmes
  • Development of Standards for Energy Efficiency
  • Engagement of External Auditors
  • Engagement of Resource Personnel for NERC Annual Retreat
  • Establishment of NERC Fellowship Program
  • Team Building Training For Management
  • Project Management Workshop and Simulation Training
  • Airtime purchase and monitoring for jingles in 21 Nigerian languages

 

2. SUPPLY OF GOODS

  • Procurement and Installation of Wireless Network System
  • Procurement and Installation of Computer Hardware and Software
  • Procurement and Installation of Editing Suites Machine
  • Supply of Frequency Disturbance Recorder
  • Supply of Office Materials and Equipment
  • Publications of Seminar Papers/NERC Ruling and Orders
  • Supply of Furniture
  • Supply of Vehicles

 

3.       WORKS

  • Re-design and rehabilitation of Corporate Head Office
  • Establishment of Forum Offices
  • Establishment of Zonal Offices

INDICATION OF INTEREST

The above information is intended to alert consultants, suppliers and contractors of upcoming opportunities in the Commission so that they may indicate interest as specific procurement notices will be published at the appropriate time for each of the items. All firms interested in participating in the bidding/selection process are required to send by e-mail in excel spreadsheet format the data as provided under the headings shown below.

 

 

Name of firm Head office address

 

 

Line(s) of

business

Item (s) of interest from advert List of previous similar jobs done in the past  5 years Contact persons email address & mobile       numbers Branch offices address & phone number

 

Interested firms are to send the spreadsheet to procurcment@nercng.org with subject heading 2011 NERC General Procurement on or before 15th June 2011 by12.00 noon.

Other pre-qualification and bidding requirements will be provided in subsequent Specific Procurement Notices to be published by the Commission or by direct contacts with firms/individuals that have responded to this General Procurement Notice in line with the provisions of Public Procurement Regulations published by the Bureau of Public Procurement.

 

All further enquiries regarding this notice should be directed to:

 

The Procurement Unit,

Nigerian Electricity Regulatory Commission,

Room 112, First Floor, Adamawa Plaza, Plot 1099, First Avenue

Central Business District, PMB106, Abuja

Enquiries may also be made by sending email to procurement@nercng.com or by phone call to 08086312121 or 09-6739658.

 

Signed:

Management

Tender for the Provision of Facilities Management Services and Procurements at Nigerian Content Development and Monitoring Board

Nigerian Content Development and Monitoring Board

Invitation for Tender

Introduction

The Headquarters of Nigerian Content Development and Monitoring Board (NCDMB) is a three storey modern office complex of a total Rentable Floor Area of about 4,500m2 on one (1) hectare parcel of land in the Central Business District of Yenagoa, the Bayelsa State capital city.

 

In order to attend to recurrent facilities requirements of the complex and ensure conducive and safe workplace consistent with world-class standards, the Board invites Contractors, Suppliers and consultants to tender for the provision of the following Facilities Management Services and Procurements in the Board’s Corporate Headquarters, Yenagoa, Bayelsa State.

 

List of Projects

Lot 1   – Supply of office stationery

Lot 2   – Supply of Office Equipment and Accessories

Lot 3   – Security Services

Lot 4   – Building Fabric Maintenance(Civil, Electrical, Mechanical, Fire and Safety)

Lot 5   – Maintenance of Computers and Office Equipment

Lot 6   – Maintenance of Generators

Lot 7   – Horticultural Services

Lot 8   – Janitorial Services(Cleaning, Waste Disposal and Control)

Lot 9  – Facilities  Management

 

Tender Requirements

To qualify for consideration, contractors, vendors and consultants are required to supply three sets of the under mentioned documents in binders, with specific chapters separated by dividers, in same order as set out here below:

 

i)          Full details of ownership p and Certificate of Incorporation including Nigerian legal status and shareholding structure of the Company.

ii)         Evidence of payment of Taxes (Company Income Tax and other statutory fees)

iii)        Full office addresses of the Company in Nigeria

iv)        Details of and references for relevant experience and satisfactory performance in the provision of similar services in the last 5 years including names of clients, location, dates and contract value( Applicable to Services Lot 3 to Lot 9).

v).        List of sub-contractors or partners that your company has worked with/is working with/may work with, with documentary evidence of such relationship (attach agreement signed with such sub-contractors or partners applicable to Services Lot 3 to Lot 9).

vi).       Provide a detailed list of relevant available equipment and support facilities ( Applicable to Services Lot 3 to 9).

vii)       Company’s Quality Assurance Policy and Plan and any Quality Assurance Accreditation/Awards ever awarded to the contractor. (Applicable to Services Lot 3 to 9)

viii)      Full name of Bankers and letter from Bankers stating financial capability to undertake this contract and copies of company’s fully certified annual audit reports for the immediate past (3) years.

ix)        Provide your Corporate Health, Safety, Environment and Security policy and Plan/Manual including evidence of medical relationship and workmen compensation insurance. (Applicable to Services)

 

Nigerian Content Requirements

Consistent with the provisions of the Nigerian Oil & Gas Industry Content Development Act 2010, bidders will be required to demonstrate commitment to optimize Nigerian Content for the execution of the work including specific Local content Plans:

 

a)         Demonstrate that entity proposed for execution of the work is a Nigerian-registered company, or a Nigerian-registered company as the contracting entity in genuine alliance of joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

 

b)         Furnish details of company ownership and shareholding structure with certified  copies of CAC forms CO2 and CO7 including company memorandum & article of association and other evidence of entity’s incorporation.

 

c)         Provide evidence of what percentage of its management positions is held by Nigerians and what percentage of the total work force arc Nigerians. Also show overall percentage of the work to be performed by Nigerian resources (labour, material, etc.) relative to the total work volume.

 

d)         Provide detailed plan far staff training and development.

e)         Provide location of in-country facilities (warehousing, offices, repair workshops   etc.)

f)          Provide details of any other Nigerian Content initiatives the company is involved in

 

Submission and Closing Date

Tender with all required documents should be neatly packaged in binders. The binders shall be enclosed in a sealed envelope boldly marked TENDER on the top left corner and addressed and hand delivered to:

 

The Executive Secretary,

Nigerian Content Development and Monitoring Board,

Room 317, 2nd Floor, Revenue House, Lambert Eradiri Road,

Onopa Yenagoa.

 

To reach him on or before 12,00Noon, June 12th, 2011

All enquiries concerning the preparation of this Tender should be forwarded to the same office.

 

Important Information

  • Tender submissions must be in accordance and must comply with requirements set forth above.
  • NCDMB reserves the right to either accept or reject any Submittal in part or in whole at its sole discretion. All costs Incurred as a result of this Pre-qualification and any subsequent request for information shall be to the responding company’s account.

 

Signed

General Manager Admin/Human Resources.