Financial Bidding at NOUN

NATIONAL OPEN UNIVERSITY OF NIGERIA

14/16. Ahmadu Bello Way, P. M. B. 80067, Victoria Island, Lagos.

INVITATION FOR FINANCIAL BIDDING

A       INTRODUCTION

The National Open University of Nigeria (NOUN), Lagos plans to commence the implementation of 2010 Capital Projects. In view of this, the University hereby invites technically competent and qualified Contractors for Financial Bidding.

B       SCOPE OF WORKS

Below is the list of areas covered by the scope of works to be undertaken:-

  1. Renovation/Construction of Study Centres
  2. Borehole Construction at Study Centres
  3. Furnishing of Study Centres
  4. Repair/Supply of Printing Machines
  5. Project Monitoring Vehicles
  6. Office Equipments
  7. Drainage Works

C BIDDING REQUIREMENT

All intending Contractors are to pay a non-refundable fee of N50,000.00 only per  Bid in Bank Draft payable to NOUN.

Bid Documents are thereafter to be obtained from the Directorate of Procurement NOUN Headquarter, 14/16 Ahmadu Bello Way, Victoria Island, Lagos on presentation of photocopy of draft between 9:00am and 3:00pm daily and shall last for on or before 28th April 2010.

All Contractors presently handling NOUN Capital Projects need not apply.

D       SUBMISSION/OPENING OF BIDS

  1. The completed Bid Documents should be sealed and marked “Confidential” and stating the Lot no and title of the project at the left hand corner of Envelope. Contractors Bidding for furniture should attach the furniture catalogue describing the various items.
  2. All completed Bid Documents are either to be sent to the Registrar as addressed below or dropped in our Bid Boxes located at the Conference Hall, Model Study Centre. NOUN Headquarter, Lagos on or before 28th April 2010.
  3. Opening of the Bid Documents shall take place  by 12noon of  28th April 2010. Please note that no late submission of ids shall be entertained.
  4. Please note that the submission of Bids is an offer and should not be considered as a commitment on the part of NOUN nor entitles Firms/Companies to make any claim(s) whatsoever and or seek any indemnity from NOUN it is not a contract.
  5. All Bidding Contractors are encouraged to attend the opening exercise

Signed

Registrar,

National Open University of Nigeria,

14/16 Ahmadu Bello Way,

Victoria Island.

Lagos

Procurement of Environmental Measurement Equipment and Materials at SMMRP

Invitation for Bids (IFB)

FEDERAL GOVERNMENT OF NIGERIA

MINISTRIES OF MINES AND STEEL DEVELOPMENT (MMSD)

SUSTAINABLE MANAGEMENT OF MINERAL RESOURCES PROJECT (SMMRP)

CREDIT No. 4012-UNI

PROCUREMENT OF ENVIRONMENTAL MEASUREMENT EQUIPMENT AND MATERIALS

IFB No. (SMMRP/NCB/G/04/2009)

  1. 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.
  1. 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 PROCUREMENT OF ENVIRONMENTAL MEASUREMENT EQUIPMENT AND MATERIALS

  1. 3. The Sustainable Management of Mineral Resources Project now invites sealed bids from eligible and qualified bidders for the Procurement of Environmental Measurement Equipment and Materials:

Item No Description of Goods Quality Bid Security
Item 1 HP Laptop (portable computers) 6
Item 2 Portable GPS for main stake holders 12
Item 3 Portable sound measurement equipment 6
Item 4 Field Air Quality Monitor (8-10 Parameters) and air sampler
4.1 Portable Turbidity meter 3 2.5% of Bid Price
4.2 Dissolved oxygen meter 3
4.3 Multiparameter meter 3
Item 5 VOC Monitor 3
Item 6 SPM Monitor 6
Item 7 Field Water Quality Monitor 6
Item 8 Portable Mercury Analyzers
8.1 Portable Mercury Analyzers 3
8.2 Portable Mercury Vapor Analyzer 3
  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 Sustainable Management of  Mineral Resources Project at the address below and inspect the Bidding Documents from 11:00am to 4:00pm Mondays to Fridays.
  1. Qualifications requirements include.
  • Documentary evidence of previous supply (sale) of similar Equipment proposed for the last 5 years.
  • Audited Financial Statements for the last 3 years to demonstrate the financial capability of the Bidder in terms of Profitability and adequate working capital.

A margin of preference for eligible national contractors shall not be applied.

  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 N10,000.00 (Ten Thousand   Naira)  only). The method of payment will be by bank draft in favor of Sustainable Management of Mineral Resources Project. The Bidding Documents will be collected by the representative of the Bidder or by courier services on request.
  1. Bids must be delivered to the address below at before 10:00am on Thursday May 13th 2010 Electronic bidding will not be permitted. Late bid will be rejected. Bids will be opened in the presence of the bidders’ representatives, who choose to attend in person at the address below at 10:30am on Thursday May 13th 2010. All bids must be accompanied by a Bid Security as indicated in the table in paragraph three above or an equivalent amount in a freely convertible currency.
  1. The address referred to above is:

Project Coordinator

Project Management Unit (PMU)

Sustainable Management of Mineral Resources

Project (SMMRP)

Ministry of Mines and Steel Development

No 6 Marte Close, Off Misau Crescent

Garki II – Abuja, Nigeria

TEL: +234-8053000153, 8033140096

E-MAIL: uladie2001@yahoo.co.uk , uladie@msmd.gov.ng

Signed:

Projects Execution at Federal Ministry of Youth Development

FEDERAL MINISTRY OF YOUTH DEVELOPMENT

4th FLOOR, BLOCK, FEDERAL SECRETARIAL, PHASE II, ABUJA

PRE-QUALIFICATION TENDER NOTICE

INTRODUCTION

The Federal Ministry of Youth Development intends to pre-qualify reputable contractors and other service providers who wish to tender for jobs as specified below and accordingly invites interested contractors/service providers who are competent, experienced and reputable to apply.

AREAS OF SERVICE REQUIRED

a)     Construction Projects

b)    Procurement of Office Equipment, Furniture and General Supplies

c)     Consultancy Services in Professional Fields as Architectural Services, Engineering Services, Quantity Surveying , Online Entrepreneurship Training Programme, E-Mentoring for Youth etc

PRE-QUALIFICATION CRITERIA:

2.       Interested contractors are required to submit the following documents:

a)     Certificate of registration with the Corporate Affairs Commission;

b)    Comprehensive company profile;

c)     Current Tax Clearance Certificate;

d)    Certificate of Value Added Tax (VAT);

e)     Verifiable Evidence of similar jobs executed in the last three years and completed with letters of commission/evidence of completion;

f)      Evidence of Financial capability to handle the job;

g)     Detailed Curriculum Vitae and Relevant Qualification in the field of interest (for Consultants)

h)    Evidence of registration with the Federal Ministry of Works (for construction); and

i)       Any other relevant information that will enhance the potential of  the company.

SUBMISSION

3.       The ore-qualification documents are to be submitted on or before 28th April 2010 to:

The Secretary,

Procurement Planning Committee

Federal Ministry of Youth Development,

1st Floor, Block C,

Room 1A’. 1.22

Federal Secretariat, Phase II,

Abuja.

4.       In addition, such submission shall be enclosed in appropriate envelope and marked on top left hand corner

“CONFIDENTIAL: EXPRESSION OF INTEREST FOR 2010 PRE-QUALIFICATION”

5.       Submitted pre-qualification documents shall be opened at 2:00 p.m. on the day of the closure of submission (on or before 28th April 2010) in the Conference Room of the Permanent Secretary, 4th Floor, Block C, Federal Secretariat, Phase II, Abuja.

Signed:

Permanent Secretary.

Execution of Training programmes and Interventions at the Federal Civil Service

FEDERAL GOVERNMENT OF NIGERIA

OFFICE OF THE HEAD OF CIVIL SERVICE OF THE FEDERATION

INVITATION TO TENDER FOR THE DELIVERY OF TRAINING PROGRAMMES AND INTERVENTIONS FOR FEDERAL MINISTRIES, DEPARTMENTS AND AGENCIES

INTRODUCTION:

In line with the Federal Government commitment to transform the Federal Civil Service and rebuild the administrative and technical skill base of the Service, a major capacity building drive has been launched with support from the Office of the Senior Special Assistant to Mr. President on Millennium Development Goals (OSSAP-MDGs). This involves diagnostic, design, develop, deliver and deployment of training interventions in critical areas of the Civil Service, We are now at the stage, where the Service is ready to commence delivery of training programmes in defined areas across the Federal Civil Service in the financial year 2010.

In this regards, interested companies with expertise and cognate experience in Training delivery are invited to submit Tender Documents for the execution of Training programmes outlined in the work scope.

Preparation of Proposals

Tendering firms are to collect tender documents from the Procurement Department, Office of the Head of the Civil Service of the Federation. Block A, First Floor, Room 112, Federal Secretariat Complex, Phase II. Abuja or from the website of me Office of the Head of the Civil Service of the Federation: www.ohcsf.gov.ng.

Each bid shall be completed in two (2) packages; Technical and Financial Proposals. However, only firms with Technical Proposals which are adjudged successful shall have their Financial Proposal opened and assessed. Success in the exercise shall be based on the aggregate scores recorded in the Technical and Financial Proposals.

Technical Proposal

The following pre-qualification documents shall be submitted by the prospective bidders;

  • Evidence of Company Registration
  • Tax Clearance Certificate for the past 3 years
  • Evidence of accreditation by the Centre for Management Development (CMD)
  • Company Audited Financial Statements for the last 3 years
  • Company Profile showing experience, track records and achievements
  • Evidence of having successfully carried out similar works in the last 5 years
  • Evidence of availability of qualified faculty and resource persons
  • E-copy of all submissions
  • Any other relevant information/document

Financial Proposal

The Financial Proposal should state:

  1. The financial cost implication of the project in details
  2. The bid price validity period for the prefect

Submission of Tender Documents

The Tender documents should be signed by the Company’s Managing

Director and/or any other authorized persons. Two (2) spirally bound volumes and one (1) Soft copy of the Technical Proposal shall be placed in a sealed envelope marked “Technical Proposal”. Similarly, two (2) spiral bound volumes of the Financial Proposal shall be placed in a separate envelope clearly marked “Financial Proposal” and with a warning DO NOT OPEN WITH THE TECHNICAL PROPOSAL” written on it

The sealed envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked DELIVERY OF TRAINING PROGRAMMES AND INTERVENTIONS with the GSM number of the contact person dearly written at the top right hand corner must be delivered by hand or registered mail on or before 12.00 Noon, Wednesday, April 28th 2010, to the address below:

The Head of Procurement Department

Office of the Head of Civil Service of the Federation

Block 1st Floor, Room 112

Federal Secretariat Complex Phase II, Abuja,

The Tender documents will be opened on Wednesday, April 28th 2010 beginning from 2:00 pm at Atiku Hall, 1st Floor, Federal Secretariat, Phase II, Abuja. This serves as invitation to representatives of companies who wish to be present at the opening.

Late submission shall not be accepted,

The OHCSF may reject any/all bids at any time without any liability whatsoever.  This advertisement shall not be construed as a commitment on the part of OHCSF by virtue of such bidders having responded to this advertisement

Signed

Head, Procurement Department

For: Permanent Secretary (CSO)

Execution of Training Needs Assessment Project at the Federal Civil Service

FEDERAL GOVERNMENT OF NIGERIA

OFFICE OF THE HEAD OF CIVIL SERVICE OF THE FEDERATION

INVITATION TO TENDER FOR THE CONDUCT OF TRAINING

NEEDS ASSESSMENT FOR FEDERAL MINISTRIES,

DEPARTMENTS AND AGENCIES

INTRODUCTION

In line with the Federal Government Commitment to transform the Federal Civil Service and rebuild the administrative and technical skills base of the Service, a major capacity building drive has been launched with support from the Office of the Senior Special Assistant to Mr. President on Millennium Development Goals (OSSAP-MDGs). A comprehensive Training Needs Assessment (TNA) exercise has been approved to take place across the Federal Civil Service in the financial year 2010.

In this regards, interested companies with requisite competencies and expertise in the process of gathering and interpreting data for identifying areas of personal and organizational performance improvement are invited to submit Tender Documents for the execution of Training Needs Assessment Project

Preparation of Proposals

Tendering firms are to collect tender documents from the Procurement Department, Office of the Head of the Civil Service of the Federation, Block A, First Floor, Room 112, Federal Secretariat Complex, Phase II, Abuja or from the website of the Office of the Head of the Civil Service of the Federation: www.ohcsf.gov.ng .

Each bid shall be completed in two (2) packages: Technical and Financial Proposals. However, only firms with Technical Proposals which are adjudged successful shall have their Financial Proposal opened and assessed. Success in the exercise shall be based on the aggregate scores recorded in the Technical and Financial Proposals

Technical Proposal

The following pre-qualification documents shall be submitted by the prospective bidders;

  • Evidence of Company Registration
  • Tax Clearance Certificate for the past 3 years
  • Evidence of accreditation by the Centre for Management Development (CMD)
  • Detail proposal demonstrating expertise in conduct of TN A
  • Company Audited Financial Statements for the last 3 years
  • Company Profile showing experience, track records and achievements
  • Evidence of having successfully carried out similar works in the last 5 years
  • Evidence of availability of qualified faculty and resource persons
  • E-copy of all submissions
  • Any other relevant information/document

Financial Proposal

The Financial Proposal should state:

  1. The financial cost implication of the project in details
  2. The bid price validity period for the project

Submission of Tender Documents

The Tender documents should be signed by the Company’s Managing Director and/or any other authorized persons.   Two (2) spirally bound volumes and one (1) Soft copy of the Technical Proposal shall be placed in a sealed envelope marked “Technical Proposal”. Similarly, two (2) spiral bound volumes of the Financial Proposal shall be placed in a separate envelope clearly marked “Financial Proposal” and with a warning: DO NOT OPEN WITH THE TECHNICAL PROPOSAL” written on it.

The sealed envelopes containing the Technical and Financial Proposals shall be placed into an outer sealed envelope marked DELIVERY OF TRAINING PROGRAMMES AND INTERVENTIONS with the GSM number of the contact person clearly written at the top right hand corner must be delivered by hand or registered mail on or before 12.00 Noon, Wednesday, April 28th 2010, to the address below:

The Head of Procurement Department

Office of the Head of Civil Service of the Federation

Block ‘A’1st Floor, Room 112

Federal Secretariat Complex, Phase II, Abuja.

The Tender documents will be opened on Thursday, April 29, 2010 beginning from 10,00 am at Atiku Hall, 1st Floor, Federal Secretariat, Phase II, Abuja. This serves as invitation to representatives of companies who wish to be present at the opening.

Late submission shall not be accepted.

The OHCSF may reject any/all bids at any time without any liability whatsoever.

This advertisement shall not be construed as a commitment on the part of OHCSF by virtue of such bidders having responded to this advertisement.

Signed

Head, Procurement Department

For: Permanent Secretary (CSO)