Procurement of Goods at a Regulatory Agency

Request for Expression of Interest

Consultant to Undertake Recruitment Exercise

In compliance with the Public Procurement Act 2007 and as part of its continued efforts to carry out its functions and pursuant to its mandate of manpower development, a regulatory agency is desirous of engaging the services of competent recruitment company/firm to undertake the recruitment of qualified candidates for various positions in the Commission.

Terms of Reference

Objectives

(a)     To conduct a detailed recruitment exercise/aptitude test with the core objective of determining the level of success of the candidates.

(b)     Prepare selection data of the successful candidates based on the adequacy and effectiveness of individual qualifications.

(c)     Facilitate recruitment process based on qualification, cognate experience, professional competence and competitiveness

Scope

The exercise will be conducted under the general framework of the Public Service guidelines relating to the practice of recruitment within the Ministerial Departments/Agencies.

This recruitment exercise will be carried out using the existing documents and circulars as well as frequently asked questions to be provided by the consultant.

Requirement and Selection Criteria

To be considered, a consultant must have the following experience and competence:

  • Demonstration of high standard of professionals, ethics, and integrity
  • Submission of  verifiable evidence of previous recruitment exercise carried out
  • Evidence of verifiable professional certification and accreditation
  • Submission of a copy of Tax Clearance verifiable from FIRS.

Eligibility/Requirement

Technical and Financial proposals are therefore required from qualified and experience recruitment consulting firms. Interested consulting firms must be registered in Nigeria and must show the following:

  1. Evidence of registration of the firm with the CAC
  2. Copy of current Tax/VAT Certificates for 2007, 2008, and 2009 respectively
  3. Curriculum vitae of technical and financial staff to be involved in the design indicating their experience in the execution of similar assignment
  4. List of the computer hardware equipment available for the execution of the job
  5. List of other equipment or any other information that will assist the firm in the consultancy services
  6. Experience of firm: list of previous projects executed by the firm to include location, clients and dates if projects have been implemented or not.
  7. Technical proposals should include the approach, methodology, workplan, organization and staffing schedules for performing the assignment

Responsibility of the Client

It is expected that the agency will provide assistance and support to the Consultant, including supply of all relevant information/documentations that will facilitate the task as may be required to ensure speedy and successful completion of the task. The Consultant will be responsible for data analysis and proper documentation.

Reporting

The Consultant will ensure regular consultations with the HOD, Human Resource Department during the period of its engagement and shall update him with the progress being made.

Submission

Three copies of Expression of Interest must be packaged in seated envelopes dearly marked “Expression Of Interest as a Consultant To Undertake Recruitment Exercise”

Please note that:

  1. Only shortlisted consultants will be invited for further discussion
  2. Late submission shall be rejected
  3. This  advertisement shall not be construed as a commitment to appoint any consultant, nor shall it entitle any consultant submitting documents to claim any indemnity from the organization
  4. The agency reserves the right to take final decision on any of the documents received in your proposal
  5. The proposal should be submitted on or before 17th August 2010

For further enquiry, please contact the

HOD, Human Resource Department.

Plot 272, Samuel Adesujo Ademulegun Street,

CBD, Abuja.

Signed:

Management

Procurement of Science and Technical Equipment, Chemical, Reagents, Text Books, and 16 Seater School Bus at Federal Science and Technical College, Zuru

Invitation for Bids (Ifb)

Federal Government of Nigeria

Federal Ministry of Education

Federal Science and Technical College, Zuru

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

Procurement of Science and Technical Equipment, Chemical and Reagents, Text Books, And 16 Seater School Bus

CREDIT NO, 4304 UNI

Bid Issuance date 9th July, 2010.

  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
  1. The government of the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) toward the cost of Science and Technology Education Post Basic: Project, and It intends to apply part of the proceeds of this credit to payments under the contract for the supply of Science and technical equipment, chemical and reagents, text books and a school bus

  1. The Step-B Project, Federal Science And Technical College, Zuru, Contract No. STEP-B/ FSTC /ZUR/NCB/G/01/2010. Now invites sealed bids from Eligible bidders for the procurement of the following.
Lot Description Qty Bid Security Validity Period Delivery Period Delivery Location
1 Procurement Science and technical equipment Various At least 2.5% of Bid Price 90days 60days FSTC ZURU
2 Laboratory chemicals/

reagents

Various At least 2.5% of Bid Price 90days 60days FSTC ZURU
3 Text books Various At least 2.5% of Bid Price 90days 60days FSTC ZURU
4 16 Sealer school bus 1 At least 2.5% of Bid Price 90days 60days FSTC ZURU
  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.
  1. Interested eligible bidders may obtain further information from the Step-B Federal Science and Technical College Zuru, Kebbi State and inspect the bidding documents at the address given below, between the hours of 8.00am to 4.00pm Mondays to Fridays, excluding public holidays.
  1. Qualification requirements include;
  • Evidence of Previous supply (sate) of similar items proposed for the last 5 years.
  • Audited financial statement for the last 3 years to demonstrate the financial capacity of the bidder in term of profitability and adequate working capital
  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 ten thousand naira (N10, 000.00) only in bank draft in favour of Step-B Federal Science and Technical College Zuru. The bidding documents will be collected by the representative of the bidder or by courier service on request.
  1. Bids must be delivered to the address below on or before 10th August 2010 Electronic bidding will not be permitted. Late bids will not be accepted. Bids will be opened in the presence of the bidder’s representatives, who choose to attend in person at the address below on 10th August 2010 all bids must be accompanied by a bid security of 2.5% of the bid price in a freely convertible in a freely convertible currency or bank draft from a reputable Nigeria Commercial bank.
  1. the address referred to above is:

The Project Manager,

Science and Technology Education Post Baste Project (STEP-B)

Federal Science and Technical College,

Zuru. Kebbi State.

Nigeria.

Pm-08032903187, 08025725161

Po-08026693712, 08055976813

Fo-080862308304, 07067728243

E-mill: stepbfstckebbizuru@yahoo.com

Procurement of civil Works at National Commission for Nomadic Education

National Commission for Nomadic Education

No. 9 Kashim Ibrahim Road, PMB 2343, Kaduna

Invitation for Pre-Qualification and Tender

  1. Introduction

The National Commission for Nomadic Education. Kaduna wishes to invite competent, experienced and reputable contractor/consultants for pre-qualification

and tender for the jobs specified in its 2010 Capital Projects as follows:

  1. Procurement of civil Works

Lot 1:

  1. Construction of a Hand pump borehole at Polewaya Model Nomadic Primary School. Birnin Gwari. Kaduna State.
  2. Construction of a Hand

Renovation, Construction of Projects at National Gallery of Art

National Gallery of Art

(A Parastatal under Federal Ministry of Tourism, Culture and National Orientation) No. 1 R.A Adeleye Close Utako Abuja

Invitation of Tender for the 2010 Capital Budget

S/No Projects Lot Number Processing Fee Per Lot (N)
1. Renovation and expansion of Aina Onabolu Studio, NGA, Lagos I 20, 000
2. Construction of Office Building and Exhibition Halls, Uyo (Phase II) II 20, 000
3. Construction of Office Building and Exhibition Halls, Lafia (Phase II) III 20, 000
4. Renovation of Bauchi Office Furnishing IV 20, 000
5. Furnishing of Aina Onabolu Office, Worship/Studio Lagos V 15, 000
6. Purchase of computer and computer accessories VI 15, 000
7. Purchase of Furniture VII 15, 000
8. Purchase of Exhibition material/Equipment VIII 15, 000
9. Establishment of Zonal Offices in Enugu and Kaduna IX 20, 000
10. Purchase of Utility Vehicles at Enugu X 15, 000
11. Purchase of Utility Vehicles at Kaduna XI 15, 000

  1. A. Pre-qualification Requirements:

Interested bibbers are to submit the following documents:

  1. Evidence of Company Registration with Corporate Affairs Commission.
  2. Tax Clearance Certificate for 3 years and VAT Registration Certificate.
  3. Evidence of experience with similar job.
  4. Details of Company profile.
  5. Verifiable evidence of financial capability from company’s bankers to execute works/supply goods.
  6. Evidence of registration with COREN.
  7. Name/functional email address and phone number(s) of contact person.
  1. B. Collection of Tender Documents:

Interested companies should collect tender documents from the office of the Secretary to the procurement Planning Committee (PPC) at the National Gallery of Art, No. 1 R.A Adeleye Close, Utako Abuja, upon the presentation of evidence of payment of processing fee indication against each lot.

  1. C. Submission of Documents:

The pre-qualification and tender document should each be sealed and labeled (Technical and Financial Bids as appropriate) separately, and the two envelopes be put in another envelope that should also be sealed and labeled at the top left hand corner as “(Indicate the Lot No. and Name of Project)”.

Duly endorsed documents should be addressed to the Secretary, procurement Planning Committee and dropped in the tamper-proof Bid Box at the Office of the Secretary to the procurement Planning Committee not later than 12:00 noon on the 26th day of July, 2010.

Important: This advertisement shall neither be construed to be commitment on the part of the National Gallery of Art not shall it entitle any bidder to make claim(s) of indemnity whatsoever from same by virtue of having responded to this advertisement.

Late submission shall be rejected.

Signed:

Secretary

Procurement Planning Committee

Construction of Projects at Federal Ministry of Environment

Federal Ministry of Environment

Headquarters, Mabushi, Abuja

Invitation for Tender

Introduction:

The Federal Ministry of Environment is implementing some projects in the dry lands of the country to combat desertification and ameliorate the impacts of drought under the 2010 Capital Budget

The Federal Ministry of Environment is therefore inviting interested Contractors to submit bids/tenders for any of the following jobs.

  1. LOT “1” Projects: Establishment of woodlot in Frontline States.

LOT 1A:     Borno State

LOT 1B:     Jigawa State

LOT 1C:     Katsina State

Scope of Work:

  • Provision of Solar Powered Boreholes:
  • Provision of Seedlings and Planting
  • Fencing of Woodlot Area:

2.  LOT “2” Projects: Establishment of Jatropha Plantation in Borno  States.

Scope of Work for Lot “2” Projects:

  • Provision of Solar Powered Boreholes:
  • Provision of Jatropha Seedlings and Planting
  • Perimeter Fencing
  • Provision of cow dung.

3.  LOT “3” Projects: Rangeland Development in the Frontline States.

LOT 3A:     Admawa State

LOT 3B:     Bauchi State

LOT 3C:     Borno State

LOT 3D:     Gombe State

LOT 3E:     Jigawa State

LOT 3F:      Kano State

LOT 3G:     Katsina State

LOT 3H      Kebbi State

LOT 3I:       Sokoto State

LOT 3J:      Yobe State

LOT 3K:     Zamfara State

Scope of Work for Lot “2” Projects:

  • Provision of Solar Powered Boreholes:
  • Construction of Animal Water drinking pond:
  • Provision of Irrigation Equipment
  • Establishment of Pasture:
  • Construction of Vetnary Clinic:
  • Provision of Vetnary Drugs and Equipment
  • Construction of Rugas for the Settlement of Herdsman

4.       LOT “4” Projects: Oases Rehabilitation

LOT 4A:     Borno State

LOT 4B:     Yobe State

Scope of Work for Lot “4” Projects:

  • Provision of Boreholes:
  • Provision of assorted fruit tree seedlings:
  • Provision of drought resistant tree seedlings:
  • Provision of drought resistant tree seedlings:
  • Provision of water pumping machines and accessories:
  • Construction of cattle water drinking pond.

5.       LOT “5” Projects: Establishment of Permanent Sample Pilot site to combat drought and desertification in Borno State (Gum Arabic Plantation).

Scope of Works for Lot “5” Projects:

  • Provision of tube well:
  • Provision of  seedling and planting:
  • Perimeter fencing:
  • Provision of cow dung.

6.       LOT “6” Projects: Sand dune stabilization:

LOT 6A: Borno State

LOT 6B: Yobe State

Scope of Work for Lot “6” Projects:

  • Mechanical and Biological stabilization of 8 ha sand dune:
  • Provision of solar powered borehole:

Tender Requirements:

To qualify for consideration, applicants are required to submit the documents stated herein after, failure to submit any of the under listed documents may lead to the disqualification of the applicant.

  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 job 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 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. A Letter authorizing the Federal Ministry of Environment to verify claims with relevant agencies or bodies
  10. Evidence of VAT Registration and Remittance
  11. Any other information that would be of advantage to the company

Additional Information

  1. 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.
  2. 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.

Non-Refundable Tender Fee, Complete set of bidding documents are to be collected from the Secretarial of MTB, Federal Ministry of Environment Room B301, Mabushi on the payment of a non-refundable fee of Five Thousand Naira (N50,000.00) for each of the Lots.

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 is to contain one original and two duplicate copies of the Tenders respectively, and both Envelopes Enclosed in a larger Envelope Marked CONFIDENTIAL on the Top left corner and written tender for (Specify LOT) as 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 12:00 noon on Monday 10th August, 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 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