2013 Procurement Notice for Works and Services at Federal College of Education, Kontagora

Federal College of Education, Kontagora

2013 Procurement Notice for Works and Services

 

Introduction:

Federal College of Education, Kontagora, Niger State intends to carry out the Procurement of Works and Services under the 2013 Budget appropriation.

Scope of Works/Services

Federal College of Education, Kontagora’s 2013 Procurement activities are classified under the following sub heads:-

 

A. WORKS.

Lot 1.          Rehabilitation of Staff Quarters.

Lot 2.          Rehabilitation and Construction of Toilets for Staff and Students.

Lot 3.          Lands caping and Horticulture.

 

B. Procurement:

Lot 4.          Procurement of One Number Toyota Coaster Bus For Students’ Excursion And Assessment.

Lot5.           Procurement of Library Books

Lot 6.          Computerisation of Records.

 

Eligibility Criteria/Requirements’

Interested contractors are requested to forward for consideration the following Pre-qualification document:-

a)       Evidence of Registration with Corporate Affairs Commission (CAC)

b)      Evidence of Tax clearance certificate for Three years.

c)       Evidence of VAT registration certificate.

d)      Verifiable evidence of similar Jobs successfully executed by the firm including location, cost, letter of award and completion certificate.

e)       Evidence of financial capability which should include statement of Account and Audited reports of the company, assets and liabilities.

f)       Evidence of compliance with Pension Act 2007.

g)       List of Names of Key Personnel with Professional qualification and experience.

(h)    Proof of Registration of company with Professional body.

(i)      List of equipment available for the Project(s).

(j)     Evidence of Registration with Industrial Training Fund (ITF)

 

Note:

Original copies of the above listed documents should be available for sighting on demand during the opening of Pre-qualification applications. Also, this is not an invitation to Tender. Full Tendering Procedures will apply only to bidders that have been Pre-qualified and found capable for the Project(s).

 

Submission of Pre-Qualification Document

The Pre-qualification documents should be enclosed in sealed envelope and marked –Pre-Qualification Documents for Tender” and Tenderer’s Name written on the reverse side of the envelope addressed to:

The Registrar,

Federal College of Education.

P.M.B.39,

Kontagora.

Niger State.

 

The Pre-qualification documents should be deposited in the Tender Box at the Registrar’s office not later than 1st July, 2013. Opening of documents submitted will take place by 1:00pm on the 1st July, 2013, note that only Pre-qualified bidders would be invited to pick Tender document.

 

Signed

Hajiya Aisha Y. Bukar

Registrar/Secretary to the Council.

 

Invitation for Expressions of Interest for Strategic Investors for Thermal Power Stations in Nigeria at Niger Delta Power Holding Company (NDPHC)

Niger Delta Power Holding Company (NDPHC),

Invitation for Expressions of Interest for Strategic Investors for Thermal Power Stations in Nigeria

 The National Integrated Power Project (NIPP) was conceived in 2004 as a fast-track public sector funded initiative to add significant new generation capacity to Nigeria’s electricity supply system along with the electricity transmission and distribution and natural gas transport infrastructure required to deliver the additional capacity to consumers throughout the country.

The Niger Delta Power Holding Company (NDPHC), a special purpose company owned by the three tiers of the government, and the Bureau of Public Enterprises have been tasked with the responsibility of privatizing the ten NIPP power generation assets.

Prospective Power Sector investors (“Prospective Bidders”) are invited to register their interest for the purchase of thermal power stations owned by NDPHC through a sale of 80% of the shares in each generation subsidiary.

The transactions, to be conducted through International Competitive Bidding, will cover the following generation companies:

 

Alaoji Generation Company Nigeria Limited – situated near Aba in Abia State of Nigeria with total gross installed capacity of 831.3 MW(at ISO);

Benin Generation Company Limited -situated near Benin city in Edo State of Nigeria with total gross installed capacity of 507.6 MW(at ISO);

 

Calabar Generation Company Limited – situated near Calabar city in Cross River State of Nigeria with a total gross installed capacity of 634.5MW (at ISO);

 

Egbema Generation Company Limited – situated near Owerri in Imo State of Nigeria with a total gross installed capacity of 380.7 MW (at ISO);

 

Gbarain Generation Company Limited – situated near Yenegoa in Bayelsa State of Nigeria with total gross installed capacity of 253.8 MW (at ISO);

 

 

Geregu Generation Company Limited – situated in Ajaokuta in Kogi State of Nigeria with total gross installed capacity of 506.1 MW (at ISO);

 

Ogorode Generation Company Limited – situated near Sapele in Delta State of Nigeria with total gross installed capacity of 507.6 MW (at ISO);

 

Olorunsogo Generation Company Limited – situated in Olorunsogo in Ogun State of Nigeria with total gross installed capacity of 754 MW (at ISO);

 

Omoku Generation Company Limited – situated near Port Harcourt in Rivers State of Nigeria with total gross installed capacity of 264.71 MW(at ISO);

 

Omotosho Generation Company Limited – situated in Okitipupa local government area in Ondo State of Nigeria with total gross installed capacity of 512.82 MW (at ISO).

Each Bidder must be an experienced power generation company (i.e. a company that owns and/or operates utility size power plants). In case of a consortium at least one of the consortium members must be an experienced power generation company

 

(The “Technical Partner”). The Technical Partner shall be responsible for providing operation, maintenance and management services under a long term Agreement.

Method of Application – Prospective Bidders should register their interest by completing the requisite forms online at www.nipptransactions.com  or by printing and submitting the forms in person to NDPHC or BPE at the addresses below.

 

Submissions via email in any form (e.g. scans) will not be accepted. All bidders that have already registered need not to apply.

Upon receipt of interest from Prospective Bidders (as described in 6 above), NDPHC/BPE will issue a Pre-Qualification Package and an Information Memorandum via an online data room. These documents can also be picked-up in physical format from the NDPHC or BPE addresses below.

Prospective Bidders are required to submit their Expression of Interest by 5.00pm (Local Time) on July 19, 2013 in accordance with instructions outlined in the Pre-Qualification Package. The address for physical delivery is:

 

Niger Delta Power Holding Company Limited

Attention: Managing Director

Address: 17 Nile Street, Maitama District, Abuja FCT, Nigeria

or

Bureau of Public Enterprises

Attention: Director General

Address: 11, Osun Crescent, Off Ibrahim Babagidan Way,

Maitama District, Abuja

 

Upon receipt of Expressions of Interest from Prospective Bidders BPE/ NDPHC shall evaluate and pre-qualify bidders. Only short listed Bidders will be contacted.

Thereafter, Pre-Qualified Bidders will be issued a Request for Proposal (RFP) and other Bidding documents upon the payment of a non-refundable fee of $20,000 for each Generation Company in bank draft payable to the Niger Delta Power Holding Company Limited or Bureau of Public Enterprises.

For further clarification or enquiries contact:

Niger Delta Power Holding Company Limited

Attention: Managing Director

Address: 17 Nile Street, Maitama District, Abuja FCT, Nigeria

Email: transactions@ndphc.net

 

Or

Bureau of Public Enterprises

Attention: Director General

Address: 11 Osun Crescent, Off Ibrahim Babagidan Way

Maitama District

Email: bdikki@bpeng.org

 

Or

CPCS Transcom International Limited

Attention: Vice President, West Africa

Address: 15 Buchanan Crescent, Wuse 2 District, Abuja

FCT, Nigeria

Email: info@nipptransactions.com

Roadshow will be held in the following locations on the following dates: Lagos (June 4-5), London (June 12-13) Hong Kong (June 19- 20) and New York ( June 26-27) Venues for road show will be posted on www.nipptransactions.com

Please note that this is not an invitation to tender. BPE/NDPHC shall not be responsible for the cost of any submission. All submissions shall be at the cost of the Prospective Bidders. BPE/NDPHC reserve the right to accept or reject any submission.

All other Information remains as stated in the announcement in early April concerning the process under which ten power generation plants developed and built by NDPHC will be divested.

Tender Notice at Ungogo Local Government

Ungogo Local Government

 

Tender Notice

This is to invite suitable and qualified contractors for pre-qualification to tender for the construction/ general renovations and supply of some projects across the local Government.

 

Scope of Work

1.       Construction of Micro Finance Bank at Bachirawa Market, Ungogo

2.       Supply of mats with Kwankwasiyya logo for distribution to Islamiyya Schools and Mosques within the Local Government Area

3.       Construction of fencing wall at G.G.S.S Rangaza

4.       Construction of a Duplex corner shops at Bachirawa Market,

Ungogo

 

The interested prospective contractors must satisfy all necessary guidelines and contract award procedures to qualify for the tender. Submission of pre-qualification documents of the eligible contractors/ companies should forward their documents on or before 17th June, 2013 to the Chairman Due Process Committee (CPO Ungogo Local Government) in a sealed envelop marked “construction, supply and general renovation”.

 

This advertisement should not be confused as a contract award or any commitment on the part of Ungogo Local Government nor should it be an entitlement for any contractor or company to make any claim whatsoever from the Local Government by virtue of having responded to this advertisement please.

 

Signed:

Alh. Wada Muhammad

Director Personnel Management

Ungogo Local Government

Kano State.

Invitation for Application at Pacesetter Transport Services

Pacesetter Transport Services

Old Testing Ground, Eleyele, Ibadan, Oyo-State

Invitation for Application

1.         Introduction

Pacesetter Transport Services (P.T.S.) formerly Trans City Transport Company (T.C.T.C.) is the operator of Ajumose Shuttles Buses and also a provider of mass transit, goods handling and other logistics services. We hereby seek applications from reputable corporate organizations with vast experience in the following fields:

a.       Petrol Station Administration

A corporate organization as Station Manager for our Filling Station of six (6) dumps of 30,000 litres each located inside P.T.S. premises under a minimum of two (2) years renewable lease.

b.      Event Centre Management

A corporate organization interested in leasing and upgrading one of our standard halls located inside our premises as an Event Centre under a minimum of two (2) years renewable lease.

c.        Car/Bus Wash Bay

An investor/corporate organization willing to build, operate and transfer a Car/Bush Wash Bay that would be situated in our premises.

d.     Automobile Workshop

An experienced corporate organization interested in managing our commercialized modern and standard automobile workshop situated within our premises.

2.       Eligibility Requirements

Interested organizations are to provide the following as minimum requirements: a.     Evidence of Incorporation of Company

b.      Tax clearance of 2 Directors of the Company for 3 years consecutively

c.       Evidence of registration of business premises with the Ministry of Trade & Investment of Oyo State.

d.       Certification of registration issued from the Due Process office, Oyo State.

e.       Evidence of payment of pre-qualification fee.

f.       A letter authorizing P.T.S. or her representative(s) to conduct due diligence on all document submitted.

g.       Completed Pre-qualification Evaluation Form.

3.       Pre-Qualification Evaluation Form

Interested organizations are requested to visit www.pacesettertransport.com to download a pre-qualification evaluation form and pay a non-refundable processing fee of N50,000.00 (for b, c & d) and N100,000.00 (for a) at the Finance Department of P.T.S. where an official receipt would be issued.

4.       Submission of Document

Completed document, which must be enclosed in a sealed envelope with the title of what you are applying for on the top-left hand corner and addressed to the Head, Strategy, Business Development and Corporate Affairs, should be submitted on or before Friday, 7th June 2013.

For further information, please call Ola on 02-2912135 or send email to info@pacesettertransport.com

Interested organizations are to note that this invitation does not place any commitment on Pacesetter Transport Services. Only qualified applicants will be contacted.

Signed:

Management

 

Invitation for Pre-Qualification for the Procurement of a Medical Boat at Nigerian Maritime Administration and Safety Agency (NIMASA)

Nigerian Maritime Administration and Safety Agency (NIMASA)

(Established under the Nigerian Maritime Administration and Safety Agency Act, 2007) Maritime House: 4 Burma Road, Apapa, P.M.B. 12861, Lagos.

E-mail: procurement@nimasa.gov.ng

Website: www.nimasa.gov.ng

Invitation for Pre-Qualification for the Procurement of a Medical Boat

Introduction

The Nigerian Maritime Administration and Safety Agency (NIMASA), a Parastatal of the Federal Ministry of Transport is desirous of procuring a Medical Boat to enhance its operations and safety duties in the Nigerian maritime domain.

Accordingly, reputable Firms in the sale and manufacturing of Medical Boats are hereby invited to submit documents for pre-qualification

1.0      Scope and Specification

The required Medical Boat shall haw the following specifications:

LOA 20.M
BEAM

 

6M

 

DRAFT/DRAUGHT 1.2M
DIESEL OIL 50,000 LITRES
FRESH WATER 50,000 LITRES
ACCOMODATION

 

15 BEDS (6 CREW, 4 MEDICAL,   4   PATIENTS) – 15 People Sitting Area
ENGINES DIESEL ENGINES
RANGE 600 NAUTICAL MILES
MAX. SPEED (50% LOAD CONDITION) 15KTS

2.0     General Requirements:

Prospective bidders are required to submit the following documents:

(i)                Company profile stating the current office address, e-mail and telephone numbers.

(ii)             Evidence of Incorporation/Registration with Corporate Affairs Commission (CAC).

(iii)           Copy of    Memorandum and Articles of Association of the Company.

(iv)           Evidence of Tax Clearance Certificate for the last three(3) years (2010, 2011 and 2012).

(v)             Evidence of V.A.T Registration with Tin No. and remittance for the last three (3) years.

(vi)           Evidence of Remittance of Employees Pension Contribution/ Deduction or evidence of exemption from PENCOM in accordance with Pension Reform Act 2004, where applicable.

(vii)        Evidence of compliance with Industrial Training Fund (ITF) Act, 2011.

(viii)      Company’s Audited Accounts for  the  last three (3) years (2010, 2011 and 2012) duly endorsed by a firm of Chartered Accountants.

3.0     Technical Requirements

i.        Evidence of previous sales of Medical Boats including award letters or evidence of being a partner or representative of n Ship Building Company in Nigeria

ii.       Evidence of availability of spare parts.

Notation:

  • The documents should be arranged in the order listed above and clearly separated by dividers.
  • Failure to submit all documents stated above will lead to disqualification of the Bid.

4.0     Deadline for Submission

The Bid should be submitted with one (1) set of CD-ROM in an envelope staring the name of the company and titled “Pre-Qualification for The Procurement of a Medical Boat” on or before the closing date of Thursday, July 11th  2013 to the Office of:

The Deputy Director (Procurement)

5th Floor (Room 501)

Nigerian Maritime Administration and Safety Agency

4, Burma Road, Apapa, Lagos.

In addition, soft copies should be sent to procurement@nimasa.gov.ng

Notation: Bidders are advised to submit before the closing date. However, any submission on the last day 11th July, 2013 should be done at NMRDC, Kirikiri on or before 12noon.

Please note that late submission of bids will not be entertained.

5.0   Opening of Bids

All Bids received shall be opened on Thursday, July 11th 2013at the NIGERIAN MARITIME RESOURCE DEVELOPMENT CENTRE (NMRDC), MULTI PURPOSE HALL, KIRIKRI, LAGOS immediately after the closing time of 12noon.

 

6.0   Enquiries

All enquiries regarding this advertisement should be directed to the Office of the Deputy Director (Procurement) or call telephone Numbers: 08030765455, 08033737724, 08023055758 and 08088524788.

 

7.0     Please Note

(i)      All C.A.C, V.A.T, PENCOM, I.T.F and Tax Clearance Certificates submitted may be referred to Security Agencies, Corporate Affairs Commission, Federal Inland Revenue Service (FIRS) Industrial Training Funds, National Pension Commission and other relevant bodies for verification.

(ii)     This notice shall not be construed to be a commitment on the part of the Agency to engage any Consultant nor shall it entitle any firm submitting documents to claim any indemnity.

(iii)    Bidders shall be responsible for all costs in preparation and submission of bids.

 

Signed:

Management