Invitation for Pre-Qualification to Tender at Waziri Umaru Federal Polytechnic, Birnin Kebbi

Procurement Planning Committee

 

Waziri Umaru Federal Polytechnic, Birnin Kebbi

 

Invitation for Pre-Qualification to Tender

 

The Tertiary Institution Trust Fund (TETFUND) has granted approval-in-principles for the execution of the following projects under its 2012 special intervention:

 

LOT ‘A’     Construction of the Department of Estate Management

LOT ‘B’      Construction of Bottle and Sachet Water facility.

LOT ‘C’      Construction of Academic Staff Offices for the Department of Metallurgy.

LOT ‘D’     Supply of plants and machinery with accessories for the bottle and Sachet Water facility.

LOT ‘E’      Supply of equipment for the Department of Civil Engineering.

 

Consequently, the Waziri Umaru Federal Polytechnic wishes to invite reputable construction companies and suppliers to indicate interest to prequalify for the projects.

 

Pre-qualification requirement

Interested contractors wishing to carry out the above projects should submit the following documents with the expression of interest: –

  1. Evidence of incorporation/registration with Corporate Affairs Commission.
  2. Evidence of Tax Clearance certificate for the last three (3) years
  3. An up to date Commercial Bank reference address to the Rector confirming the financial capability of the company to execute the project.
  4. VAT registration certificate and evidence of remittances for the last three (3) years.
  5. Company Certified Audited Accounts for the last three (3) years.
  6. Company profile which should include CMS numbers, E-mail address of the firm, list of key personnel with their qualifications, professional registration, experience (Pls, attach photocopies),
  7. List of similar projects previously executed with cost, location and names of clients. Please attach photographs, letters of awards, completion certificates (if available),
  8. List of major equipment and machinery available to the company with evidence of ownership,
  9. Evidence of fulfilling statutory obligation of payment of training contribution on behalf of employees to Industrial Training Fund.
  10. Evidence of staff pension contribution.

 

The above documents and any other useful information should be bound and submitted in sealed plain envelop clearly stating the project name and lot(s) for which the pre-qualification is sought on left hand side corner and addresses to:

 

The Chairman,

Procurement Planning Committee,

Waziri Umaru Federal Polytechnic,

P.M.B. 1034, Birnin Kebbi,

Kebbi State.

 

To reach him no later than 12:00noon on Thursday 25th April, 2013. The documents will be opened at 3:00pm same day at the Council Board Room, Central Administration, Gesse Campus, Argungu Road, Birnin Kebbi.

 

 

This advert is not an invitation to ‘Tender’. Tendering procedure will be applied only to firms that are pre-qualified. The Institution shall reserve the right to reject any document that does not satisfy the pre-qualification requirement The Institution shall not bear any cost incidental to this exercise.

 

Signed:

Abubakar Abdullahi

Secretary PPC.

Invitation to Pre-Qualify for the Execution of 2013 Capital and Recurrent ICT Projects at Independent National Electoral Commission

Independent National Electoral Commission

Plot 436 Zambezi Crescent, Maitama District, Abuja

 

Invitation to Pre-Qualify for the Execution of 2013 Capital and Recurrent ICT Projects

 

  1. 1.     Introduction:

The Independent National Electoral Commission invites interested, registered and reputable contractors with relevant experience and good track records to bid for any or all of the under-listed projects.

 

 

Lot No

 

Project Description

 

Lot No

 

Project Description

 

Lot 1

 

 

Web-based Voter Registration Verification System

 

Lot 7

 

Supply, Software Development and support for Permanent Voters’ Card RFID Readers for South east and South South
Lot 2

 

 

Maintenance of LAN

 

Lot 8

 

Supply, Software Development and Support for Permanent Voters’ card RFID Readers for South West and Kogi
Lot 3

 

LAN for new State Offices at Lagos, Kogi, Bayelsa and Niger

 

Lot 9

 

Supply, Software Development and Support for Permanent Voters’ Card RFID Readers for North Central and North East
Lot 4

 

Drum Scanners

 

Lot 10

 

Supply, Software Development and Support for permanent Voters’ card RFID Readers for North West
Lot 5

 

E-Collation Pilot Scheme

 

Lot 11

 

Provision of materials for printing of replacement for lost or defaced PVCs
Lot 6

 

Upgrade of Network Application Service

 

Lot 12

 

Printing of permanent Voters’ card for CVR

 

 

  1. 2.     Pre-Qualification/On Requirements

Interested companies are required to submit the following documents:

(i)      Evidence of registration with the Corporate Affairs Commission (CAC);

(ii)     Evidence of Financial Capability and banking Support including annual turn-over

(iii)    3 years Tax Clearance certificate (2010 – 2012)

(iv)    Last three (3) years company’s Audited Account (2010 – 2012);

(v)     VAT registration and past remittances;

(vi)    Submission of PENCOM’s certificate of compliance, confirming company’s fulfillment of its statutory obligations to the employees with respect to pension;

(vii)   A detailed company profiles showing list of professional staff, their qualification and experience;

(viii) Evidence of technical capability and experience with similar project executed in the last three (3) years (letters of award and completion certificate);

(ix)    Telephone (GSM) number(s) of the contractor/company’s representative

 

 

  1. 3.        General Information

The closing date for the bid documents shall be Monday 20th May, 2013 at 12.00 noon.

(i)      The pre-qualification documents submitted on or before the closing date and time shall be opened at Commission premises on the same Monday 20th May, 2013 at 1.30pm.

(ii)     Only firms that are successful from the pre-qualification exercise will be contacted and invited for financial bids.

(iii)    For further enquiries, please contact Director ICT, INEC Headquarters, Abuja between the hours of 10.00am and 4.oopm daily, from Monday to Friday during the period covered by this advertisement.

 

 

NOTE: for the RFID card Reader project (Lot 7 -10) no company shall apply for more than 1 (one) Lot.

 

 

  1. 4.     Submission of Pre-Qualification Documents.

All submission must be delivered in four (4) bound copies in sealed envelope marked PRE-QUALIFICATION DOCUMENTS FOR THE (indicate the project title at the top right hand corner of the envelope) and addressed to The Secretary, Independent national Electoral Commission (INEC), headquarters, Plot 436 Zambezi Crescent Maitama, Abuja.

 

Abdullahi A. Kaugama

Secretary to the Commission

 

Invitation for Pre-Qualification & Tender for Contractors under Tetfund Merged 2011 & 2012 Normal Intervention Projects at The Polytechnic of Sokoto State

The Polytechnic of Sokoto State

 

Invitation for Pre-Qualification & Tender for Contractors under Tetfund Merged 2011 & 2012 Normal Intervention Projects

 

 

  1. 1.     Preamble

The Polytechnic of Sokoto State is to implement some projects to be financed with fund from the Tertiary Education Trust Fund (TET Fund).

Consequently, interested contractors with experience and other relevant fields are hereby invited to submit their company profiles for consideration.

 

 

  1. 2.     Brief Description Of The Projects

 

(Lot 1)        Construction and Furnishing of 2Nos of 1-Storey Building of 16 Nos Academic Staff Offices each

 

(Lot 2)        Construction and furnishing of 1-Storey Building of l0 Nos Classrooms

 

(Lot3)         Procurement of Mass Communication Equipments

 

(Lot4)         Procurement of Language Laboratory Equipments

 

 

  1. 3.     Tender Fee

No fee shall be charged for the pre-qualification exercise. However, since both the pre-qualification and commercial Tendering shall be carried out simultaneously, all interested contractors have to pay the prescribed tender fee listed below.

 

S/N PROJECT TENDER SUM
1 Construction and furnishing of 2Nos. of 1-Storey Building N30,000.00
2 Construction and furnishing of 1 No. of 1-Storey Building N30,000.00
3 Procurement of Mass Communication Equipment N20,000.00
4 Procurement of Language Laboratory Equipment N20,000.00

 

 

4.       Pre-Qualification Requirements

Your company profile should show the following:

  1. Evidence of incorporation with Corporate Affairs Commission.
  2. Evidence of Tax Clearance for the last three years, 2010,2011 and 2012
  3. Provision of VAT Certificate
  4. Company Profile.
  5. Lists of verifiable similar projects previously   handled by   the company.
  6. Audited Account for the last three years, 2010, 2011 and 2012.
  7. Evidence of financial capabilities or possible assistance from your Bank

 

5. Collection of Tender Document

All interested contractors after paying the prescribe tender fee at the Polytechnic Bursary Department, shall collect the Tender Documents from the Desk Officer, Tetfund Projects between the hours of 10 a.m. and 3 p.m. daily on presentation of the current Tax Clearance receipt for the year 2010, 2011 and 2012.

 

 

6.       Submission of Tender Documents

All bidders are to submit both the pre-qualification and tender documents in separate sealed envelopes.

 

The envelopes are to be addressed to:

The Rector

The Polytechnic of Sokoto State

P. M.B. 2356, Sokoto

Sokoto State

 

 

 

7.       Opening of Pre-Qualification Documents

The Technical and Commercial Bids shall be opened 18th April, 2013 in the Polytechnic Chambers, All bidders are expected to attend. Interested members of the public and Journalists are invited to witness the opening of the bids.

 

Please Note:

  • The tender fee is non-refundable.
  • The Polytechnic is neither committed nor obligated to shortlist any contractor or to award the contract to any contractor or his agent.
  • The Polytechnic reserves the right to reject any bid
  • The Polytechnic shall only analyze pre-qualification bids.
  • The Polytechnic will not enter into any form of correspondence with bidding contractors.

 

Signed

Rector

 

Invitation for Expression of Interest “External Auditors” at WaterAid

Invitation for Expression of Interest “External Auditors”

 

WaterAid is a UK based charity working with people in developing countries to improve their quality of life through lasting improvements in water, sanitation and hygiene using local skills.

 

The WaterAid office in   Nigeria wishes to engage External Auditors and thus solicits expression of interest from competent and internationally registered and recognized firms to participate in a pre-appointment exercise.

 

To   qualify for consideration,   firms   are   required   to submit a   proposal with   relevant documentation substantiating among other things, the following:

 

  • Certificate of registration
  • References of Companies and contact details
  • Copy of Tax Clearance Certificate (TCC)
  • Years of experience and evidence of work done/other clients.
  • Proposed fees and modalities of payment
  • Abridge Audit Plan.
  • Professional Team

 

Failure to provide any of the above listed documentation will be sufficient basis for disqualification

 

WaterAid is neither committed nor obliged to shortlist any firm or award any form of contract to any firm and/or his associated companies or agents regardless of submission of this expression of interest.

 

Interested firms should send their proposal with the relevant documents to “The Country Representative”, WaterAid Nigeria, 17 Bechar Street, Wuse Zone 2, Wuse Abuja. Submission should be marked “External Auditors” on the left hand side of the envelope.

 

The document should be sealed and delivered either by hand or registered mail to the address above not later than Friday 12th April, 2013.

 

Please note that WaterAid will only deal directly with principal officers of interested firms and not with intermediaries or agents

 

Request for Expression of Interest (EOI) For the Post of Legal Officer at Federal Ministry of Works (FMW)

Federal Republic of Nigeria

 

Federal Roads Development Project

 

Road Sector Development Team (RSDT)

 

Request for Expression of Interest (EOI) For the Post of Legal Officer

 

Project ID No.: P090135

Credit No: IDA 44150

 

 

  1. This invitation for expressions of interest follows the general procurement notice that appeared in UN Development Business online, Issue No.637 of 11th March, 2005.

 

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) towards the cost of the Federal Roads Development Project (FRDP). The project supports the implementation of the national strategy to ensure sustainable maintenance of the federal road network over the short and medium term in order to provide appropriate levels of service across the entire federal road network.

 

The Federal Ministry of Works (FMW) established the Road Sector Development Team (RSDT) to administer and manage the FRDP. RSDT has identified the need to engage an experienced Legal Officer to handle the Legal issues and documentations functions of the Team. He/she will be responsible for the coordination and collaboration in all legal issues between RSDT, FMW and other interested parties.

 

  1. 2.     Objective Of the Services:

The Legal Officer will be responsible for liaising with the Legal Dept. of the FMW on all Contracts and other issues requiring legal input. He/she will oversee the preparation of Contracts Documents and other legally binding documents. He/she will provide guidance and advice to the Team on any legal matter and dealing with any legal query from the FMW and other Project Stakeholders. Monitor and follow up on all legal issues relating to the Unit and third parties.

 

 

3.    Qualifications/specialized knowledge/experience required

A Master’s degree in Law with a biased in Contracts Administration/Arbitration

 

  • The ideal candidate will have a very broad experience in Contract Management, Arbitration and hands-on experience in Contract documents preparation.
  •  Must be a qualified member of relevant professional association
  • A Master’s degree in Law with a biased in Contracts Administration/Arbitration;
  • Minimum of 7 years practical experience in the practice of law with a law firm, a government and/or an international organization’s legal office, experience in litigation on asset;
  • At least 5 years of working experience as legal officer/advisor in a similar working environment.
  • The right candidate will have experience of Contract Law Administration
  • Ability to work with utmost discretion in handling sensitive and confidential matters;
  • Excellent analytical skills and ability to interpret rules and guidelines;
  • Demonstrable knowledge in Computer and Office Applications;
  • Excellent written and oral communication skills.
  • Ability to take initiative, to work unsupervised and to take responsibility for managing  relationships  with  the   Legal  Unit  of the  FMW  and  partner organizations
  • Well experienced in Contracts Documents Preparation    in a Donor Funded Projects

 

 

4.       Duration of the APPOINTMENT

The contract shall be Performance Based and the Legal Officer shall be appointed on contract for an initial period of two years which will be renewable based on performance.

Consultants will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA credits by World Bank January 2011 Edition.

Interested consultant should submit one (1) copy of expression of interest (detailed CV, copies of degree certificates etc.) in English language in an envelope marked: “Expression of Interest – Post of Legal Officer – Road Sector Development Team” at the address below.

 

Expressions of Interest should be addressed to the Unit Manager and MUST reach the below office address on or before 5:00pm on Tuesday April 30th 2013.

 

The Unit Manager,

Road Sector Development Team,

6 Niagara Close, off Erie Crescent, off Nile Street,

Maitama, Abuja, Nigeria

 

Tel:   +234(0)7034044403
Email: unitmanager@rsdt.gov.ng; ishmoh2001@yahoo.co.uk

Website: www.rsdt.gov.ng