Procurement of items at Federal Government College Odi, Bayelsa

ADDENDUM

With reference to the earlier advertisement of 22nd April 2010, The addendum below corrects the previous one.

FEDERAL MINISTRY OF EDUCATION

SCIENCE AND TECHNOLOGY EDUCATION POST-BASIC PROJECT Federal Government College Odi

P.M.B 57 Yenagoa, Bayelsa State, Email stepbfgcodi@yahoo.co.uk

invitation for Bids (IFB)

Procurement of Science Equipment and Chemicals, Science Textbooks and Project Vehicles IFB No: Step – BIFGC/OD/GDSINCB/01/2010

  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
  2. The Federal Government of Nigeria has received a Credit from the International Development Association. (IDA) toward the cost of Science and Technology Education Post-basic Project (STEP-B) and it intends to apply part of proceeds of this credit to payments under the contract for the procurement of Science equipments, Chemicals, Text books and Project Vehicle.
  3. The Science and Technology Education Post-Basic Project, Federal Government College Odi, now invites sealed bids from eligible and qualified bidders for the Procurement of the following
Lot Description Qty Bid security Bid Validity Period Delivery Period Delivery Location
1 Science equipment Various At least 2.5% of bid price 90 days 60 days FGC ODI
2 Chemical Various At least 2.5% of bid price 90 days 60 days FGC ODI
3 Science text books Various At least 2.5% of bid price 90 days 60 days FGC ODI
4 Project vehicle 1 At least 2.5% of bid price 90 days 60 days FGC ODI

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

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 the Science and Technology Education Post-Basic Project, Federal Government College Odi, and inspect the bidding documents at the address given below, between the hours of  8.00 am to 4.oopm Mondays to Fridays,  except on public holidays.

6.       Qualifications requirements include:

  1. i.            Evidence of previous supply (sale) of similar equipment for the past 5 years.
  2. ii.            Audited financial statements for the last three years,
  3. iii.            Evidence of registration with appropriate/relevant Government Agency. A margin of preference for certain goods manufactured domestically shall not be applied Additional details are provided in the Bidding Documents.

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 N10, 000.00 Ten Thousand Naira only). The method of payment will be cash or certified Bank Draft in favour of STEP – B PROJECT FGC ODI. The Bidding Documents will be collected by the representative of the Bidding or by courier service on request.

8.  Bids must be delivered to the address below at or before 1:00 noon local time on 21st May, 2010 late bids will be rejected Bids will be opened in the presence of the bidders’ representatives, below on 21st May, 2010 at 12:00noon local time. All bids must be accompanied by a Bid Security of at least 2.5% of bid price in local currency or an equivalent amount in a freely convertible currency

9.  The address referred to above is:

The Project Manager,

Science and technology Education Post Basic,

Project Office

Federal Government College, Odi, Bayelsa State,

Nigeria.

Tel: 08069301544

Email: stepbfgcodi@yahoo.co.uk

Production and Distribution of phytomedicine for Sickle Cell disease at NIPRD

National Institute for Pharmaceutical Research and Development (NIPRD)

Invitation for Expression of Interest

The National Institute for Pharmaceutical Research and Development (NIPRD), Federal Ministry of Health (FMOH) invites Interested indigenous Pharmaceutical organizations with 51% Nigerian Ownership to bid for the license to produce and distribute NIPRISAN, a phytomedicine for the management of Sickle Cell disease.

Interested organization should please note the following requirements;

  1. Evidence of registration with Corporate Affairs Commission (CAC)
  2. Tax Clearance Certificate
  3. Company profile with sufficient details to enable reasonable assessment of the organization Minimum year in operation is 10 years
  4. Evidence of financial capability
  5. Evidence of pension fund remittance
  6. Quality control/Assurance capacity of the company is paramount

Bidders are to submit expression of interest on or before 31st May, 2010. Shortlisted candidates will be invited to submit full bid on or before 7th June, 2010.

Signed

DG/CEO, NIPRD, IDU, ABUJA

Consultancy services at Federal University of Petroleum Resources

FEDERAL UNIVERSITY OF PETROLEUM RESOURCES,

P.M.B. 1221, Effurun, Delta State

Invitation for Pre-Qualification of Consultants

The Federal University of Petroleum Resources, Effurun ( FUPRE), Delta State, Nigeria was established in March, 2007 under a Federal Government of Nigeria initiative to build a specialized University to produce unique high level manpower and relevant expertise for the Oil and Gas sector in Nigeria and worldwide,

FUPRE is the first of its kind in Africa and it is destined to be one of the best in terms of excellence and relevance. The first batch of students was admitted at the commencement of the 2007/2008 academic session.

FUPRE’s vision is to be the premier international institution-of Choice with state-of-the-art facilities to provide the petroleum and allied sectors, world-class education, training, research, consultancy and extension services,  FUPRE will  achieve her goals by ensuring that the best practices and traditions of Universities  globally, especially the  specialized ones, are used as benchmarks.

The Federal University of Petroleum Resources, Effurun in pursuance of her mission and vision intends to pre-qualify competent and reputable consultants for consultancy services for capital projects at its permanent site.

Scope of Work

The scope of work include preparation of detail/full drawings including all necessary tests, preparation of contract/tender documents and supervision. The consultants are also expected to provide other services that will facilitate the execution of the building projects.

Location of Projects

The projects are located at the University’s permanent site at ugbomro in Uvwie Local Government Area of Delta State

Requirements

Interested Architect, Civil Services Engineers, Quantity Surveyors or a Consortium of these consultants who wish to participate in the projects are required to submit their firms’ profile which must include but not limited to the following documents:

1.       Technical Proposal

  • Registration Certificate with Corporate Affairs Commission.
  • Evidence of qualification and registration with appropriate professional bodies.
  • Evidence of similar jobs done within the past three (3) years.
  • Company profile and address/ office location.
  • Audited accounts for the past three (3) years.
  • Evidence of VAT certificate / Tax clearance certificate.
  • Curriculum vitae of the principle officers of the company
  • Name and address of bankers and reference letter from such banks.
  • Any other information to prove the company’s corporate and technical experience and capabilities
  • Interested consultants to be pre-qualified are required to pay a non-refundable pre-qualification fee N10, 000. 00 at any branch of Oceanic Bank  International Plc. In favour of Federal University of Petroleum Resources, Effurun

2.       Financial Proposal

  1. Applicable cost of services on consultancy services to be rendered.
  2. Applicable cost against reimbursable expenses,
  3. Local Taxes, Duties, Levis and other charges under applicable laws.

For additional information, please refer to ‘Standard Request for Proposal for the Selection of Consulting Firms (Complex Lump-Sum) Of the Federal Republic of Nigeria Bureau of Public Procurement Document,

Method of Application:

The consultancy services will be executed with strict adherence to all contractual terms in the signed agreement by at parties.

All invited consultants will be required to submit a Technical Proposal and a Financial Proposal.

Submission of Pre-Qualification Documents

Technical Proposals and Financial Proposals are to be enclosed in two (2) separate sealed envelopes and clearly marked at the left hand corner “PRE-QUALIFICATION FOR CONSULTANCY SERVICES’ as the case may be.

All documents should be submitted on or before 31st May, 2010 , latest by 12 noon on the last day. Bids will be opened on the same day in the University’s Auditorium by 2.00pm in the presence of all bidders or their representatives who choose to attend.

All submissions are to be addressed to:

The Registrar

Federal University of Petroleum Resources

PMB 1221 Effurun.

CAVEAT

Response to this invitation shall not oblige the University to consider any responding firm for qualification. All costs incurred as a result of response to this invitation and any other subsequent requests for information shall be borne by the responding firm.

Dr. (Mrs.) L. O. Onwuka

Registrar

Rehabilitation of 80MW Hydro Electric Power Generating Unit at Kaiji Hydro Electrig Plc

Kaiji Hydro Electrig Plc

Public Notice

Expression of  Interest for the Provision of Consultancy Services for the Rehabilitation of 80MW Hydro Electric Power Generating Unit at Kainji Hydro Electric Plc

A       Introduction

Kainji Hydro Electric Plc requires the Rehabilitation of its 80MW Hydro Electric Power Generating unit and its Auxiliaries located at Kainji in Niger State of Nigeria. The objectives are improved Plant efficiency, reliability and optimum utilization. To achieve these objectives, Consultancy services is required throughout the period of the Rehabilitation.

DATA FOR SYNCHRONOUS GENERATOR

Make:    ASEA:     Type:   GS

Output: 85000KVA

Output Voltage: 16KV; PF; 0.94

OUTPUT (Current): 3070 Amps

Own Excitation: 350V & 1285A

MCR: 80, 000KVA;      Max. Temp. Rise: 75oC

Insulation: Class F (Mica pact)

DATA FOR THE TURBINE

Make: English Electric

Type: Moveable Blade, Kapian Turbine

Max. Net Head: 38m

Rated Net Head;  29. 56m

Synchronous Speed: 115,4rpm

B.      Requirements

The Submission should include the followings:

  1. i.            Evidence of Incorporation of the Company with Corporate Affairs Commission (CAC) or home Country Registration for international Bidders,
  2. ii.            Evidence of current Tax Clearance Certificate
  3. iii.            VAT Certificate and Evidence of Remittance to FIRS (Original document to be sighted during opening sessions)
  4. iv.            Evidence of Finns Corporate registration with Council for the Regulation of Engineering in Nigeria (COREN) (National/International Bidders).
  5. v.            Details of Staff strength including their CV and Profile of Key Staff
  6. vi.            Details of previous similar job undertaken including Scope
  7. Clear Indication of Head Office Address
  8. Evidence of up-to-date Annual Returns
  9. ix.            Sworn Affidavit that the firm is not bankrupt
  10. x.            Sworn Affidavit that None of the Directors Is an ex-convict or bankrupt
  11. xi.            Evidence of Financial Capability and Banking Support (Bank reference and Recent Statement of Accounts)
  12. Evidence of Employees open retirement Savings Accounts (RSA) with a Pension Fund Administrator of their Choice.
  13. Evidence of remittance of both employer and employee pension contributions to the appropriate Pension Fund Custodian not later than Seven (7) days from the date of payment of salaries.
  14. Evidence of transfer of all Pension Funds and Assets prior to the commencement of the Pension Reform Act to Licensed Pension Operators.
  15. In case of Joint   Venture between firms, evidence of M.O.U. signed by representatives of firms with a clear expression of status of the firms in the said agreement.

c.       Important Information

  • Interested experienced Engineering Consultancy firms and or Consultants are hereby advised to visit Kainji Hydro Electric Plc to inspect the plant prior to submission of Expression of interest (EOI).
  • Consultancy Firms that are shortlisted as Joint Ventures for the purpose of this project must remain as joint Venture all through the duration of the project. Withdrawal of any of the Joint Ventures before the end of the project will be deemed a violation of the terms of the Contract , and both shortlisted and its dependant contract award will case to be in force.
  • This notice is not a request for proposal.
  • Only Technically qualified Consultants/Consultancy Firms will be requested to submit their Proposal.
  • All consultants/Consultancy Firms should write their contract address, Cell Phone numbers and e-mail address at the back of their representative should be in attendance at the opening exercise
  • KHE Plc reserves the right to verity any claim made by a Consultancy Firms/Consultants.
  • All prospective Consultancy Firms/Consultants should note that Non-compliance with the requirements above will lead to outright disqualification.

Submission

  • Submission of documents will close by 12.00 Noon on or before 1st June. 2010, delivered by hand and not through Courier.
  • Technical submissions will be opened immediately at the Conference Hall, Dam site, Kainji Hydro Electric Plc
  • Site visits and its attendant expenses are sole Contractors responsibility.
  • AII submissions for expression of interest should be made in three (3) Hard copies well Bounded (Spiral/Non-Spiral) and marked on the top left of the envelop “Expression of Interest for Consultancy Services”: and addressed to:

The Chief Executive Officer.

Kainji Hydro Electric Plc,

PMB 1111, New Bussa,

Niger State, Nigeria.

To reach the Procurement office on or before 12 Noon of 1st June, 2010

Please note that

This advert should not be construed to be a commitment by KHE Plc nor shall it entail the tenderer to make any claim(s) whatsoever by virtue of such tenderer having responded to this publication.

This notice serves as a Invitation to all NGOs and Professional bodies.

This notice supersede the earlier publication of Monday January 26th 2010.

Management

Projects Execution at Federal Civil Service Commission

FEDERAL CIVIL SERVICE COMMISSION, ABUJA

No 4 ABIDJAN STREET, WUSE ZONE 3, ABUJA.

INVITATION TO TENDER FOR THE EXECUTION OF PROJECTS IN THE 2010 ANNUAL BUDGET

The Federal Civil Service Commission intends to execute some projects contained in its 2010 Budget. Consequently, the Commission hereby invites reputable and registered contractors to tender for the projects as listed below:-

1.         A. Renovation and Rehabilitation of Office Complex.

B. Procurement of Office Equipment and Furniture,

SCOPE OF WORK

(A)       Renovation and Rehabilitation of Office Complex

The project will be implemented in three (3) Lots as follows:

Lot i                 – Painting works

Lot ii                – Tiling of Offices

Lot iii                – General renovation of the Creche and the Board Room kitchen

(B)       Procurement  of Office  Equipment  and Furniture

This will be implemented in three (3) Lots viz:-

Lot B I             – Supply and Installation of photocopying machines

Lot BII             – Supply of office  equipment including Air Conditioner

Lot B III           – Supply and installation of office furniture including Conference Chairs.

REQUIREMENTS FOR TENDERING FOR THE PROJECTS

All Tender Documents should be accompanied with the following:

(i)         Company’s Certificate of Registration with the Corporate Affairs Commission;

(ii)        Tax Clearance Certificate for the last three years and evidence of Tax Registration and Payment;

(iii)       Banker’s Statement of Financial Capability;

(iv)       Evidence of similar works successfully completed in the past;

(v)        Evidence of Registration as a Contractor with Federal Ministry of Works (for Renovation of office complex);

(vi)       Company official telephone numbers(s) and e-mail;

(vii)      Interested companies are requested to submit also evidence of compliance with the provisions of section 16(6) (d) of the Public Procurement Act 2007(PPA 2007) and submit evidence of compliance with the provisions of the Pension Reform Act, 2004.

2.     A.

Consultancy Services for Expansion of ICT Infrastructure for Archiving and Digitization of Personnel Records Service-Wide

B.        Consultancy Services for Expansion of File Tracking Software

SCOPE OF WORK

(A)      Consultancy Services for the expansion of ICT Infrastructure for Archiving and Digitization  of Personnel  Records Wide:

(i)         Review the Commission’s archiving and digitization process and recommend best expansion/upgrading solutions;

(ii)        Conduct overall Project Implementation Review and make recommendation for improvement and enhancement of project implementation;

(iii)       Draw up long-term strategic plan to guide implementation of Archiving & Digitization in the Commission (Using Business and User Requirement Analysis Strategy);

(iv)       Recommend additional hardware and software solution for enhancement and improvement of existing infrastructure;

(v)        Propose the modalities for Architectural redesign of existing FCSC LAN tracing all network cable, extracting the unused cable, auditing the LAN equipments with a view of providing solution to meet FCSC’s long term LAN needs ;

(vi)       Undertake a needs assessment and recommend necessary manpower development needs to enhance the sustainability of the project in the Commission and facilitate its implementation.

A.        Consultancy Services for Expansion of File Tracking Software:

(i)         Review existing filing system with particular emphasis on file movement and associated security implications;

(ii)        Develop a strategic plan for sustainable file-tracking system;

(iii)       Advise on the expansion of the existing file-tracking system, specify appropriate software and hardware integration and implementation requirement;

(iv)       Provide end-to-end consultancy and project management methodology for successful delivery of project;

(v)        Provide a Business Requirements Analysis Report that includes business needs analysis results and recommendation along with technical requirements and cost estimates.

(vi)       Undertake a needs assessment and recommend necessary manpower development needs on the project for the Commission and facilitate its implementation.

Tendering Requirement

i.          Company profile giving details of current activities and management structure including evidence of registration with Corporate Affairs Commission;

ii.         Key staff of the consultant must be professionals with at least 5 years experience in implementation of electronic document management system (for Lot A) / RFID File Tracking System (for Lot B); and business process re-engineering and process documentation;

iii.        Presence of certified professionals who have received professional training from qualified electronic document management vendor, partner or reseller (for Lot A) / qualified RFID File Tracking System management vendor, partner or reseller (for Lot B);

iv.        A write-up on the understanding of the assignment;

v.         Evidence of current tax clearance certificate for three (3) years; and of Tax Registration and Payment

vi         Evidence of similar projects executed within the last five years including cost, project structure and other pertinent details;

vii        Short CV’s (two page maximum) of the key personnel  expected to  be  deployed  in the assignment;

viii.      Consulting experience in automated archiving /RFID systems;

ix.        Consulting experience in these areas for public agencies will bean added

advantage;

x.         Interested companies are requested to submit also evidence of compliance with the provisions of section 16(6) (d) of the Public Procurement Act 2007(PPA 2007) as it relates to the Pension Reform Act, 2004.

3.         COLLECTION OF TENDER DOCUMENTS

Interested Contractors/Suppliers should collect bid documents containing detailed specifications for the jobs from the Procurement Unit of the Commission Room 303, third floor on the payment of a non-refundable fee of N20,000,00 only per Lot. In addition, interested contractors for projects that fall under the Renovation and Rehabilitation of the Office Complex are implored to undertake an inspection visit to the Office Complex at No. 4 Abidjan Street, Wuse Zone 3, Abuja before submission of bids.

4.    SUBMISSION OF TENDERS AND CLOSING

Completed bid documents (Technical and Financial for Consultancy) should be submitted in separate envelopes, sealed and clearly marked, with the project and lot title boldly written at the right hand corner of the envelope on or before 31st May 2010 by  10.00 am. Late bids shall not be accepted please. All Tenders should be addressed to:

The Permanent Secretary,

Federal Civil Service Commission,

No. 4 Abidjan Street, Wuse, Zone 3,

Abuja.

Tenders should be dropped in the Tender Box in the Office of the Director, Planning, Research and Statistics, Room 345, Federal Civil Service Commission, Abuja. The bids received shall be opened publicly in the Conference Room of the Commission immediately after the closing of bids on 31st May, 2010. Representatives of all responding companies are requested to be present. Please note the Commission is not bound to award the contract to the lowest bidder.

Signed:

Permanent Secretary

Federal Civil Service Commission