Supply of Printing of TPD Core Handbooks, Learners’ Centered Approaches, Assessment and Management PH and CMC Modules and Forms at Kaduna State Government of Nigeria Ministry of Education

KADUNA STATE GOVERNMENT OF NIGERIA

MINISTRY OF EDUCATION

STATE EDUCATION SECTOR PROJECT, (SESP), KADUNA

BIDDING DOCUMENT FOR PRINTING OF TPD CORE HANDBOOKS, 1 TO 6, LEARNERS’ CENTERED APPROACHED, ASSESSMENT AND MANAGEMENT PH, AND CMC 1 TO 6 MODULES AND FORMS FOR PRIMARY AND JUNIOR SECONDARY SCHOOLS IN KADUNA STATE: KD/SESP/NCB/GD.01/2011

Through: National Competitive Bidding (NCB)

Credit No: 4295-UNI

Invitation for Bids (IFB) Nigeria

CREDIT No. 4295 CM

Printing of TPD Core Handbook, Learners’ Centered Approaches, Assessment and Management PH and CMC Modules and Forms for Primary & Junior Secondary Schools in Kaduna State:

KD/SESP/NC B/GD.01/2011.

ISSUANCE DATE

Monday, February 07, 2011

1.      This Invitation for Bids follows the General Procurement Notice for this Project that appeared in dg market of May 31st, 2007, and the “Daily Trust” and the “This Day” Newspaper of September 04, 2007.

2.      The Federal Government of Nigeria has received a credit from the International development Associate (IDA) towards the cost of Kaduna State Education Sector Project, Kaduna, and it intends to apply part of the proceeds of this credit to payments under the Contract for Printing of TPD Core Handbooks, Learners’ Centered Approaches, Assessments and Management PH and CMC Modules and Forms for Primary and Junior Secondary Schools in Kaduna State.

3.      The Kaduna State Education Sector Project, (SESP), Kaduna, now invites sealed bids from eligible and qualified bidders for the Supply of Printing of TPD Core Handbooks, Learners’ Centered Approaches, Assessment and Management PH and CMC Modules and Forms for Primary & Junior Secondary Schools in Kaduna State as Invited below:-

Printing of TPD Core Handbooks, Learners’ Centered Approaches, Assessment and Management PH and CMC Modules and Forms for Primary & Junior Secondary Schools in Kaduna State as listed below:

KD/SESP/NCB/GD.01/2011

Lot 1 Item No. Description Number of Pages Quantity Copies Delivery Period Bid Security
1. 1 Core Handbook:1 (Learners’ Centered Approaches PH) 72 1420 60 Days At least, 2.5% of Bid Price
2 Core Handbooks 2, (Learning for all and from each other PH) 114 1420 60 Days At least, 2.5% of Bid Price
3 Core Handbooks 5. (Resources Based Learning PH) 90 1420 60 Days At least, 2.5% of Bid Price
4 CMC 1 FG 17 7000 60 Days At least, 2.5% of Bid Price
5 CMC 3 FG 30 700 60 Days At least, 2.5% of Bid Price
6 CMC 4 FG 37 700 60 Days At least, 2.5% of Bid Price
7 LAC MODULE 27 700 60 Days At least, 2.5% of Bid Price
2 1 Core Handbooks 3. (Learning Assessment PH) 104 1420 60 Days At least, 2.5% of Bid Price
3 CMC 6 FG: FLHE/PHE Module 16 700 60 Days At least, 2.5% of Bid Price
4 TOT Module PH 112 700 60 Days At least, 2.5% of Bid Price
5 TOT Module FG 34 700 60 Days At least, 2.5% of Bid Price
6 Workshop Tune table 25 1420 60 Days At least, 2.5% of Bid Price
3 1 Core Handbook 4(Learning Management PH) 78 1420 60 Days At least, 2.5% of Bid Price
2 Language across the Curriculum PH 139 1420 60 Days At least, 2.5% of Bid Price
3 CMC 2 FG 25 700 60 Days At least, 2.5% of Bid Price
4 CMC 5 FG 20 700 60 Days At least, 2.5% of Bid Price
5 Kaduna TPD PIM 130 320 60 Days At least, 2.5% of Bid Price
6 Blank A.R, M & E Forms 30 700 60 Days At least, 2.5% of Bid Price
7 Extracted Introduction from TOT, PH, & FG 17 700 60 Days At least, 2.5% of Bid Price

4.      Bidding will be conducted through the National Competitive Bidding (NCB) procedures specified in the World’s Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Guidelines

5.      Interested eligible bidders may obtain further information from and inspect the Biding Documents at the address given below, between the hours of 9.00am through 4.00pm on Monday to Thursday and 9.00am to 1.00pm on Fridays

6.      Qualification Requirements

i.            Evidence of previous supply of similar Printing of Core Handbooks, Learners, centered Approaches, Assessment and Management PH and CMC modules and forms  for Primary & Junior secondary Schools in Kaduna State: for the last 3 years:

ii.            Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidders in terms of Profitability and adequate working capital.

iii.            Letters of lines of credit from the Bidder’s Bankers demonstrating the Bidder’s financial capability to perform the contract.

iv.            Documents that demonstrate the Bidder is legally established in its country of origin for over past 5(five) years. In the case of Nigerian, certificate of incorporation from the Corporate Affairs Commission (CAC)

v.            A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents

7.      A complete set of Bidding Documents in English Language may be purchased by interested bidders on the submission of a written  Application to the address below and upon the payment of a non refundable fee of N15,00.00 (Fifteen Thousand Naira) only, or in a freely convertible currency. The method of payment will be in cash or by Bank draft made payable to Kaduna State Education Sector Project, Kaduna. The Bidding Documents will be collected by hand or sent by courier on request at the prospective bidder expense

8.      Bid must be delivered to the address below on or before 12 noon, Tuesday, March 08, 2011. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representative who choose to attend in person at the address below at 12noon, Tuesday, March 08, 2011

9.      The address referred to above for bid submission purposes is:

Attention:

Esther J.Myahwegi (Mrs.)

The Project Coordinator,

The Kaduna State Education Sector Project, (SESP), Kaduna

Ministry of Education, State Secretariat,

Independence Way, Kaduna.

Telephone: +234-803-333-0410: 0803-310-9655

Email: sespkaduna@gmail.com

The deadline for the submission of bids is:

Date: Tuesday, March 08, 2011

Time: 12.00noon

Invitation for Pre-qualification and Tender for 2010 Internally Generated Revenue (IGR) Project at Federal Polytechic Nekede, Owerri

Federal Polytechic Nekede, Owerri

P.M.B 1036, Owerri, Imo State

Invitation for Pre-qualification and Tender for 2010 Internally Generated Revenue (IGR) Project

Preamble

The Federal Polytechnic Nekede, Owerri wishes to furnish the Academic Board Building (Office Complex A) in the institution, from its 2010 internally Generated Revenue (IGR).

This notice is to invite for pre-qualification, reputable contractors for the execution of the project.

Project Description

Furnishing of Academic Board Building (Office Complex A)

Pre-Qualification Requirements

(a)     Valid Certificate of Registration/Incorporation

(b)     Current Tax Clearance Certificate

(c)      VAT Registration and Evidence of past VAT remittances.

(d)     Company Audited Accounts for 3 (three) years

(e)      Evidence of Financial Capability and banking support

(f)      Evidence of Similar projects executed

(g)     Evidence of Technical Capability

(h)     Equipment and Technology Capacity

(i)      Annual Turnover

(j)      Evidence of timely completion of similar projects executed.

(k)     A verifying Affidavit under the public procurement   Act 2007 sworn to at the Federal High Court (Proforma of this can be obtained   at   the   Public   Procurement   Unit   (PPC)   of   the Polytechnic)

Submission of pre-qualification Documents

Pre-qualification documents will be submitted with a non-refundable fee of N5,000.00 (five thousand Naira) only in bank draft made payable to the Federal Polytechnic Nekede, Owerri. Only pre-qualified companies will proceed to the bidding process.

Pre-qualification documents should be enclosed in a sealed envelope

addressed to:

The Director

Physical Planning Unit

Federal Polytechnic Nekede

PMB 1036 Owerri.

The description of the project should be boldly written at the right hand top corner of the sealed envelop.

The document must be submitted on or before 17th February, 2011 by 12 noon.

Names of successful   pre-qualified companies will be published on the Federal Polytechnic, Nekede Notice Board.

Tender documents will be issued to pre-qualified companies on payment of  non-refundable fee of N50,000.00 (fifty thousand naira) only for each lots in bank draft made payable to the Federal Polytechnic Nekede Owerri.

Completed tender documents must be submitted on or before 17th February, 2011from the date successful pre-qualified   companies were on the Federal Polytechnic Nekede, Notice Boards. The document will publicly opened on that date at 12 noon prompt in the Polytechnic Council Chambers.

I.M. Aligbe

Registra

1st February, 2011.

Procurement of IT Equipment, Operational Equipment and Office Equipment and Supplies at Rural Water Supply and Sanitation Programme, Yobe State

Specific Procurement Notice

Invitation for Bids

National Competitive Bidding (NCB)

Federal Republic of Nigeria

Yobe State Government

Rural Water Supply and Sanitation Sub-Programme, Yobe State

Damaturu (2100150015645)

IFB/YB/RWSS/NCB/GOODS/003/2011

  1. This Invitation for Bids follows the General Procurement Notice of the sub-programme that appeared in the Development Business, issue no. 709 of 3lst day of August 2007 and was posted on line on 20th August 2007.
  1. The Yobe State Government has received a Loan from the African Development Fund toward the cost of Rural Water Supply and Sanitation Programme in Yobe state and it intends to apply part of the proceeds of this Loan to eligible payments under the Contract for the Procurement of IT Equipment, Operational Equipment and Office Equipment and Supplies. Contract No. IFB/YB/RWSS/NCB /GOODS/ 003/2011, Comprising of three lots as itemized
  • The RURAL WATER SUPPLY AND SANITATION PROGRAMME now invites sealed bids from eligible and qualified bidders for the supply of;

LOT I: SUPPLY AND INSTALLATION OF IT (INTERNET) WITH 12 MONTHS SUBSCRIPTION

S/No Unit Qty Description
1.

2

3

4

5

6

7

8

No

No

12months

No

No

No

No

No

2

2

2

2

10 Nox2

2

2

2

Server 2008 Windows and its licences for 20 users (server system rack mountable DL380G6 complete with accessories)

v-sat Facilities

Band width cost advance

LAN accessories with installation

Equipment cabinet/sturding rack

Installation accessories (RJ45,plugs clips and pegs

Electro mechanical networking tool

W-LAN facility

LOT II: SUPPLY OF OFFICE EQUIPMENT, FURNITURE AND SUPPLIES

S/No Unit Qty Description
1

2

3

4

5

6

7

8

9

10

11

12

13.

No

No

No

No

No

No

No

No

No

No

No

No

2

2

20

40

1

1

22

39

2

2

1

2

3

9

10

14

4

1

2

4

1

1

20

6

6

6

6

1

22

2

2

2

4

2

9

2

6

6

PABX including installation

Multimedia Project including projector screen with stand  APC Laptop surge arrestors

APC power extensions

40 KW APC central UPS and installation

45 KVA voltage stabilizer and installation

Document flat bed scanner

Personnel printers

Heavy duty network colour printer with mobile stand

Heavy duty network black and white printer with mobile stand

A 1 colour printer

Office furniture for the following officers

(a) Programme Manager and GM RUWASA

(b) Procurement officer, Project Accountant and one other

(c) Internal Audit and 8 other

(d) Assistant Procurement officer and 9 others

(e) Traditional visitor’s chair in block (wooden arm rest)

(f) Essential coffee table

(g) Essential open bookshelf size 2500 x 350 x 200m with drawers and cup boards

(h) Set of CEO waiting settee consisting of 1-3-seater, 1-2-seater and 2 single seaters of very high quality

(i) Side stool to match

(j) 20-seater Project conference table

(k) LB swivel base conference chair

(l) Conference straight leg chair

(m) Fine line table size 900 x 550 x 700

Low back swivel chair

Office Equipment

(a) Digital free proof cabinet 4-drawers

(b) Digital free proof cabinet 3 drawers

(c) Digital free proof safe

(d) Split system A/C 1.5 HP

(e) Refrigerators

(f) Standing fans

(g) Video Camera

(h) Digital still camera

(i) Notice Boards

(j) Printer table

(k) Curtain set complete for 43 opening

(l) Office fire extinguishers including installation Co2(5kg)

(m) Office fire extinguishers including installation water (9kg)

LOT III: SUPPLY OF OPERATIONAL EQUIPMENT

S/No Unit Qty Description
1

2

3

4

5

6

7

No

No

No

No

No

No

No

No

No

1

7

1

10

20

17

1

1

1

Borehole CCTV camera

Global positioning system (GPS)

i-pad (64GB)

Palm top table computer

Flash Disk (4GB)

5 KVA Generating sets

Laboratory Equipment

(a) Spectrophotometer

(b) Laboratory refrigerator

(c) General purpose lab. Oven

(d) Bacteriological testing kit

  1. i. Membrance filtration system
  2. ii. Incubator system
  3. iii. Flexible back system

(e) PH meter bench –top 0.1

(f) Turbidity meter

(g) Autoclave electric

(h) Analytical balance

(i) Conductivity meter advanced bench top

(j) Colony counter

(k) Flame photometer

(l) Deionizer

8

9

Nos.

Nos.

Nos.

17

2

1

18

18

1

2

2

1

2

20

34

3

Global positioning system (GPS)

Softwares

(a) GIS software (multiuser)

(b) Engineering software

(c) Licensed Anti-Virus (multiuser)

(d) Liceased MS office (volume)

(e) Customized application software

(f) Auto card software

(g) Financial software

(h) Anti-virus for server

(i) Microsoft project

Laptop computers

Desktop computers

External Hard disk

4. Bidding will be conducted through the National Competitive Bidding (NCB)

Procedures specified in the African Development Bank’s Procurement Guidelines.

5. Interested eligible bidders may obtain further information from The Programme Manager, Rural Water Supply and Sanitation Programme Office, yobe.rwssp@gmail.com and inspect the Bidding Documents at the address given below from 8:30a.m, – 4:30p.m on working days.

6. A complete set of Bidding Documents in English Language which contain detailed specifications of the goods to be procured 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, N20,000.00. The Bidding Documents will be collected by hand or sent by Courier services on request. Note Interested bidders may bid for any/all of the lots.

7. Bids must be delivered to the Programme Manager at the address below on or before Monday 7th March, 2011 at 11:00 am. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders or their representatives who choose to attend in person at the address below on Monday 7th March, 2011 at 12:00 noon. All bids must be accompanied by a Bid Security of amount stated for each of the lots mentioned above.

8. An information meeting will be held on 17th Feb. 2011. Bidders who choose to attend the information meeting can come to the address below at 10:00am

9.         The address referred to above is:

Rural Water Supply and Sanitation Programme,

Flat A6 & A 7 300 Housing Unit

Maiduguri Road, after NNPC Mega filling Station

Damaturu

Nigeria.

Invitation to Tender for the Upgrade of the Internet Link at Nigeria Deposit Insurance Corporation (NDIC)

Nigeria Deposit Insurance Corporation

Plot 447/448 Constitution Avenue, Central Business District, Abuja

E-mail: info@ndic.org.ng Website: www.ndic.org.ng

Invitation to Tender for the Upgrade of the Internet Link at the Corporation’s Lagos Office

The Nigeria Deposit Insurance Corporation (NDIC) wishes to invite reputable Internet Service Providers (ISPs) with good track record of performance and experience in the installation of Internet infrastructure to tender for the upgrade of the present Internet Infrastructure through Fibre Optic or C-Band VSAT Internet Bandwidth for better performance and cost effectiveness in the Corporation’s Lagos Office, Lagos, (Mamman Kontagora House, Manna).

Tender Documents

Interested companies should obtain the tender document from the Administration Unit, 2nd floor, NDIC Headquarters; Plot 447/448 Constitution Avenue, Central Business District, Abuja upon payment of the tender fee of N 10,000.00 in Bank Draft made payable to the Nigeria Deposit Insurance Corporation, Abuja. Further enquiries about this tender could be obtained from the Head of Information Technology Department at the above address.

He could be reached either through the telephone numbers: 09-4601200, 09-4601204, 08052263325, 08023137228 or e-mail addresses: amoosk@ndic.org.ng, suleko@ndic.org.ng, samuelamoo@hotmail.com, olawalesule@yahoo.com

Conditions for Eligibility

Ail bids must be accompanied with the following:

  • Evidence of Company registration with Corporate Affairs Commission (CAC) in Nigeria,
  • The current 3 year Tax clearance Certificate of the Company,
  • The Company’s audited accounts for the past three years,
  • Evidence of financial capacity or Bank support,
  • Evidence of having successfully carried out similar works within the past three years,
  • Evidence of availability of requisite and appropriate staff/skill for the job,
  • A sworn statement that the company is not in receivership and that none of its Directors were ever convicted of fraudulent activity,
  • Evidence of VAT registration,
  • Evidence of compliance with the pension Act, including proof of remittances to PFCs and PFAs, and
  • Evidence of registration with relevant Professional bodies.

Submission of Tender Documents

Five (5) bound copies of ‘Financial’ and ‘Technical’ tender documents must be submitted not later than4th March, by 4:00pm, in separate sealed envelopes clearly marked “Technical Bid” and “Financial Bid” indicating lots applied for respectively; both put in a third (3rd) envelope sealed and marked “Tender for the Upgrade of the C-Band Vsat Internet Link At The NDIC Lagos Office”, addressed to:

The Secretary

Tenders Board,

Nigeria Deposit Insurance Corporation,

Plot 447/448 Constitution Avenue,

Central Business District,

Abuja, Nigeria.

The tender is to be dropped in the tender box on the Ground Floor by the security post, in the Head Office, Abuja. Companies dropping tenders are expected to sign the tender register before dropping the tenders. Submission of tender by post or courier will not be acceptable and any tender submitted after closing date/time specified above stands automatically disqualified.

Opening of Tenders

The opening of tenders shall be on the next working day after the submission of tenders for evaluation. The name of hp successful company shall be posted on the NDIC Notice; Board at the Head Office and the Corporation’s Website.

Additional Information

  1. Failure  to satisfactorily  fulfil  the conditions as requested above will result to invalidation of such tender.
  2. NDIC shall reserve the right to verify the authenticity of claims made by tendering parties
  3. NDIC shall reserve the right to reject any submission based on unverifiable information.
  4. All commercial bids should be quoted in Naira.
  5. A comprehensive Service Level Agreement (SLA) should be included     along with the bid.

Signed:

Management

Invitation for Pre-Qualification for the Execution of Year 2009/2010 ETF Intervention Projects at Federal College of Education, Zaria

Federal College of Education

P. M. B. 1041, Zaria, Kaduna

(Office of the Registrar)

Invitation for pre-qualification for the execution of year 2009/2010 ETF intervention projects:

  1. Reconstruction of Ibrahim Richards Ishaku Computer Centre – FCE/ZARIA/ETF/09-1-01
  2. Extension of Department of Agricultural Education
  3. FCE/ZARIA/ETF/09-1-/02
  4. Furnishing   of  Ibrahim   Richards  Ishaku Computer Centre – FCE/ZARIA/ETF/09-1-03

Pre-Qualification Requirements

Those interested in the pre-qualification process are required to submit comprehensive information as follows:

  1. Evidence of registration with Corporate Affairs Commission
  2. Evidence of Tax Clearance Certificate for the last three (3) years
  3. Company audited account for the last three (3) years
    1. Evidence   of   financial   capability   and Banking support to undertake the project
    2. Verifiable list and documentary evidence of similar jobs successfully executed with their locations within the last three (3) years (include photographs of letters of awards and practical completion certificates)
    3. List of key personnel to be involved in the project(s) stating their qualification and registration with relevant professional bodies, where applicable (Enclose photocopies of credentials)
    4. List of plants and equipment to be used for the project(s)
    5. Annual turn-over of the Company
    6. Evidence   of   compliance   with requirements of Pensions Act, 200-4
    7. VAT registration and evidence of past VAT remittance
    8. Originals of documents (a and b) must be produced for sighting.

Submission    of    Pre-Qualification Documents

The pre-qualification documents should be sealed and submitted in an envelope marked:

  1. Reconstruction of Ibrahim Richards Ishaku Computer Centre
  2. Extension    of    Department    of Agricultural Education
  3. Furnishing   of   Ibrahim    Richards Ishaku Computer Centre

The   sealed   envelope   should   be addressed to:

The Registrar,

Federal College of Education,

P.M. B. 1041,

Zaria.

To reach him not later than Monday, 21st March, 2011by 12:00pm

Opening of Pre-Quauf1cations

Contractors or their representatives are invited to the public opening of the pre-qualifications at the College Conference Room On 21st March, 2011 at 12:30pm.

NOTES

  1. All pre-qualification documents shall be rendered in English Language and spiral bound.
  2. Fake/suspicious documents attract disqualification and may be handed over to appropriate government agencies for necessary action.
  3. This advertisement shall not be construed as a commitment on the part of the College authorities nor shall it entitle any Contractor/Company to make any claim or seek indemnity from the College.
  4. Only submissions made before 12:00 pm 21st March, 2011. shall be entertained.
  5. Only  pre-qualified Contractor/Companies shall be invited to Tender

Dr. J.S. Danjuma

Registrar