Notice for Expression of Interest at Federal Ministry of Finance, Abuja

Federal Project Support Unit (FPSU)

Community and Social Development Project (CSDP)

Federal Ministry of Finance, Abuja,

Consulting Services on Management Information System

Credit Number: 4436 NG

Notice for Expression of Interest

 

This request for expression of interest follows the General Procurement Notice of this project this appeared in Development Business W B46 17 – 764/09 of November 12, 2009.

 

The Federal Government of Nigeria has received financing from the International Development Association towards the cost of the Community and Social Development Project (CSDP) and intends to apply part of the proceeds for consulting services on development of computer based   Network Information System (MIS).

 

The main objective of the MIS is to enhance the efficiency and effectiveness in the functioning of the FPSU as well as implementing agencies in the states. The MIS is to provide accurate and timely information regarding regular and routine operations for controlling, organizing and planning implementation activities in the

 

This assignment is to be carried out by a competent consulting firm with not less than five (5) years experience in IT, Project Management, MIS design development, implementation and training.

 

The Federal Project Support Unit of the Community and Social Development Project now invites eligible consultants to indicate their interest in providing the services. Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc.). Consultants may associate to enhance their qualifications.

 

The consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers, May 2004 and revised October2006.

 

Interested consultants may obtain further information at the address below during office 8:00am to 4:00 pm.

 

Expression of interest must be delivered to the address below on or before 12:00pm on 9th June, 2011,

The National Coordinator,

Federal Project Support Unit,

Community and Social Development Project,

Federal Ministry of Finance,

14, Moussa Traore Street,

Asokoro, P. M B. 600, Garki, Abuja,

Nigeria.

e-mail: –      csdpnigeria@yahoo.com

Tel:   –        097830734

Construction of Projects at Abaji Area Council

Abaji Area Council

Federal Capital Territory Administration

Department of Administration

Abaji-Abuja

Pre-Qualification for Tender

 

  1. Abaji Area Council, Federal Capital Territory Administration, hereby invites application for pre-qualification exercise from competent and interested companies/contractors for the execution of approved jobs/projects under its 2011 budget year.

 

B. Scope of Work

LOT1:         Construction Work:

i.     Construction of Agyana to Gurara River Bank Road (Surface Dressing).

ii.    Construction of access road at trailer park, fencing of approach view, Gate House, drainages and culverts.

iii.   Fencing, Laterate filing and compacting of Abaji main market.

C. Electricity Supply

i.        Extension of electricity from Gawu to Jamigbe.

ii.       Maintenance agreement of Solar Street Ught

iii.      Supply and installation of five (5 NO.) Transformer with 2 No. 300MW and 3 No. 500 MW respectively,

 

D.      Pre-Qualification Criteria

To pre-qualify for consideration, interested contractors\companies are required to submit the following documents;

1.       Evidence of Certificate of incorporation with the Corporate Affairs Commission (CAC),

2.                Evidence of registration with Abaji Area Council in the relevant categories.

3.       VAT Certificate.

4.       Tax Clearance Certificates 2008-2010

5.       Company Profile.

6.       Bank Guarantee

7.       Evidence of similar job executed within the zone.

8.       List of Equipments

9.       Any other relevant information.

 

E.      Submission of Documents:

All pre-qualification documents should be submitted in sealed envelopes and should reach the Secretary Tender Board on or before 2nd June, 2011.

 

Documents submitted shall be publicly opened at 12.30 pm on the closing date at the Area Council Secretariat.

 

F.      Note: This advertisement is not an invitation to Tender. Full tendering process will apply only to companies / contractors that have been pre-qualified.

 

Signed:

Secretary, Tender’s Board

Abaji Area Council

Invitation for Expression of Interest for Year 2011 at Federal Neuro-Psychlatric Hospital, Yaba, Lagos

Registration of Consultants:

Invitation for Expression of Interest for Year 2011

Federal Neuro-Psychlatric Hospital, Yaba Lagos seeks to engage the services of Consultant in the following fields Architecture, Quantity Surveying, Civil/Structural, Electrical and Mechanical Engineering for its 2011 Capital Projects, Interested firms (Preferably a consortium of the above listed professionals) are to express interest to undertake these services.

 

Such firms/consortiums are to submit the following documents for pre-qualification:

i).      Evidence of incorporation/Registration with CAC

ii).     Evidence of current Tax Clearance Certificate for the last three (3) years

iii).    Evidence of VAT Registration and Remittance

iv).    Evidence of Registration of firm/Principal Partners with relevant professional bodies

v).     Company Profile and office address

vi).    Evidence of similar jobs done in the past three (3) years

vii).   Audited Accounts of the firm/consortium for the past three (3) years

viii). Technical qualifications and experience of key personnel.

 

Other Relevant Information

All costs incurred in the preparation and submission of Expression of Interest are to be borne entirely by the firm

Federal Neuro-Psychiatric Hospital Yaba Lagos reserves the right to reject any or all Expressions of Interest and to terminate the entire selection process at any time without any liability to the Hospital.

The Hospital is neither committed nor obliged to short-list any consultant

The Hospital reserves the right to reject any and/or all bidding packages.

The Hospital will only recognize and correspond with only authorized officers of the applying consultants and NOT through individuals or agents acting on their behalf.

The advertisement for invitation shall neither be construed as a commitment on the part of the Hospital nor shall it entitle any consultant to make any claims whatsoever and/or seek any indemnity from the Hospital,

The covering envelope should be marked at the top left hand comer:

“Application for Registration as a Consultant”

 

Closing Date:

All submissions should be in two (2) copies addressed to the Medical Director, Federal Neuro-Psychiatric Hospital Yaba, Lagos and must be received in the office of the Director of Administration on or before 2nd June 2011.

 

Please note that late entries will not be entertained for consideration.

 

Signed

Alhaji Rasaq-Oyetola R.SA

Director of Administration

For: Ag. Medical Director

Federal Neuro- Psychlatric Hospital, Yaba.

 

Supply of Office Furniture and Equipment at Ekiti State Government

 

Invitation to Tender

 

Notice is hereby given by the Ekiti State Government to interested companies/bodies to submit tenders for the supply of Office furniture and equipment (New Deputy Governor’s Office) as described hereunder:

 

LOT I

S/N Location Description Qty
A Reception 6000mm long 4-man curved Reception desk with 4 nos mobile pedestal

Maya High Stem Chair in fabric

3-seater bench – WAP 3-seater in leatherette

 

1

4

4

B Office Type 1 (2 Nos) 1800×700+900x600mm extension Executive Table

900mm Diameter meeting table

900 x 400 x 2000mm Office cabinet

450x450mm side table

Type 1 executive chair-Harmony chair in leatherette

Type 1 visitor’s chair- Harmony 4-legged in leatherette

Ainhoa single seater in leatherette

Type 1 meeting chair – Harmony 4-legged in leatherette

2

2

4

2

 

2

 

4

4

 

6

C Office Type 2 (6 Nos) 1500 X 700 + 600 X 450mm Extension

900mm Diameter meeting table

900 x 400 x 2000mm Office cabinet

Type 2 office chair – Leader chair in leatherette

Type 2 visitor’s chair- Flipper 4-legged in fabric

Type 2 visitor’s chair- Flipper 4-legged in fabric

6

6

12

6

12

18

D Office Type 3 (2 Nos) 1500 X 700 + 600 X 450mm Extension

900 x 400 x 2000mm Office cabinet

Type 2 office chair – Leader chair in leatherette

6

4

6

E Office Type 4 (1 Nos) 1000 X 600mm table with attached drawer

Type 3 office chair – Flipper Swivel chair in fabric 900 x 400 x 2000mm Office cabinet

6

6

4

F Office Type 5 (2 Nos) 1000 X 600mm table with attached drawer

Type 3 office chair – Flipper Swivel chair in fabric 900 x 400 x 2000mm Office cabinet

8

8

8

G Office Type 6 (1 No) 1000 X 600mm table with attached drawer

Type 3 office chair – Flipper Swivel chair in fabric 900 x 400 x 2000mm Office cabinet

3

3

3

H Waiting Ainhoa 2-Seater in fabric

Ainhoa 1-Seater in fabric

100 x 1000mm centre table

2

2

1

I Archives 900 x 400 x 2000mm Office cabinet 9
J Office Type 7 (1 No) 1500 X 700 + 600 X 450mm Extension

900 x 400 x 2000mm Office cabinet

Type 2 office chair – Leader chair in leatherette

3-seater bench – WAP 3-seater in leatherette

1

2

1

1

K Venetian Blinds For the Offices ground floor of varying sizes 39

LOT II

S/N Location Description Qty
A Reception 2100mm long curved Reception desk

Maya High Stem Chair

3-seater bench WAP 3-seater in leatherette 

1

1

4

B. Security 1000 x 600mm table with attached drawer

Type 3 office chair-Flipper Swivel Chair in fabric

900 x 400 x 2000mm Office cabinet

2

2

1

C Tea Room 2400 x 450mm top on pole legs

Flipper Plastic Chair

1

3

D Office Type 1 (2 Nos)

1

1b

2

3

4

5

 

5a

6

 

6a

7

8

 

8a

 

 

1800 x 700 + 900 x 600mm Extension Table

Executive table for the S.A to the Deputy Governor

900mm Diameter meeting table

900 x 400 x 2000mm Office cabinet

450 x 450mm side table

Type 1 executive chair – Harmony Chair in leatherette

S.A Sedna Executive Chair in leather

Type 1 visitor’s chair- Harmony 4-legged in leatherette

S.A Sedna visitor’s chair in leather

Ainhoa single seater in leatherette

Types 1 meeting chair –Harmony 4-legged in leatherette

S.A Sedna visitor’s chair in leather

 

 

1

1

2

4

2

 

1

1

 

2

2

4

 

3

3

E Office Type 8 (4 Nos) 1500 x 700 + 900 x 450mm Extension

900mm Diameter meeting table

900 x 400 x 2000mm Office cabinet

Type 2 Office chair – Leader Chair in leatherette

Type 2 visitor’s chair- Flipper 4-legged in fabric

Type 2 visitor’s chair-Flipper 4-legged in fabric

4

4

8

4

8

12

F Office Type 10 (1 No) 1800 x 700 + 900 x 600mm extension Executive Table

900 x 400 x 2000mm Office cabinet

Type 1 executive chair – Harmony chair in leatherette

Type 1 visitor’s chair- Harmony 4-legged in leatherette

 

1

1

 

1

 

2

G Office Type 9 (1 No) 1800mm Diameter 3-man workstation

Type 2 Office chair – Leader Swivel Chair in leatherette

900 x 400 x 2000mm Office cabinet

2

 

6

3

H Dep. Gov’s Waiting 3-seater Sofa

TV Cabinet

1000 x 1000mm centre table

4

1

2

I Dep. Gov’s Office 2400 x 700 + 1000 x 600mm extension Executive Table

2100 x 900mm meeting table

900 x 400 x 2000mm Office cabinet with glass

1800 x 400 + 900mm Executive credenza

1200 x 400 + 2000mm Executive Bookshell

2400 x 400 + 900mm Executive credenza

2400 x 400 + 900mm Executive console

2400 x 400 + 900mm Executive sideboard

1000 x 1000mm centre table

Executive chair

Executive Visitor’s chair

Executive meeting chair

3-Seater Sofa

7-Seater Set Sofa

1000 x 600mm centre table

 

1

1

2

1

2

1

1

1

3

1

2

6

7

1

1

J Dep. Gov’s Restroom  

 

Queen size bed with accessories

Mirror with dresser and seat

900 x 600 x 2000mm wardrobe

 

 

1

1

1

K Venetian Blinds  

 

For the Offices on 1st floor of varying sizes

 

 

25

 

 

LOT III

S/N Location Description Qty
A Reception 2100mm long curved Reception desk

Maya High Stem Chair in table

3-seater bench WAP 3-seater in leatherette 

1

1

4

B Conference Room  

 

7200 x 1800mm 20-man Conference table

2400 x 400 x 900mm Executive credenza

Executive meeting chair in leather

Executive visitor’s chair in leather

 

 

1

2

20

24

C Office Type 1 (2 Nos) 1800 x 700 + 900 x 600mm Extension Table

900mm Diameter meeting table

900 x 400 x 2000mm Office cabinet

450 x 450mm side table

Type 1 executive-Harmony chair in leatherette

Type 1 visitor’s chair-Harmony 4-legged in leatherette

Ainhoa single seater in leatherette

Type 1 meeting chair-Harmony 4-legged in leatherette

2

2

4

2

2

 

4
4

 

6

D Office Type 7 (1 No)  

 

1500 x 700 + 600 x 450mm Extension

900 x 400 x 2000mm Office cabinet

Type 2 Office chair-Leader in leatherette

3-seater bench-WAP 3-seater in leatherette

 

 

1

2

1

1

E Office Type 2 (6 Nos)  

 

1500 x 700 + 600 x 450mm Extension

900mm Diameter meeting table

900 x 400 x 2000mm Office cabinet

Type 2 Office chair-Leader in leatherette

Type 2 visitor’s chair-Flipper 4-legged in leatherette

Type 2 Office chair- Flipper 4-legged in leatherette

 

 

6

6

12

6

 

12

18

F Office Type 6 (2 Nos)  

 

1000 x 600mm table with attached drawer

Type 3 office chair-Flipper Swivel Chair in fabric

900 x 400 x 2000mm Office cabinet

 

 

6

6

6

G Office Type 9 (2 Nos)  

 

1800 x diameter 3-man workstation

Type 2 office chair-Leader in leatherette

900 x 400 x 2000mm Office cabinet

 

 

4

12

6

H Venetian Blinds  

 

For the Offices on 2nd floor of varying sizes

For the toilets on all floors

 

 

34

16

Tender Documents:

The tender documents should be forwarded to the Cabinet Secretariat in triplicates.

Tender should be guided by the following contract categories in paying the fees on the items tendered for.

 

Contract of Contract    Contract Sum      Approved Tender Fees

A       N50, 000,001       – N10, 000,000     N20, 000.00

B       N10, 000,001       – N20, 000,000     N30, 000, 00

C       N20, 000,001       – N30, 000,000     N40, 000, 00

D       N30, 000,001       – N40, 000,000     N50, 000, 00

E       N40, 000,001       – N50, 000,000     N60, 000, 00

F       N50, 000,001       – N60, 000,000     N70, 000, 00

G       N60, 000,001       – N100, 000,000   N100, 000, 00

H       Above                  -N 100,000,000    N125, 000, 00

 

All tender fees should paid to Head 402, Sub Head 24 of the DBLS Bank, Eco Bank, UBA Access Bank, Oceanic Bank and Spring Bank.

 

3.       Pre-Requisites for Tender:

i.     All Contractors submitting tenders must be duly registered with the Ekiti State Registration Board at the Ministry of Works, Ado-Ekiti;

ii.    A copy of the receipt in respect of the non-refundable tender fee by the Contractor;

iii.   The Company’s Ekiti State Development Levy receipts of three consecutive years (year of tender inclusive),

iv.   Evidence of the Company’s functioning Office in Ekiti State;

v.    Evidence of registration of Business Premises in Ekiti State;

vi.   Current tax clearance Certificate of the Company;

vii. The Certificate of Incorporation of the Company;

viii. The profile of the Company i.e working experience and any other relevant information, which may enhance the favourable consideration of tender.

4.      Submission of Tenders:

a.    All tenders should be submitted to the State Tenders Board Secretariat, Cabinet and Special Services Department Governor’s Office not later than 12:00p.rn on 23rd May, 2011

b.   All tenders must be submitted in sealed envelopes marked: “Tender for the furnishing of the New Deputy Governor’s Office, Ado-Ekiti clearly indicated on the top left corner of the envelope and addressed to:

 

The Executive Secretary,

Cabinet and Special Services Department,

Governor’s Office,

Ado-Ekiti.

 

c.     Tenders should not indicate the name of the tendering Company at the back of the envelope in any manner what so ever.

Acceptance of Tender:

All TENDERS must be accompanied with the relevant documents and attachments specified in the tender notice and must be submitted in the prescribed manner.

 

SIGNED:

Permanent Secretary,

General Administration Department

Governor’s Office,

Ado-Ekiti

www.ekitistate.gov.ng

Invitation for the Pre-Qualification and Tender for the Production and Airing of Television Programme at Central Bank of Nigeria

Central Bank of Nigeria

Invitation for the Pre-Qualification and Tender for the

Production and Airing of Television Programme

“You and the Economy”

Introduction

The Central Bank of Nigeria hereby invites reputable television production companies, with proven experience in handling mass enlightenment programmes and registered in Nigeria to apply to pre-qualify and tender for the production and airing of television enlightenment programme on behalf of the Central Bank of Nigeria.

 

The scope of the service which shall be for a period of one (1) year includes but is not limited to:

a).   Packaging of good quality programme to be aired on the network of at least two television stations in Nigeria.

b).   Maintenance of standard and well equipped editing suite in any part of Nigeria.

c).   Possession of skilled manpower capable of producing a well articulated and viewer friendly television programme.

 

General Requirement

Interested and competent contractors wishing to carry out the above job shall submit the following documents for verification:

a)    Evidence of registration with Corporate Affairs commission.

b)    Evidence of payment of tax for the last three (3) years as and when due.

c)    Comprehensive company profile including registered address, functional contact email address, GSM phone number(s),

d)    Verifiable evidence of similar jobs successfully executed in the past (Certificate of Completion)

e)    Evidence of financial capability /support from a bank of a facility of up to N20,000.00 (Twenty Million Naira)

f)     3 years audited statement of accounts duly stamped by a registered accounting firm

g)    Evidence of local /international registration / certification with any professional body.

h)    Evidence of employees Retirement Savings Accounts (RSA) with a pension Fond Administrator,

i)     Evidence of remitting employer and employee pension contributions to the appropriate pension fund custodian,

j)     Evidence of transferring all Pension Funds and Assets prior to the commencement of the pension Reform Act to licensed pension operators.

k)    Addresses of three (3) clients that can be contacted for information and reference.

Commercial Bid

The tender document would be obtained upon payment of a non-refundable fee of N50, 000.00 (Fifty Thousand Naira Only) from.

 

The Secretary,

Major Contracts Tenders Committee,

2nd Floor, Wing C,

CBN Head Office / Complex,

Central Business District,

Abuja, FCT Nigeria.

Tender Security

Companies are required to provide security in the sum of N4, 000,000.00 (Four Million Naira Only) in the form of Bank Guarantee in favour of the Central Bank of Nigeria.

 

Submission

Companies are to submit both technical bid as stipulated under ‘pre-qualification requirements’ and commercial bid using tender documents collected.

 

The technical submission and completed tender documents should be forwarded in a wax – sealed envelope boldly marked at the top left corner.

“Pre-Qualification and Tender for television programme for the Central Bank of Nigeria” and addressed to:-

 

The Secretary,

Major Contracts Tenders Committee,

2nd Floor, Wing C,

CBN Head Office Complex,

Central Business District,

Abuja, FCT Nigeria.

Fax No: 09-616-38239

E-mail: gahmed@cenbank.org

Closing Date

All submission must be received at the above address on or before 28th June 2011

Important Notice:

a.    Nothing in the advertisement shall be construed to be a commitment on the part of the CBN

b.   Companies would be assessed solely on submission.

c.    Companies would be invited to witness the opening of the tenders.

d.    The successful company would be notified formally, published and posted on the CBN website.

Signed:

Management