Supply of Office Items at Nigerian Export Promotion Council, Abuja

Nigerian Export Promotion Council, Abuja

Invitation to Tender

The Governing Board and Management of NEPC hereby invite reputable registered companies to tender for the supply of the underlisted items:

S/N Title Description QTY
1. Air Conditioners Split Units; 1. 5HP; LG 64
2. Photocopiers Nashuatec brands 14
3. Refrigerators T240 – Thermecool 24
4. Ceiling Fans Newclime 40
5. Paper Shredders Rexel 16
6. Fireproof Safes Gubabi, 106 9
7. Stainless Steel File Cabinets Imported brands 45
8. Set of Executive Office Table Complete with 2 Cabinets, 1. Officer Chair & Visitors Chairs (each) 12
9. Set of Officers’ Table 5FT. Complete with 1 Officer’s Chair a 2 Visitors Chairs (each) 95
10. Visitors Reception Seats Stainless Steel Chairs 22
11. Conference Tables 12 Customized Executive Conference Tables with 20 Seats 12
12. Secretary’s Tables Complete Sets with Side Table & Swivel Chairs 12
13. Glass Encased Product Display Shelves Glass Encased Product Display Shelves 42
14. Desktop Computers HIGH SPEC, HP COMPAQ 6000 PRO INTEL Core 2 Duo 3.16M HZ 70
15. Laptops HIGH SPEC.LAPTOPS. HP 4710 INTEL CORE 2 DUO 2.53MH2 PROCESSOR 2
16. Printers HP LASEJET 5200 14

All Interested Contractors Should Submit the Following:

  1. Valid Certificate of incorporation (Corporate Affairs Commission)
  2. Current Tax Clearance Certificate;
  3. VAT Registration and Evidence of Past VAT Remittances;
  4. Company Audited Accounts for 3 (three) years;
  5. Evidence of Financial Capability and Banking Support;
  6. Evidence of similar Projects Executed, and in Time;
  7. Any other Relevant information that will be of help in determining the firm’s Suitability for the work;

Since the Pre-qualification and full tender stages are to be run simultaneously, this advertisement serves as a notice for both pre-qualification and the “Proper Tender”. Only successful companies will be contacted.

Submission of Document

Interested Companies are expected to submit 5 copies of bid documents in sealed envelopes and marked appropriately “Tender for Supply of Office Items” on the top left hand of the envelope, and addressed to:

The Executive Director/CEO

Nigerian Export Promotion Council,

No. 40 Blantyre Street,

Wuse2,

P.M.B. 133, Garki,

Abuja.

Completed bid documents must be submitted on or before 31st December, 2010.

Signed:

NEPC Management

Pre-qualification of Contractors for ETF Special Intervention Projects at Nasarawa State University, Keffi

Nasarawa State University, Keffi

Invitation for Pre-qualification of Contractors

for the Year 2010 Educational Trust Fund (ETF)

Special Intervention Projects

  1. 1. Introduction:

The Nasarawa State University, Keffi hereby invites reputable and interested contractors with relevant cognate experience and good track record of performance for pre-qualification following ETF (Special) Intervention Projects.

  1. 2. Projects:

Construction of:-

1.       LOT- A.      Academic Staff Office Block.

2.       LOT- B.      Faculty of Administration Lecture Theatre

3.       LOT- C.      Faculty of Arts Lecture Theatre

4.       LOT- D.      Faculty of Social Sciences, Lecture Theatre.

5.       LOT- E.      Procurement and Installation of Furniture and Air conditioning

Units

3.       Submission

Completed prequalification documents in wax-sealed envelope with numbers written at the top left-hand corner should be addressed to;

The Secretary,

University Tenders Board,

Registrar’s Office,

Nasarawa State University,

PMB1022,

Keffi Nasarawa State

And hand delivered into the tender box in the Registrar’s office not later than 3rd January, 2011.  Submission Shall Close At 12 Noon

4.       Collection of Tendering/Bidding Documents

Invitation to tender would only be extended to contractors that are pre-qualified on the Payment of One hundred Thousand Naira Only (N100, 000 00) Non Refundable Fee for Lots A-D and Twenty Thousand Naira Only (N20,000.00) Lot E to the Bursary Department, Nasarawa State University, Keffi.

Bidders are expected to note that the University is not bound to give reason for any unsuccessful application.

5.       Pre Qualification Criteria

  • Reputed and interested contractors are required to submit their application with the following documents:
  • Evidence of Incorporation / Registration with Corporate Affairs Commission (CAC)
  • Evidence of Company Tax Clearance Certificate for 2009, 2008. &2007
  • Evidence of VAT Registration and Remittances in the Last Three Years.
  • Evidence of Company Audited Annual Financial Report For The Last Three Years Duly Certified by a Chartered Accountant
  • Evidence of Current Registration as Contractors with the university
  • Evidence of Financial Capability and Bank Reference.

Company Profile which should include: Names, Curriculum Vitae and Copies of Certificates of Key Managerial.  Administrative and Technical Personnel; List of Similar Jobs Executed With Evidence of Awards, Actual Completion of Such Projects and Photographs.

Company Evidence of Compliance with Provisions of the Pension Reform Act of 2040 with Details of Pension Administrator and Remittances for Staff.

Original Documents must be available for Sighting on Demand during and after the Opening of Prequalification Documents.

6.       Opening of Pre Qualification Documents

The Pre qualification documents will be opened at a public opening Ceremony at

1:00 pm on the closing date of the advert at the Senate Chambers. All interested contractors and members of the public, especially professional bodies and civil /transparency hereby invited to attend the opening.

  1. 7. Enquiries:

All enquires in relation to this pre-qualification and Tender notice should be directed to Ag Director. Physical Planning Unit Nasarawa State University, Keffi.

Please Note;

Submission of prequalification documents to Nasarawa State University, Keffi is neither a commitment nor an obligation to award contract to any contractor.

Advertisement for invitation to pre qualification should not be construed as a commitment on the part of Nasarawa State University, Keffi or shall it entitle any contractor to make any claims whatsoever or seek any indemnity from Nasarawa State University Keffi,

Due diligence shall be followed as all documents submitted would be verified, past executed works and contractors offices, plants and equipment may be visited. Any discrepancy would summarily disqualify the contractor.

Alh. Dalhatu O Mamman (FICEN)

Registrar

(Secretary, University Tenders Board)

Consultancy Services for Visual Inspection and Non- Destructive Testing of Bridges along Abakaliki-Mbok and Ikom-Mfum Section of Route at Road Sector Development Team

Federal Ministry of Works, Nigeria

Road Sector Development Team

Request for Expressions of Interest (EOI)

Consultancy Services for Visual Inspection and Non- Destructive Testing (NDT) of Bridges Along Abakaliki – Mbok (Ogoja Junction) Section of Route 25/A.343 and Ikom-Mfum Section of Route 90/A. 4-2 in Nigeria

Federal Reproduction of Nigeria/African Development Bank

Nigeria – Cameroon Highway Transport Facilitation Programme

Transport Sector

Consulting Services

Project ID No: NCHP/FMW/Ser/002

  1. The Federal Government of Nigeria has secured a loan from the African Development Fund (ADF) towards the cost of the BAMENDA (Cameroon)-NUGU (Nigeria) MULTI-NATIONAL HIGHWAY AND TRANSPORT FACILITATION PROGRAMME and intends to apply part of the proceeds for consultancy services

1.1            The objective of the consultancy services is to engage a consultant to assess the structural soundness of seven bridges along the Abakaliki-Ogoja Junction and Ikom-Mfum sections of the route and make appropriate recommendations for improvement. Payment for the consultancy services will be made through the road works contract which is presently on-going.

1.2            The consultancy service is to assess the condition of all the 7 No bridges along the Abakaliki-Mbok (Ogoja Junction) Section and Ikom-Mfum Section, and to determine their adequacy to carry the anticipated traffic loading  from the heavy vehicles travelling along the Enugu – Cameroon corridor after the road has been re-constructed.

  1. The assignment   is therefore to carry out visual inspection and  non destructive testing of all the seven bridges along the two road sections and prepare an inspection report detailing those bridges that are in good structural condition and do not require strengthening and those that are not structurally adequate and the detailed tests required to be carried out on them. The consultant will also prepare scope of works, cost estimate and bill of quantities for all repairs works on all the inspected bridges.

2.1            The assignment should be completed within a period of 6 weeks or 11/2 months.

  1. The Road Sector Development Team (RSDT) on behalf of the Federal Ministry of Works now invites eligible consultants to indicate their interest in providing the services. Interested consultants should indicate by sending the following;
  1. I.            A comprehensive curriculum vitae (CV) which must provide information indicating that they are qualified to perform the services;
  2. II.            A submission stating the tests to be carried out, methodology, work plan, and time frame for completion of the assignment, bearing in mind that the time allocated for completion of the assignment is limited
  3. III.            Any other document to support his application

3.1              The right candidate will be selected on the basis of comparison of the submissions made. The selected candidate will he requested to negotiate a contract with the RSDT and thereafter undertake the assignment

  1. Interested consultants may obtain further information at the address below between 9.00am to 4.00pm from Monday to Friday, or through the e-mail address; unitmgr.rsdt@yahoo.co.uk

4.1            Expressions of Interest with all the afore-mentioned submissions must be delivered to the address below on or before 1600Hrs (4.00pm) local time on Monday, 10th January 2011.

Road Sector Development Team

6 Niagara Close, off Erie Crescent,

Off Nile Street, Maitama, Abuja, Nigeria.

Attn Eng. L.A. Audi

Tel: +234(0)7034044403, +234(0)8033276182

E-mail: unitmgr.rsdt@yahoo.co.uk

Supply of Agricultural Equipment at Federal University of Technology, Akure, Ondo State

Invitation for Bids (IFB)

Federal Ministry of Education

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

Federal University of Technology, Akure, Ondo State

(IDA Credit No 4304-UNI)

Procurement of Equipment

IFB NO: FME/STEP/NCB/10/1

  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 and in 4 National Dailies of the same date.
  2. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of a Science and Technology Education Post – Basic (STEP-B) Project, and it intend to apply part of the Proceeds of this credits to payment under the Contract for the Supply of Agricultural Equipment for the Federal University of Technology-Akure.
  3. The Science and Technology Education Post – Basic (STEP-B) Project, Akure, Ondo State, now invites sealed Bids from Eligible Bidders for the Supply of Agricultural Equipment for the Federal University of Technology, Akure.
Lot No. Description Quantity Delivery Period Bid Security
1 Tillage Equipment Various as stated in the technical specification 120 Days At least 3% of  the bid price
2 Primary Processing Equipment Various as stated in the technical specification 120 Days At least 3% of  the bid price
  1. Bidding will be conducted through  the National Competitive Bidding (NCB), a procedure specified in the World Bank’s Guidelines; Procurement under IBRD Loans and IDA Credits, and is open to all Bidders from Eligible Source Countries as defined in the Guidelines,
  2. Interested Eligible Bidders may obtain further information from Science and Technology Education Post – Basic (STEP-B) Project at the address below and inspect the Bidding Documents at address below from 10:00am to 4:00pm Mondays to Fridays.
  3. Qualification requirements include:
  • Evidence of previous supply (sales) of Agricultural Equipment for the last 5 years.
  • Evidence of Company Registration with Corporate Affairs Commission.
  • Audited financial Statements for the last 3 years to demonstrate the financial capability of the Bidders in terms of Profitability arid adequate working capital.
  • A Manufacturer’s Authorization for supply of Agricultural Equipment.
  1. 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 N10,000.00 (Ten Thousand Naira) only. The method of payment will be by Cash, Certified Cheque or Bank Draft in favour of Science and Technology Education Post- Basic (STEP-B) Project. The Bidding documents will be collected by the representative of the Bidder or by courier services on request.
  2. Bids must be delivered to the address below at or before 10:00am on Friday 18th February, 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 10:00am on Friday 18th February, 2011. All Bids must be accompanied by a Bids Security of at least 3% of bid price or an equivalent amount in a freely convertible currency.
  3. Bids will be opened in the presence of bidders’ representatives who choose to attend 10.00 am on 18th February, 2011 at the address below.
  4. The address referred to above is:

The Project Manager,

Step-B Project Office,

Federal University of Technology, Akure, Ondo State.

08034541656, 08036218446, 08054582772, 08062791279

Signed

Project Manager (Step – B)

Federal University of Technology,

Akure, Ondo State.

Procurement of Vehicles at Federal University of Technology, Akure, Ondo State

Invitation for Bids (IFB)

Ministry of Education

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

Federal University of Technology, Akure, Ondo State

(IDA Credit No 4304-UNI)

Procurement of Vehicles

IFB NO: FME/STEP/NCB/10/1

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 and in 4 National Dailies of the same date.

2. The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of a Science and Technology Education Post – Basic (STEP-B) Project, and it intends to apply part of the Proceeds of this credits to payment under the Contract for the Supply of Vehicles for the Federal University of Technology, Akure,

3.       The Science and Technology Education Post- Basic (STEP-B) Project,

Akure, Ondo State, now invites sealed Bids from Eligible Bidders for the Supply of Vehicles for the Federal University of Technology, Akure.

Lot No. Description Quantity Delivery Period Bid Security
1 Motor Vehicles (4WD Pick-Up) 2 120 Days At least 3% of the bid price

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

5.       Interested Eligible Bidders may obtain further information from Science and Technology Education Post- Basic (STEP-B) Project at the address below and inspect the Bidding Documents at address below from 10:00am to 4:00pm Mondays to Fridays,

6.       Qualification requirements include:

  • Evidence of previous supply (sales) of Vehicles for the last 5 years.
  • Evidence of Company Registration with Corporate Affairs Commission.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidders in terms of Profitability and adequate working capital.
  • A Manufacturer’s Authorization for supply of Vehicles.

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 N 10,000.00 (Ten Thousand Naira) only. The method of payment will be by Cash, Certified Cheque or Bank Draft in favour of Science and Technology Education Post -Basic (STEP-B)

Project. The Bidding documents will be collected by the representative of the Bidder or by courier services on request.

8.       Bids must be delivered to the address below at or before 10:00am Tuesday 18th January, 2011. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidder’s  representative, who choose to attend in person at the address below at 10:00am on Wednesday 19th January, 2011. All Bids must be accompanied by a Bids Security of at least 3% of bid price or an equivalent amount in a freely convertible currency.

9.       Bids will be opened in the presence of bidders’ representatives who choose to attend 10.00 am on 19th January, 2011 at the address below.

10.     The address referred to above is:

The Project Manager,

STEP-B PROJECT OFFICE,

Federal University of Technology, Akure, Ondo State.

08034541656, 08036218446,    08054582772, 08062791279

Signed

PROJECT MANAGER (STEP – B)

FEDERAL UNIVERSITY OF TECHNOLOGY

AKURE, ONDO STATE.