Procurement of Equipment at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction: The Federal Ministry of Environment as part of the Implementation of its 2010 Budget intends to procure “EQUIPMENT FOR ARCHIVING OF EIA DOCUMENTS, ENVIRONMENTAL AUDIT REPORT, OIL AND GAS REPORT AND ENVIRONMENTAL MANAGEMENT SYSTEM REPORT”,

Scope of Works: Provision and Installation of bulk documents Storage and  archiving equipments and materials for EIA documents, environmental audit  reports, oil and gas reports an environmental  management system reports at Environmental House Central Area Abuja, training of staff of the Department on the use of the facilities.

Tender Requirements: interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the under listed documents may result in the disqualification of the Contractor,

  1. Certificate of Registration with Corporate Affairs Commission (Limited liability only)
  2. Provide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,
  3. Company’s current Tax Clearance certificate for the last three (3) years. (State Tax identification Number TIN)
  4. Verifiable evidence  of  previous   experience  in the  jobs  of  this magnitude/nature. (Attach Letter of Award and Certificate of Completion)
  5. List of Equipment Owned,
  6. Evidence from the company’s Bankers as to-its financial capacity/Bank Support to undertake the works, if awarded
  7. Name/e-mail Address and phone number of contact person.
  8. Company Audited Account for the last 3 Years.
  9. Any other information that would be of advantage to the company,
  10. A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies,
  11. Evidence of VAT Registration and Remittance,

Additional information:

(i)                   Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor obligated to include your company or any bid list or award any form of contract to your company or agent.

(ii)                 The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.

(iii)              The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only.

Non-Refundable: Tender Fee, complete set of bidding documents are to be collected from Secretariat of MTB, Federal Ministry of Environment, Room B301, Mabushi on payment of a non-refundable Fee of Ten Thousand Naira (N 10.000) in Bank Draft.

Submission Deadline: Completed Financial and Technical Tenders are to be submitted in two Separate Envelopes Marked Financial Bids or Technical Bids respectively. Each of the Envelopes are to contain one original and two duplicate copies of the Tenders respectively, and Both Envelopes Enclosed In a larger

Envelope Mark CONFIDENTIAL on the Top Left Corner and Written Tender for

(Specify) at the Centre.   The Tender Addressed to the Secretary, Ministerial

Tenders Board. Federal Ministry of Environment,

Room B301 (3rd Floor), Mabushi, Abuja. To reach him on or before 12noon on Monday, 20th September, 2010. While the Bids will be opened by 2:00p.m, on the same date at the Ministry’s Conference Room, Mabushi, Abuja.

Note: Only the Technical bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these Companies.

(Signed) Permanent Secretary

Renovation of Various Projects at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction: The Federal Ministry of Environment as part of the

Budget intends to carry out Renovation of federal Ministry of Environment Green Building Maitama and Brown Building Central Business Area, Abuja.

Project: LOT “1”: Green Building along Aguiy Ironsi Way, Maitama, Abuja

LOT “2”:     Brown Building Central Business Area, Abuja .

Scope of Work: LOT 1: Green Building Replacement of dilapidated fitting, ‘        Tiling of all Toilets,

Replacement of dilapidated doors and keys,

Renovation of Security gate house,

Replacement of Toilet pipes and repairs,

Installation of Security lighting fittings,

Replacement of ceiling and Head gang,

Repairs and replacement of ;electrical Fittings

General painting of the Building

LOT 2: Brown Building – Replacement of dilapidated toilet fitting

Tiling of all the toilets,

Replacement of dilapidated doors and keys

Renovation of Security gate house,

Replacement of Toilet pipes and repairs,

Installation of Security lighting fittings,

Replacement of ceiling and Head gang,

Repairs and replacement of Electric fitting

General painting of the Building and Beautification

Tender Requirement, interested, suitable and reputable companies are required to submit the following Pre-qualification documents. Failure to submit any of the under listed documents may result in the disqualification of the Contractor.

  1. Certificate of Registration with Corporate Affairs Commission (Limited liability only)
  2. rovide details of Company’s profile including the Curriculum Vitae of the key professional staff and other resources,
  3. Company current Tax Clearance certificate for the last three (3) years. (State Tax Identification Number Tin)
  4. Verifiable evidence of previous experience in the jobs, of this magnitude/nature (Attach letter of Award and Certificate of Completion)
  5. list of Equipment Owned
  6. Evidence from the company’s Bankers as to its financial capacity/Bank Support to undertake the works, if awarded.
  7. Name/e-mail Address and phone number of contact person.
  8. Company Audited Account for the last 3 years.
  9. Any other information that would be of advantage to the company
  10. A letter authorizing the Federal Ministry of environment to verify claims with relevant agencies or bodies
  11. Evidence of VAT Registration and Remittance.

Additional Information:

Notwithstanding the submission of tender data the Federal Ministry of Environment is neither committed nor Obligated to include your company or any bid list or award any form of contract to your company or agent

The advertisement shall not be considered as commitment on the part of the Federal Ministry of Environment; nor shall it entitle potential companies to make any claims whatsoever or seek any indemnity from the Federal Ministry of Environment by virtue of such company having responded to the advertisement.

The Federal Ministry of Environment reserves the right to make available the Tender documents to qualified bidders only

Non-Refundable Tender Fee, complete set of bidding documents are to be collected from Secretariat of MTB, Federal Ministry of Environment, Room B301, Mabushi on payment of a non-refundable Fee of Thirty Thousand Naira (N30, 000.00) each in Bank Draft.

Submission Deadline: Completed Financial and Technical Tenders are to

Separate Envelopes Marked Financial Bids or Technical Bids respectively. Each of the envelopes are to contain one original and two duplicate copies of the Tenders respectively, and Both  Envelopes Enclosed in a larger Envelope  Mark CONFIDENTIAL on the Top Left Corner and Written Tender for (Specify LOT) at the centre. the Tender addressed to the Secretary, Ministrial Tenders Board. Federal Ministry of Environment, Room B301(3rd Floor), Mobushi, Abuja. To reach him on or before 12noon on Monday, 20th September, 2010. While the Bids will be opened by 2:00pm on the same date at the Ministry’s Conference Room, Mabushi, Abuja

Note: Only the Technical bids will be opened on the date mentioned in this publication while the Financial Bids of the Bidders that passed the Technical Evaluation would be opened on a date that would be communicated to these Companies.

(Signed)

Permanent Secretary

Execution of Project at Infrastructure Concession Regulatory Commission (ICRC)

The Presidency Infrastructure Concession Regulatory Commission

Request for Expression of Interest to Pre-qualify Contractors for Implementation of Remodelling Design For ICRC Head Office Complex

Background

The Infrastructure Concession Regulatory Commission (ICRC) was established by an Act of the National Assembly in 2005 to regulate Public-Private Partnership endeavours of the Federal Government aimed at addressing Nigeria’s physical infrastructure deficit which hampers economic development.

The ICRC Act provides for the participation of the private sector in financing, construction, development, operation and maintenance of Federal Government infrastructure or development projects through concessions or contractual arrangements. Thus the role of ICRC is to regulate, monitor and supervise all of these activities in such a way as to ensure value-for-money for Nigerians and, at the time, deliver services faster, more efficiently and with a higher quality.

The Commission is also responsible for setting forth guidelines to promote, facilities and ensure implementation of PPP Projects in  Nigeria with the objective of achieving significantly superior infrastructure services that would enhance the economic potential of Nigeria.

The Project

The Commission has acquired a four storey office accommodation situated at Plot 1270,  Area 11, Garki, FCT, Abuja and wishes to remodel it appropriately. Consequently, the commission has designed a remodeling plan for immediate implementation by a competent contractor(s)

The project will be procured in the following packages;

  1. Remodelling and improvements
  2. Mechanical, Electrical and Communication installations
  3. External works

Submission of Expression of Interest (EOl’s)

The Commission, in compliance with relevant sections of Public Procurement Act 2007 (PPA 2007) and Bureau of Public Procurement (BPP) guidelines, now requires to carry out pre-qualification of contractors for the remodelling project and hereby requests interested contractor(s) to submit an expression of interest detailing the following information as a basis for pre-qualification;

  1. Corporate profile of firm and/or consortium indicating history, organisational structure, area of specialisation, key competencies and resources
  2. Full details of key human resources of the organisation whose experience and competencies are relevant to the project, such as project manager, architect and engineers with their respective curriculum vitae, academic and professional qualifications (please indicate where available, evidence of membership of professional bodies)
  3. Certified true copy of certificate of incorporation
  4. Certified true copy of particulars of directors
  5. Certified true copy of 3 years tax clearance certificate
  6. Evidence of VAT registration and remittance returns.
  7. Certified true copy of MEM ART (memorandum & article of registration)
  8. 3 years (unabridged) Company Audited Annual Report
  9. Certified true copy of 3 years Company Annual Returns to CAC
  10. Letter of reference from bankers
  11. Letter of reference from seven (7) clients to whom similar contract within FCT whose value is not less than NGN 100m have been successfully delivered within the last 7 to 10 years (projects of higher value will have higher preference and advantage). Please provide sufficient details for ease of validation.
  12. Summary list (with short description) of at least 10 similar projects within FCT whose value is not less  than  NGN 100m  that  have  been  successfully delivered in the last 7 to 10 years. (Projects of higher value will have higher preference and advantage). Please provide sufficient details for ease of validation,
  13. A sworn declaration that the firm and/or consortium nor  any  of  its  management  staff  has  any relationship with the Commission and its own management  staff.   In   the   event that such relationship exists it should be clearly indicated in the affidavit.
  14. Evidence  of  registration   with   PENCOM   and remittance of pension deduction to PFA’s
  15. Evidence of corporate membership of relevant professional body(ies)
  16. Evidence of registration with relevant statutory body (e.g. Federal Min of Works Certificate) related to industry area.
  17. In the event of a joint or consortium bid, a signed and independently verifiable agreement between the parties   indicating   terms  and   conditions  and identifying the principal and subsidiary party(ies) in the joint bid / consortium.
  18. A statement indicating that the vendor does not at the time of this bid have any existing loan or financial  liability  with  a  bank,  other financial institution or third party that is classified doubtful, bad  or  whose   repayment  portion  has  been outstanding for the last three months.

Expression of Interests must be submitted in six (6) copies in a sealed envelope clearly marked “EXPRESSION OF INTERESTS FOR IMPLEMENTATION OF REMODELLING DESIGN FOR ICRC HEAD OFFICE COMPLEX”,  A CD ROM version should also be included.

The Expression of interest should be addressed and delivered not later than 5,00pm on Monday 13th September 2010 to the D.G.’s office as

Procurement of Goods at Universal Basic Education Commission (UBEC)

Universal Basic Education Commission
UBEC Building, 7 Gwani Street, off IBB Way, Wuse Zone 4, Abuja
Tel: 09-5232351, 5237899, 5232895

Request for Expression of Interest as External Auditors

Advert No: UBEC/PU/ EXT AUD/FA/2/10
Date: 25th August, 2010

Introduction:
The Universal Basic Education Commission (UBEC) is in receipt of Intervention Funds from the Consolidated Revenue Fund (CRF) of the Federal Government for the years 2008 & 2009. Some of these Funds were disbursed to State Universal Basic Education Boards to carry out Basic Education activities at the States, Local Government Council, Community and School levels.

The Commission therefore intends to carry-out a comprehensive audit of the funds released to the States and the Commission for the years 2008 & 2008) and requires the services of reputable qualified Audit firms to carry out the assignment.

Interested Accounting/Audit Firms are hereby requested to indicate their interest in providing these services.

Successful firms will be hired to audit the accounts in only one of the six Geo-Political regions or the Universal Basic Education Commission’s Accounts. Therefore, firms should clearly indicate their areas of interest.
A National Consultant will, however, be engaged to consolidate the Geo-Political zones reports in one National report.

  • Scope of Work
    The scope of work includes:
    i. Carrying-out comprehensive Audit of the Books of Accounts and all relevant documents at their disposal in the following Zones:
    North East Zones (Adamawa, Bauchi, Borno, Gombe, Taraba and Yobe States)
    North West Zones (Jigawa, Kaduna, Kano, Katsina, Kebbi, Sokoto and Zamfara States)
    North Central Zones (Benue, Kogi, Kwara, Nasarawa, Niger, Plateau States and FCT Abuja)
    South West Zones (Ekiti, Lagos, Ogun, Ondo, Osun and Oyo States)
    South East Zones (Abia, Anambra, Ebonyi, Enugu and Imo States)
    South South Zones (Akwa-Ibom, Bayelsa, Cross-River, Delta, Edo and Rivers States)

ii. Consolidation of the Geo-political Zones Reports into one National report and
iii. Preparation of an Audit Report of UBEC Headquarters and all its States and Zonal Offices.

Expression of Interest Requirements
1. Evidence of Registration with the Office of the Auditor-General for the Federation.
2. Evidence of Certificate of Registration with Corporate Affairs Commission.
3. Evidence of Tax Clearance Certificates for 2007, 2008 & 2009.
4. Evidence of financial capability from a reputable Bank.
5. Evidence of previous similar contracts executed in 2007, 2008 & 2009(Attach award letters and job completion certificates (This is important)
6. Evidence of support from reputable bank
7. Evidence of qualified personnel (attach Curriculum Vitae of key staff)
8. Evidence of payment of a non refundable fee of N10, 000 in Bank Draft addressed to “Universal Basic Education Commission”

Qualification DocumentsSubmission of Pre
All interested firms are requested submit their Expression of Interest documents in two separated envelopes and properly sealed marked a either “Original” OR “Duplicate” Expression of Interest as External Auditors, and to be addressed to:

The Executive Secretary
Universal Basic Education Commission,
UBEC Building,
7, Gwani Street, off IBB Way
Wuse Zone 4, Abuja,
Attention: Head of Procurement.

Closing Date for Submission of Documents:
All submissions must be made on or before 11:00am on 7th October, 2010. The bids will be opened at 12:00noon the same day in the presence of representatives of the External Auditors.

Further clarifications can be obtained from the procurement unit between the hours of 10:00am and 2:00pm (Monday to Friday).

Ag. Head, Procurement Unit
For: Executive Secretary

Procurement of Science Equipment, Chemicals, Project Vehicle, Science Textbooks and Instructional Materials at Federal Government Girls’ College, Abuloma

Invitation for Bids (IFB)

Federal Government of Nigeria

Federal Ministry of Education

Federal Government Girls’ College, Abuloma Science and Technology Education Post Basic (Step-B) Project

Procurement of Science Equipment, Chemicals, Project Vehicle, Science Textbooks and Instructional Materials.

Credit No: 4304 UNI

Issuance Date: 26th August, 2010

    • This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no. 591 of 2nd July, 2007.
        • The Federal Government of Nigeria has received a credit from the International Development Association (IDA) towards the cost of Science and Technology Education Post-Basic Project (STEP-B Project), and it intends to apply part of the proceeds of this loan to payments under the contract for the procurement of Science Equipment, Chemicals, project vehicle, science textbooks and instructional materials.
            • The Science and Technology Education Post-Basic Project, (STEP-B) Project, Federal Government Girls’ College Abuloma, now invites sealed bids from eligible and qualified bidders for the Procurement of the following:
              Lot Description Bid Security QTY Bid Validity Delivery Period Delivery Location
              1 Procurement of Science Equipment At least 2.5% of bid Price Various 90 Days Within 60 Days FGGC Abuloma
              2 Chemicals At least 2.5% of bid Price Various 90 Days Within 60 Days FGGC Abuloma
              3 Procurement of Project Vehicle At least 2.5% of bid Price 1 90 Days Within 60 Days FGGC Abuloma
              4 Procurement of Physics/Chemistry Textbooks. Instructional materials At least 2.5% of bid Price Various 90 Days Within 60 Days FGGC Abuloma

              Bidders may bid for any one or more lots and discounts offered for the award of combined lots will be considered in bid evaluation.

                • 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.
                    • Interested eligible bidders may obtain further information from the Science and Technology Education Port-Basic (STEP-B) Project office, Federal Government Girls’ College Abuloma, and inspect the bidding documents at the address given below, between the hours of 8:00 am to 4:00 pm local time, Mondays to Fridays, except on public holidays.

                        Qualification requirements include:

                          • Supply (sale) of similar equipment/goods proposed for the last 5 years.
                          • Audited financial statements for the last three years.
                          • Evidence of registration with appropriate/relevant Government Agency.
                          • List of verifiable documentary evidences of similar jobs successfully executed within the last three (3) years.
                          • Sworn affidavit that none of the Directors of the Company had ever been convicted by any court of law.

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

                            • 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 Cash or certified Bank Draft in Favour of FGGC ABULOMA STEP-B, Federal Government Girls’ College, Abuloma.
                                • Bids must be delivered to the address below on or before 12:00 noon local time on 26th September, 2010. Late Bids will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below on 26th September, 2010 at 12:00 noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price from a reputable commercial bank.
                                    • The address referred to above is:

                                      The Project Manager,

                                      Science and Technology Education Post-Basic Project,

                                      Federal Government Girls’ College, Abuloma

                                      P.M.B 5264, Port Harcourt, Rivers State

                                      Tel. No: 08035525087, 08057311945

                                      E-mail: stepbriverfggc@yahoo.com