Execution of Projects at ASO Radio Services

INVITATION TO PARTICIPATE IN THE PREQUALIFICATION/TENDERING EXERCISE FOR THE

VARIOUS PROCUREMENTS IN 2010 STATUTORY BUDGET FOR ASO RADIO SERVICES

Federal Capital Territory Administration (FCTA), through ASO Radio services has provisions in the 2010 Budget and intends to use part or whole of it for the under listed projects. Competent and interested companies are hereby invited to submit technical and financial bids accordingly

(A)    PROJECTS

The works comprise of the following.

  1. Provision of Water Supply System
  2. Supply of Office Equipment
  3. Supply of Office Furniture
  4. Supply of Utility Vehicles
  5. Construction of Cable Trunk for power cable to transmitter
  6. Supply and Installation of Standard Digital library Equipment, including partitioning
  7. Equipping & Furnishing of Listening Booth, including partitioning
  8. Provision of Street Lights from gate to transmitter hall
  9. Provision of Fire Service Equipment
  10. Provision of ICT Facilities & Local Area Network (LAN) for all units
  11. Provision of Cover for Staff Car Park
  12. Landscaping & Beautification of ASORTV
  13. Erection of Standard Billboard
  14. Construction of Four Restrooms for shift staff & GMR
  15. Supply and Installation of Wire Guyed Tower(Mast) and Antenna System
  16. Supply and Installation of FM Radio Transmitter
  17. Provision of Studio Transmitter Link(STL)
  18. Supply and Installation of Audio Processor
  19. Supply and Installation of Uninterrupted Power Supply(UPS)
  20. Supply and Installation of Automatic Voltage Regulator(AVR)
  21. Supply of Complete Radio Outside Broadcast Van(OBVAN)
  22. Supply and Installation of Digital Audio Workstation
  23. Supply of Spare Parts for Transmitter
  24. Erection of Electronic (Digital) Billboard
  25. Construction and Furnishing of Staff Canteen

PREQUALIFICATION REQUIREMENTS

Interested companies shall forward copies of the following documents and the   original to be made available for sighting during the Tender opening.

  1. i.            Evidence of Registration with Corporate Affairs Commission (CAC) and Articles of Memorandum of Association,
  2. ii.            Tax Clearance for the last three years.
  3. iii.            Interested Companies should have up to date returns with the CAC and be informed that due diligence could be conducted.
  4. iv.            List of verifiable documentary evidences of similar jobs successfully executed within the last three years.
  5. v.            Evidence of Audited Account from a chartered accounting firm for the last three years.
  6. vi.            Sworn affidavit in line with the provisions of part IV, section 16, sub section 6(c-f) of the Public Procurement Act, 2007.
  7. List of key personnel/officers to be attached to the project stating their roles, qualification and experience. Enclose photocopies of professional certificates where applicable.
  8. List of equipment and plants to be deployed for the project, where applicable, stating their location and whether the equipment is owned or on lease.
  9. ix.            Bank reference and statement of account for the past l2months.
  10. x.            Provide evidence of registration and remittance of contributory pension funds in line with section 16, sub-section 8 Clause (d) of the Public  Procurement Act, 2007

(C)    COLLECTION OF TENDER DOCUMENTS:

Interested companies should collect tender documents from the Office of the General Manager, ASO Radio Services, Katampe hill- Abuja, upon the presentation of evidence of payment of N10,000,00 non-refundable Tender fee into FCT Treasury Account at Fidelity Bank (Central Area) No. 051503010000426.

(D)    SUBMISSION

The Technical and financial documents should each be seated 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 as appropriate and indicate the Project The Tender documents (financial bid) should be submitted in three [3] copies [one original and two other copies] and all pages are to be duly endorsed by an authorized principal officer of the bidding company. The document is to be dropped in: The Tender Box at the office of the Secretary, FCT Tender Board, FCT Tender Board Secretariat, Room 043, Block B (Former Public Building Office Block), Area 11, Garki, Abuja on or before l2:00pm on 24th June, 2010.

The representatives of the bidding companies are invited to witness the opening of the tenders on the same day at 2;00pm in Room G9, Archives Building near AGIS, Area 11 Garki, Abuja

NOTE:

  1. i.            Successful companies shall provide PERFORMANCE BOND whose value should not be less than 10% of the contract sum before signing the contract.
  2. ii.            A bid bond, in conformity with Tender form G -6 (Bank Guarantee for Tender Security) of a value equal to 2% of the bid figure would be required where the bid is in excess of N50m
  3. iii.            Bidders are to ensure full comprehension of the bidding documents, non compliance or partial compliance of the various instructions could lead to disqualification,
  4. iv.            The Management is not bound to accept the lowest or any of the bids
  5. v.            Attendance of opening by Civil Society Organizations or the public shall be in line with the code of conduct issued by the Bureau of Public Procurement
  6. vi.            For items Nos. 15 – 23, Tenders are invited from Broadcast Equipment Manufactures or their Representatives.

Signed:

MANAGEMENT

Provision of Non Regular Staff at Mobil Producing Nigeria

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

Tender Opportunity:

Provision of Non Regular Staff

1.       INTRODUCTION:

Mobil Producing Nigeria Unlimited Operator of NNPC/MPN Joint Venture plans to engage the services of competent and qualified indigenous companies to provide Non-regular staffing to address cyclical workloads, and non-core activities at various Company locations in Nigeria for an anticipated contract term of two (2) years with a one (1) year optional renewal period.

2.       SCOPE OF WORK:

The scope of work includes, but is not limited to the provision of Non-regular staff in support of Company base business. Non-regular Staff personnel will be needed for a wide variety of skills.

Interested companies must be able to provide the following agency services include:

  • Identification and recruitment of qualified Nigerian candidates
  • Matching credentials of candidates to defined experience and expertise requirements and submitting screened candidates to Company for final selection
  • Administration of security background and medical checks
  • Administration of compensation packages
  • In-processing and orientation training administration
  • Basic training of personnel in areas of business ethics, sexual harassment, safety management
  • Salary, benefits and personnel administration for Non Regular Staff
  • Administration and liability of all payment concerns including tax. pension, payroll burdens, life insurance and workmen’s compensation
  • Administration of agency’s Alcohol and Drug use policy (in compliance with MPN Alcohol and Drug Policy)
  • Administration of non-regular staff relocations as required
  • Provision of routine medical and emergency medical treatment regardless of cause (including Medivac in serious cases)
  • Provision of appropriate safety PPE
  • Administration of NRS safety measures at assigned locations
  • Develop, maintain and implement a training plan to enhance business practice capabilities and improve performance during the term of the contract
  • Administer Labour relations strategy; meetings, bargaining and all required to ensure industrial harmony is maintained
  • Tracking of Key Performance Indicators (KPI’s) to monitor efficiencies/effectiveness.

3.       MANDATORY REQUIREMENTS

  1. To be eligible for this tender exercise, interested contractors are required to be prequalified in the Manpower Supply, Temporary Staff Hiring (Administrative) – Service Code 39910 and Manpower Supply, Temporary Staff Hiring (Technical) – Service Code 39918 category in NipeX Joint Qualification Scheme (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT).
  1. To determine if you are prequalified and view the product/service category you are listed for: Open www.nipexng.com and access NJQS with your log-in details, click on continue Joint Qualification Scheme tool, click check my suppler status and then click soppier product group.
  1. 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 Ikoyi, Lagos with your DPR certificate as evidence for necessary update.
  1. To initiate the JQS prequalification process, access www.nipexng.com to download an application form, make necessary payments and contact NipeX office for further action,
  1. To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

4.       CLOSE DATE

This tender opportunity is open for fifteen (15) working days and shall close to interested bidders  by 4:00pm, on or before Tuesday, 22nd June 2010.

5.       ADDITIONAL INFORMATION

  1. Interested suppliers must be prequalified for this product/service category in NJQS
  1. Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS
  1. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN award a contract to any supplier and/or associated companies, sub­contractors or agents
  1. 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 NJQS
  1. NNPC/MPN reserves the right to reject any and or all prequalified suppliers at its sole discretion and at no costs whatsoever
  1. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers
  1. 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
  1. MPN shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

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

Construction of Road at University of Ibadan

UNIVERSITY OF IBADAN,

IBADAN, NIGERIA.

CONSTRUCTION OF ROADS AT AJIBODE EXTENSION

UNIVERSITY OF IBADAN (PHASE TWO OF THE PHYSICAL MASTERPLAN)

INVITATION FOR PRE-QUALIFICATION AND COMMERCIAL BIDS

Bids are hereby invited from interested and reputable contractors with relevant experience and good track record in respect of the following projects:

a)     Construction of Road 5, Ajibode Extension, University of Ibadan

b)    Construction of Road 6, Ajibode Extension. University of Ibadan

2.       BIDDING CRITERIA

i.        Submission of:

a)     Company profile and organizational structure including names and resume of key personnel with addresses and phone numbers

b)    Verifiable list of previous/similar major works carried out in the recent past with their locations and clients. (Copies of Completion Certificates/Final Payment Certificate should be attached.)

c)     Evidence of incorporation and current Tax Clearance Certificate for the last three (3) years.

d)    Audited Accounts for the last three years.

e)     Pro vision of VAT Certificate

f)      List of Equipment to be used for the project and their location. (State whether the equipment are leased, hired or owned)

g)     Evidence of registration of employees with a Pension Scheme Administrator and

h)    Submission of a bona-fide commercial bid.

3.       COLLECTION OF BIDDING FORMS

The bidding documents are to be collected in the office of the Director of Works, upon payment of a non-refundable fee of N100,000.00 per bid to the Bursary Deportment, University of Ibadan, Ibadan.

4.       SUBMISSION OF DOCUMENTS

Duly completed bids should be neatly packaged for the review of the University. It should be hand-delivered on or before 6th July 2010 to:

The Bursar and Secretary

Procurement Planning Committee,

University of Ibadan

Ibadan.

Please note that:

  1. i.            The University of Ibadan is neither committed nor obliged to short-list any Contractor or to award the contract to any Contractor or Agent.
  1. ii.            The University reserves the right to reject any and/or all bidding packages.
  1. iii.            The University will only recognize and correspond with only authorized officers of the tendering companies and NOT through individuals or agents acting on their behalf.

Mr. I.O. Aponmade

Bursar and Secretary

Procurement Planning Committee

Consultancy Services at UNFPA

EXPRESSION OF INTEREST FOR

CONSULTANCY SERVICES

The United Nations Population Fund (UNFPA), a United Nations Agency is seeking the services of a consultancy firm for the conduct of a Willingness-To-Pay (WTP) Survey on Contraceptives.

UNFPA therefore invites interested consultancy firms with expertise in economic evaluations, particularly WTPs, to submit the underlisted documents for initial pre-qualification;

  1. Company profile with evidence of registration with the Corporate Affairs Commission and Audited Reports for at least the past 3 years.
  1. Details of previous research experience and published studies in economic evaluations, particularly on WTP studies
  1. Composition of the proposed study team for the study with inclusion of at least the CVs of the Lead consultant (s). Project manager and Financial/administrative officer.

Closing date: on or before 11th June 2010

All interested firms are to make electronic submission in MS Word Format to vacancyrhu.ng@unfpa.org . Kindly note that ONLY submissions sent by email will be accepted.

Please also note that UNFPA will respond only to those consultancy firms in whom it has further interests for the issuance of the Guidance notes for submission of detailed technical and financial proposals. UNFPA will give due consideration to gender principles and as such qualified firms with female experts within their study team are encouraged to apply.

Procurement of Items at Ogun Health Systems Development Project

OGUN STATE HEALTH SYSTEMS DEVELOPMENT

PROJECT II ADDITIONAL FINANCING

(WORLD BANK ASSISTED)

INVITATION FOR BIDS

ISSUE DATE: 1st June. 2010          Credit No: 4522 NG

IFB/OGHSDPII/NCB/012 Invitation for Bids (IFB) for Procurement of Furniture IFB/OGHSDPII/NCB/014 Invitation for Bids (IFB) for Procurement of Medical/Laboratory Equipment

  1. This invitation for bids follows the general procurement notice for this project that appeared in Development Business, issue No: 608 of 16th June 2003.
  1. The Federal Government of Nigeria has received an additional financing credit from the international Development Association towards the cost of Ogun Health Systems Development Project II additional financing, and it intends to apply part of the part of this credit to payments under the contract for Procurement of Furniture NCB 012 and Procurement of Medical Laboratory equipments NCB 014.
  1. The Ogun State Health Systems Development Project II now invites sealed bids from eligible bidders for Procurement of Furniture NCB 012 and Procurement of Medical Laboratory equipments NCB 014.
NCB NO NO DESCRIPTION BID SECURITY (N) DELIVERY SCHEDULE
NCB/012 LOT 1 Procurement of Hostel Furniture At least 3% of Bid Price 60 days from date award of contract
NCB/012 LOT 2 Procurement of Library, Laboratory & Auditorium Furniture At least 3% of Bid Price 60 days from date award of contract
NCB/012 LOT 3 Procurement of Primary Health Centres Furniture At least 3% of Bid Price 60 days from date award of contract
NCB NO NO DESCRIPTION BID SECURITY (N) DELIVERY SCHEDULE
NCB/014 LOT 1 Procurement of Laboratory Equipment At least 3% of Bid Prices 45 days from date award of contract
NCB/014 LOT 2 Procurement of Basic Medical Equipment Primary Health Centres At least 3% of Bid Prices 45 days from date award of contract

Bidders may bid for any one or two lots and discounts offered for the award of combined lots will be considered in bid evaluation. Evaluation of bids shall be on lot-by-lot basis. Award of contract shall also be on lot-by-lot basis

  1. Bidding will be conducted through the National Competitive Bidding procedures for goods specified In the world Bank’s Guild lines: Procurement under IBRD Loan:, and IDA Credits, and is open to all bidder, from eligible source countries as defined in the Guidelines.
  1. Interested eligible bidders may obtain further information from the office of the Project Manager, Health Systems Development Project II, Room No 37, Ministry of Health, Oke-Ilewo, Abeokuta. Telephone: 08033424804, Email: ogunhsdp2@yahoo.com and inspect the bidding Documents at the same address from 9:00am to 3:00pm Monday to Friday.
  1. 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 above and upon payment of a nonrefundable fee of Ten Thousand Naira (N10,000) for each of the NCB bidding document into the Ogun State HSDP II Account No: 1261115001215 at the Oke-Ilewo branch of Wema Bank Nig. Plc. in Abeokuta. Any bid submitted without the specific amount stipulated being paid would be rejected. The bidding document will be available from Tuesday June 1st 2010.
  1. Bids must be delivered to the Ogun State Ministry of Health, Block A. courtyard of Room A124 Conference Room, New Secretariat Complex, Oke-Mosan, Abeokuta on or before 12noon on 15th July, 2010. Late bids will be rejected.
  1. Bids will be opened in the presence of the bidders’ representatives who choose to attend on or before 12noon on Thursday 15th July 2010 at the Ogun State Ministry of Health, Block A, courtyard of Room A124 Conference Room, New Secretariat Complex Oke-Mosan, Abeokuta, Ogun State.

Project Manager

For Permanent Secretary