Supply and Installation of Laboratory Equipment at Federal Government of Nigeria

Invitation for Bids (IFB)

Federal Government of Nigeria

Sustainable Management of Mineral Resources Project (SMMRP)

Credit No. 4012-UNI

Supply and Installation of Laboratory Equipment for the National Institute of Mining and Geosciences (NIMG), Jos,

IFB No. (MMSD/SMMRP/NCB/10/01)

This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue no, ID-843108 of 9TH December, 2004.

The Government of the Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Sustainable Management of Mineral Resources Project, and it intends to apply part of the proceeds of this credit to payments under the Contract for the Supply and Installation of Laboratory Equipment for the National Institute of Mining and Geosciences, Jos.

%0

Execution of Project at Federal Ministry of Justice

Federal Ministry of Justice

Plot 71B Shehu Shagari Way, Abuja

Invitation for Expression of Interest for Consultancy Services

Introduction

The Federal Ministry of Justice intends to execute a customized Library infrastructure project under the 2010 Capital Budget of the Ministry. To this end, competent and reputable Consultancy Firms with cognate experience in conventional and virtual library are invited to apply to apply to tender for the execution of the above services to the Ministry.

Tender Requirements

All interested and competent companies are required to forward the following documents for consideration:

  1. Certificate of incorporation by CAC,
  2. Company profile and Organizational Structure; including names and curriculum Vitae of Key Technical Staff as well as their addresses and individual attestation of availability (for specialized, expertise/specialization and consultancy projects).
  3. Current Tax Clearance Certificate for the last three years.
  4. VAT Registration Certificate/Evidence of Remittances.
  5. 3-years Audited Accounts for the last three years.
  6. Evidence of financial strength and credit worthiness.
  7. Previous experience and verifiable list of similar projects previously undertaken, including evidence of the projects such as letters of completion certificates etc.
  8. Name, e-mail address and telephone numbers of contact person for the project.

Specific Conditions

In addition to the general requirements above, all unvested and consultancy firm must have:

  1. Good knowledge and experience of Law Books & Reference Material.
  2. Good knowledge and experience of software project management, implementation and software development.
  3. Good knowledge and experience of the implementation of library security systems.
  4. Good knowledge and experience of the setup of library furniture & facilities.
  5. Good knowledge and experience of the vet up of equipment & infrastructure.
  6. Good knowledge and experience of project management.

Collection of Tender Documents

Details of scope of works and specifications for the consultancy are to be collected in the office of the Secretary of Ministerial Tenders Board upon payment of non-refundable Tender fees of N20, 000.00 (Twenty Thousand Naira) only.

Submission of Tender Documents

All submissions should be neatly packaged, placed in sealed envelope with the name of the project clearly marked on the top left side of the envelope. The financial tender must be submitted in a separate envelope marked “Financial tender” with clear indication of project and company name, addressed to:

The Secretary

Ministerial Tenders Board,

3rd Floor R0om3c30/32

Federal Ministry of justice

Plot 71b, Shehu Shagari Road

Central District, Abuja

Closing of Submission

All submission of tender documents closes on Monday, September 13th 2010 at 12:00 noon and tenders shall be opened at 1:00pm same day and venue. Bidders or their representative are strongly advised to be present.

Solicitor-General of the Federation and Permanent Secretary,

Federal Ministry of Justice, August, 2010.

Provision of Enterprise Resource Planning Application at Securities and Exchange Commission (SEC)

Securities and Exchange Commission (SEC)

Invitation for Bids

Introduction

As part of efforts to improve her business operations and enhance productivity using information Technology, the Securities and Exchange Commission (SEC) of Nigeria intends to acquire and deploy an Enterprise Resource Planning (ERP) Application.

Towards achieving this, the Commission invites Bids, in two parts (Technical & Financial), from qualified IT vendors for the Provision of the ERP services.

The required ERP must be a well tested and stable solution that is widely used by similar regulatory organizations to the Commission m& must have robust customer support facilities.

Scope of Work

Details of the scope of work to be carried out are contained in the Invitation for Bids (IFB) documents and include:-

  • The provision and deployment of an Enterprise Resource Planning (ERP) Application which is expected to perform the following broad functions, among others:
  1. General Ledger and other financial analysis and reporting.
  2. Fixed Assets.
  3. Cash management.
  4. Support for robust reporting/audit trail as may be required by all cadres of management (from line to top management).
  5. Support for role based assignment for users of the ERP with workflow.
  6. Support for employee self service (leave, loan applications etc.)
  7. Employee detailed record management.
  8. Employee performance management process (appraisal)
  9. Employee recruitment process management.
  10. Employee reward, benefits, leaves (short and long), retirement and disciplinary process management.
  11. Employ skill gap, capacity building and career management.
  12. Enterprise payroll & pensions management.

m.  Enterprise budgeting process.

  1. Procurement management.
  2. Inventory management.
  • Integration of the ERP with other relevant Applications such as Active Directory, Mail Service, Contact Center, Customer Relationship Management (CRM), Database Management (DBM), Storage Area Network (SAN), etc.
  • Optimization, performance tuning and support for the Application including mentoring of the in house IT personnel and training of the end users.

General Requirements

Interested and competent IT Vendors/Consultants wishing to carry out the above jobs shaft submit, amongst others, the following documents:-

  1. Evidence of registration with Corporate Affairs Commission.
  2. Evidence of payment of tax for the last three (3) years as and when due,
  3. Comprehensive company profile including registered address, functional contact email address, GSM phone number(s), and detailed resume of relevant staff.
  4. Previous, verifiable evidence of experience on similar projects successfully executed.
  5. Reference letter from bank stating financial ability to carry out projects(s).
  6. Three (3) years Company’s audited statement of accounts.
  7. Internationally recognized certification in the solution they intend to provide.
  8. Certificate of registration by the Computer Professionals Registration Council of Nigeria (CPN).
  9. Evidence of compliance with the requirements of the Pension Reform Act, 2004.

Collection of Bid Document

Interested and competent IT Firms should collect the Invitation for Bid (IFB) documents from the Secretary of the Tenders Board, Administrate Department Sec Tower, Plot 272, Samuel Adesujo Ademulegun Street, Central Business District Abuja upon the payment of a non-refundable fee of N250, 000.00 (Two hundred and Fifty Thousand Naira Only). Payment should be in Bank Draft and made payable to Securities and Exchange Commission of Nigeria.

Submission of Bids

The submission of bids will be in two separate envelopes as follows:

  • The General Requirements and the Technical Bid should be submitted in a sealed wax envelope clearly marked “Technical Bid for the Provision of Enterprise Resource Planning Application” at the top left hand corner.
  • The Financial Bid should be submitted in another scaled wax envelope to be clearly marked “Financial Bid for the Provision of Enterprise Resource Planning Application” at the top left hand corner and to be addressed to:

The Secretary,

Tenders Board.

Securities and Exchange Commission,

Ground Floor, SEC Tower,

Plot 272, Samuel Adesujo Ademulegun Street, Central Business District Abuja.

Closing Date

All submissions must be received at the above address on or before 4th October, 2010. Please note that no bids shall be accepted after 4:00pm on Monday 4th October, 2010.

<s

Provision of Civil Works/Construction Activities at Mobil Producing Nigeria Unlimited

Mobil Producing Nigeria Unlimited

An ExxonMobll Subsidiary

Operator of the NNPC/MPN Joint Venture

Tender Opportunity:

Provision of Civil works/Construction activities

for QIT Power Distribution Upgrade Project

1.   Introduction

Mobil Producing Nigeria Unlimited (MPN), operator of NNPC/MPN Joint Ventures plans to engage subcontractors through its MIPS EPCM 2 Contract for QIT Power Distribution Upgrade Project on its Qua Iboe Terminal locations within the NNPC/MPN Joint Venture (JV) acreage for an anticipated contract term of two (2) years with a one (1) year optional (renewal period, Contract is expected to commence in the 1st quarter of 2011.

2.       Scope of Work

The scope of work includes, but is not limited to the provision of Civil works, construction services, associated tools and highly qualified specialist personnel. The work will consist of material supply, fabrication, construction of foundations, support structures and all associated civil works for the ten (10) Prefabricated Power Module and Load Center buildings. Foundations for transformers, chain link perimeter fence around transformer yard, double leaf swing gate/pedestal access, cable tray support foundations and cable tray supports, underground cable routing e.g. cable road crossings, culverts and all associated civil works related to the power module and Load Centre Buildings and Cable routing.

The transformer yards are ten (10) in number, with twenty eight (28) transformer foundations, required to be elevated above the environmental flooding level (at an average height of 800mm above grade). All works shall be executed in accordance with MPN GPs, Project Specifications, SHES, QMS. QTT Operations requirements and International Codes and Standards

3.       Mandatory Requirements

a.      To be eligible for this tender exercise, interested contractors are required to be prequalified in the (Civil Works/Building Contracting Services, code 30506 as listed in NJQS) category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (TIT)

B.      To determine if you are pre-qualified and view the product/service category you are listed for Open www.nipexng.com and access NJQS with your long-in details, click on continue Joint Qualification Scheme tools, click check my supplier status and then click supplier product group.

C.      If you are not listed in a product/service category you are registered with DPR to do business, contact Nipex office at 30 Oyinkan Abayomi Street, Lagos with your DPR certificate as evidence for necessary update.

D.      To Initiate the JQS prequalification process, access www.nipexng.com to download application form make necessary payments and contact Nipex office for further action.

E.      To be eligible, all tenders must comply with the Nigerian Content requirements in the Nipex system.

4.       Close Date

Only tenderers who are registered with NJQS Civil works/Building Contracting Services Category. To be submitted on or before Monday, 13th September 2010 by 20:00pm being

5.       Additional Information

A       Interested suppliers must be prequalified for this product/service  category in NJQS

B       Full tendering procedure will be provided only to contractors tha have been successful prequalified in NJQS.

C       This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN or its contractor award a contract to any supplier and/or associated companies sub­contractors or agents.

D       This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/or its partners by virtue of such companies having been prequalified in JQS.

E       NNPC/MPN reserves the right to reject any and or all prequalified

suppliers at its sole discretion and at no costs whatsoever.

F       All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers.

G       Suppliers that are prequalified for this product/service category in

NJQS must ensure that the name and contact details (physical

address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database.

H       MPN shall communicate only with the authorized/responsible

personnel of prequalified companies and not through unauthorized

individuals or agents.

6.       Nigerian Content

Nigerian Content (NC) in the upstream sector of the Nigerian oil and gas

industry is defined as:

“the quantum of composite value added to or created in the Nigerian

economy by a systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services in the Nigerian oil and gas industry.”

The Federal Government of Nigeria (FGN) in line with its vision for Nigerian Content (NC) development has enacted the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act).

Mobil Producing Nigeria Unlimited require their Contractors to comply with the Act, and it’s attached Schedule A and any applicable regulation developed by the Nigerian Content Development Monitoring Board.

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution (Section 2)

The NOGICD Act requires Bidders to submit an NC Plan to the Board at the technical ITT stage, demonstrating compliance with the NC requirements in the Act (Section 7) and it’s attached schedule A.

Bidders are also expected to provide the following details

  1. NC Plan that addresses utilization of Nigerian Labor, Services, Materials and Equipment for this service.
  2. Provide  a detailed description of your  company’s committed infrastructure in Nigeria (offices etc).
  3. Provide details of your company’s Ownership Structure. Attach copies of CAC forms (CO2 & Co7).
  4. Describe any training program you have in place for your Nigerian personnel including list of relevant training attended by indigenous staff in the least years.
  5. Please indicate the percentage of key Management positions (line managers) that are held by Nigerians. Also provide Percentage of total Company workforce and staff (direct and in-direct employees) that are Nigerians

Bidders failure to comply with the NOGICD Act to Nigerian commitment to Nigerian Content development will result in Bidder’s disqualification.

Please visit the NipeX Portal at www.nipexng.com for this Advert and other Information

Mobil House, Lekki Expressway, Victoria, P.M.B. 12034 Lagos

Construction and Procurement of Goods at College of Education Akwanga

College of Education

P.M.B. 05,

Akwanga Nasarawa State

Invitation To Tender

  1. College of Education Akwanga is inviting Competent and interested Companies to submit Tender Documents for the following construction and procurement work under its ETF YEAR 2010 BOT special intervention Projects.

A. LOT 1: Construction of office Block, including Furniture.

B. Lot II: Construction of 150-Seater Capacity Lecture Hall including Furniture.

C.      Lot III: External works

2. Pre-Qualification Requirement

Interested Companies must forward copies of the following documents and the originals to be made available for sighting during opening of Tender

  • Evidence of Registration with Corporate Affairs Commission (CAC).
  • Technical Brochure with illustrative photographs of previous   execution of similar projects.
  • Tax clearance certificate in respect of VAT for the last three (3) years.
  • Company’s Financial Report for the last three (3) years
  • Evidence of contract Registration with College

3. Submission Oftender Bids

Completed Tender documents are to be submitted to the office of the Registrar, College of Education Akwanga, and to be addressed to “The Secretary Tender Board, College of Education P.M.B 05, Akwanga, Nasarawa State.” Such documents are to reach the office of the Registrar on or before 3rd September, 2010. Applicants are to note that late submission will not be entertained. Only shortlisted applicants shall be invited for Pre-qualification Bidding.

Signed

Thomas Inarigu (KSM)

Registrar

S/No Description QTY Delivery Period Bid Security
1 Core Splitter (Manual) 1 90 Days At least 2.5% of the Bid Price
2 Core Splitter (Hydraulic) 1 =do= =do=
3 Triaxial Rock Testing Machine with Accessories 2 =do= =do=
4 Point Load Testing Machine and Accessories 2 =do= =do=
5 Geonor Vibrating-Wire Test Equipment 1 =do= =do=
6 Masonry Saw with Complete Accessories 5 =do= =do=
7 Core Drilling and Cutting machine 2 =do= =do=
8 Consolidation Test Apparatus Complete with Accessories 2 =do= =do=
9 Constant and Falling Head Permeability Cell 2 =do= =do=
10 Consistometer Test Apparatus 1 =do= =do=
11 Consistency Limits Test Apparatus 1 =do= =do=