Invitation for Pre-qualification of Consultants for the Preparation of Abakaliki Master Plan at Abakaliki Capital Territory Development Board

Ebonyi State Government

Abakaliki Capital Territory Development Board

No 7 Ezza Road, Abakaliki

 

Invitation for Pre-qualification of Consultants for the Preparation of Abakaliki Master Plan

 

 

A.         Project Background:

The Government of Ebonyi State is desirous of preparing a comprehensive Master Plan for the 15km radius of Abakaliki Capital Territory. The Master Plan has become necessary in view of the increasing urbanization and haphazard development in the capital city. The State Government as part of its development vision therefore, invites interested, competent and reputable Nigerian Town Planning firms registered with relevant Town Planning Regulatory bodies and associations for prequalification for the job.

 

The successful consultant will be required to complete the proposed Master Plan project within eighteen (18) months.

 

B. Scope of Work:

The Master Plan shall include but not limited to the following: –

a.       Production of Base Map and Cadastral Map for the capital city with the most recent high resolution (i.e. of ground spatial resolution of not lower than 0.8m) satellite imagery and aerial photographs of the Capital territory.

b.       Undertake comprehensive survey of the existing land use pattern m the capital city,

c.       Identify and assess the existing infrastructural facilities and services and project growth and future needs for the period 2013 2023.

d.       Carry out traffic and transportation surveys (road and water transport) including motorized and non-motorized with the objective of identifying existing bottlenecks and opportunities that may affect or influence immediate and future demands in the capital city.

e.       Undertake survey of existing socio-economic activities and facilities such as school healthcare, employment opportunities and other related variables and project growth and future needs.

f.       Carry-out an in-depth demographic survey taking into consideration the population characteristics, existing and projected growth for the period 2013 2023,

g.       Undertake survey of housing stocks and building development patterns, land values and properly rating with a view to determining the use characteristics and intensity of development

h.       Review of all existing Plans and other past planning studies prepared by other consultants for the town.

i.        Carry out a detailed comprehensive Master Plan to guide the present and future development of the capital city.

j.        Develop phasing options to minimize disruption of operations during the Master Plan implementation.

k.       Generate detailed designs of all immediate urban communities that are currently or likely to be conurbated by the urban wave.

l.        Undertake interim measures (including preparation/review of planning schemes) to arrest haphazard development in the existing layouts.

m.      Carry out training for staff of the Board on the use of relevant computer software for the Master Plan Implementation and development control in the capital city.

n.       The successful consultant will be required to undertake up to five formal presentations to ACTDB and key stakeholders

 

C.        Pre-Qualification Requirement:

Prospective Town Planning Consultants should submit the following information/documents for the pre – qualification;

  1.        i.            Certificate of Incorporation with the Corporate Affairs Commission
  2.      ii.            Evidence of up-to-date annual returns with CAC (2012
  3.   iii.            Clear indication of a verifiable Head Office address
  4.   iv.            3 years Tax clearance certificate (2012 TCC)
  5.      v.            Registration of VAT with TIN and Remittances
  6.   vi.            Evidence of registration with relevant professional bodies (in this case TOPREC, ATOPCGN.etc.)
  7. Evidence of compliance with Industrial! Training Fund (ITF) contribution as contained in the bureau for public procurement (BPP) regulations.
  8. Profile of the firm, including key staffs, the role of each corporate entity (in case of a consortium) and full contact details of the lead firm.
  9.   ix.            Verifiable track record of not less than 10 years in the preparation of City Master Plans and at least (2) Master Plan jobs undertaken (completed or ongoing) within the last three years.
  10.      x.            Evidence of Financial Capability and Banking Support including Bank’s Reference and recent Statement of Accounts;
  11.   xi.            Copies of unabridged financial reports for the fast 3 years ( i.e. annual audited account).
  12. Evidence of compliance with provision of Pension Reform Act 2004 with up-to-date remittance
  13. Evidence of compliance with local content requirement with history of company policy and company social responsibility.
  14. Sworn affidavit in line with the provision of part IV, section 16, subsection 6 (e & f) of the Public Procurement Act 2007
  15. Evidence of registration  and  up-to-date  remittance with  Social Insurance Act
  16. Proposed methodology and work plan re-Technical Approach, work plan and organization.

 

 

D.      Submission of Pre-Qualification Document:

The Pre-Qualification shall be in English, and must be submitted in two (2) hard copies in A4 paper size, neatly bound and sealed in an envelope clearly marked “Pre-Qualification Document For The Preparation Of Abakaliki Master Plan” on the top left corner of the envelope,

 

All documents must be submitted to the office of:

 

The General Manager

Abakaliki Capital Territory Development Board,

No.7 Ezza Road, G.R.A.

Abakaliki, Ebonyi State,

Nigeria

 

E        Closing and Opening of Submissions

Submission of Pre-qualification Documents shall close at exactly 10.00am on 25th March, 2013. All submissions will be opened on the same day at 12noon at the Abakaliki Capital Territory Development Board Conference Room, Abakaliki.

 

 

F.      Important Information

  • ACTDB reserves the right to verify the authenticity of any claim made in the pre-qualification documents submitted by consulting firms
  • All submissions must be in English Language
  • Failure to comply with the instructions and to provide any required document(s) may automatically result in disqualification,
  • ACTDB reserves the right to reject any or all the pre-qualification documents
  • Interested applicants may obtain further information at the ACTDB from 8.00 am to 3.00pm, Monday through Friday (except on public holidays)
  • Only pre-qualified consultants) will be invited to submit Technical and Financial proposals for the preparation of the Abakaliki Master Plan.

 

G.      Disclaimer and Conclusion

The ACTDB will not be responsible for any cost or expenses incurred by any interested party (ies) in connection with any response or submission in respect to this publication.

 

Signed:

Management

Expression of Interest (EOI) for the year 2013 Capital Projects at Ministry of Works, Housing and Transport

Kano State Government

Ministry of Works, Housing and Transport

P.M.B. 3068, Kano State

 

Expression of Interest (EOI) for the year 2013 Capital Projects

 

Preamble:

 

The Kano State Government of the Federal Republic of Nigeria, in its effort to provide meaningful development projects to its teeming populace, intends to carry out woks under the contracts for which this request to express interest for pre-qualification is issued to invite interested and reputable constructors for the exercise under the listed projects, and supplies of:

 

S/N

 

Project

 

Description

 

1

 

Class-A

 

Building Construction Project

 

2

 

Class-B

 

Civil Engineering Project

 

3

 

Class-C

 

Mechanical & Electrical Work

 

4

 

Class-D

 

Transport Systems Projects

 

5

 

Class-E

 

Fire Control Vehicles & other Appliances

 

6

 

Class-F

 

Towing Truck & other incident Management Vehicle

 

 

The Kano State Ministry of Works, Housing and Transport, herein referred to the “Employer” intend to prequalify contractors for the following works:

 

a.       Building Construction.

b.       Road, Conventional and Flyover Bridges.

c.       Mechanical & Electrical Works.

d.       Transport Infrastructural Facilities.

e.       Fire Control Vehicles.

f.       Towing Trucks.

Pre-qualification is open to firms and voluntary formed joined ventures. Application may be made for prequalification for one or more of the above contracts.

 

Pre-qualification Requirements:

  1. Evidence of registration with Corporate Affairs Commission (CAC).
  2. Company Audited Account for the last three (3) years.
  3. Evidence of Tax Clearance Certificate for the last three (3) years.
  4. List of source of Equipment to be used for the wok.
  5. Indication of Technical and Administrative staff strength with academic/Professional qualification and years of experience of the key personnel available for the project.
  6. Proportion of experience to local staff is of added advantage
  7. Bank Reference from reputable Bank indicated financial capabilities to handle the project.
  8. Evidence of relevant verified experience on similar wok in Nigeria over the last thee (3) years starting cost, location, completion certificate where available.
  9. VAT Registration Certificate and evidence of VAT remittance
  10. Evidence of Registration with Kano State Government works Registration Council.
  11. Evidence of compliance with the provision of the pension reform Act
  12. Company office address and phone numbers/email and website where available.

 

 

Submission:

 

Submission of Application for Pre-qualification must be received in sealed envelope which is to be either delivered by hand or registered mail, not later than 1st April, 2013. The prequalification document shall be forwarded to the address below containing “prequalification document for the CLASS-PROJECT” on the top right-hand corner of the envelope.

 

The Secretary,

Special Ministerial Tenders Board,

Ministry of Works, Housing & Transport,

No. 1 Commissioner Road,

Kano State

 

GSM No.: +2348033149902

Please not that participation in the Expression of the interest exercise is not a guarantee for consideration in the tender stage; interested firms are to also note that only pre-qualified companies will be invited to tender for the works The Kano State Ministry of Woks. Housing and Transport reserve the right to accept or reject late applications. Successful applicant will be notified the result of their application in due course. Only contractors pre-qualified under this procedure will be invited to bid.

 

Permanent Secretary

For: Hon. Commissioner,

Ministry of Works, Housing & Transport,

Kano State

Invitation for Pre-qualification at Federal College of Education (Technical)

Federal College of Education (Technical)    

P.M.B. 1044 Asaba, Delta State

 

Invitation for Pre-qualification

 

Competent and qualified Firms/Companies are invited to submit Pre-Qualification documents for tender for the following 2013 capital projects.

 

1.   Construction of Students Hostel one storey building (Phase II).

2.   Construction of Office Complex for Works and Services Department.

 

 

Pre-Qualification Requirements:

Application for pre-qualification should be accompanied with the following:

 

  1. Company’s Certificate of Registration with Corporate Affairs Commission.
  2. Company’s profile and evidence of relevant/similar projects executed.
  3. Evidence of Remittance to Industrial Training Fund (ITF).
  4. Evidence of Registration with PENCOM.
  5. Company’s financial details for the last three (3) years,
  6. Tax Clearance Certificate for the past three (3) years.
  7. Ability to complete the project within a specified time.
  8. Bank Reference.
  9. Statement as to completion date of the project.

 

 

Submission of Application:

All applications for pre-qualification must be delivered in a sealed envelope marked “Application for pre-qualification” at the top corner of the envelope and should be forwarded to the Registrar’s Office, Federal College of Education (Technical), Asaba, on or before 15th April, 2013.

 

The submitted envelopes will be opened at 12 noon on 15th April, 2013 at the Board Room of the college.

 

This invitation for pre-qualification is not an invitation to tender Only pre-qualified Companies/Firms will be invited to tender.

 

Signed:

L. I. UGBECHIE

Registrar

 

Invitation to Tender at Nigerian Communications Commission

Nigerian Communications Commission

 

Invitation to Tender

 

In compliance with the requirements of the Public Procurement Act 2007, the Nigerian Communications Commission invites tenders from reputable companies with proven experience to undertake the under-listed projects in its 2012 budget.

 

Lot No

 

Project Description

 

PCD1

 

Procurement of 100 titles of books.

 

ITD1 Supply and Implementation of secure wireless network for internet connection and radio frequency(RF) identification tracking system

 

 

Eligibility Criteria

Interested Contractors are to submit the following documents in the order stipulated below:

  • Evidence of Incorporation and registration with CAC.
  • Genuine Tax clearance Certificate for the proceeding 3 years i.e. 2010, 2011 and 2012.
  • Evidence of Pension Fund/ ITF Contribution.
  • Companies audited account for the preceeding 3 years.
  • Number of years of experience of similar work of the same magnitude
  • List of Similar Works Performed In the last five(5) years
  • Profile of the Company including list of Professional Staff qualification and competence for the assignment
  • List of relevant equipment with evidence of purchase if owned or leased agreement.
  • Evidence of financial capability supported with bank statements for the last six months from a reputable bank.
  • Every Submission must be accompanied with an affidavit that all information and documents submitted are true and correct and that no officer of the Commission is a former or present director, shareholder or has any pecuniary interest in the bidder.

 

Collection of Tender

Prospective bidders are required to collect detailed tender documents from the procurement department on the second floor at the Commission’s head office at the address below, upon payment of a non-refundable render fee of N35,000.00 (Thirty Five Thousand Naira per Lot) issued in bank draft in favour of Nigeria Communications Commission. The bid bond and tender fee receipt should accompany the financial bid upon submission.

 

Submission of Documents

The prospective Bidders shall enclose the original Technical and original financial bids and all copies of the Bids in two (2) separate envelopes, and enclosed the two (2) envelopes in one sealed outer envelope which shall bear the Lot description , the name and address of the Company and addressed to:

 

The Executive Vice Chairman

Nigerian Communications Commission

Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

The documents should be submitted at the Bid box in the reception of the Commission’s Head office at Plot 423 Aguiyi Ironsi street, Maitama, Abuja not later than 26th April, 2013 by 12 noon.

 

Opening of Tender:

Tenders will be opened at 12.30pm same day at the Conference Hall in the Commission’s Head office Building, Plot 423 Aguiyi Ironsi Street, Maitama, Abuja. Interested Companies and Members of the Public are invited to attend the opening exercise.

 

Disclaimer

  • Late submissions shall be rejected
  • This advertisement is published for information purposes only and should not be considered as a commitment or obligation on the part of the Commission to award a contract.
  • The Commission reserves the right to annul the bidding process at any time without incurring any liabilities and assigning any reason thereto.
  • Only the financial bid of companies that met the technical criteria shall be opened during the Bid opening.

 

All enquiries should be directed to:

 

Director,

Human Capital and Infrastructure Group,

Nigerian Communications Commission

3rd floor, Plot 423, Aguiyi Ironsi Street,

Maitama, Abuja.

 

Signed:

Tony Ojobo

Director, Public Affairs

 

Tel: 09-4617000 – 29- Fax: 09 – 2344589

Email: ncc@ncc.gov.ng http: www.ncc.gov.ng

 

 

 

Request for Expression of Interest at Water Corporation of Oyo State

Water Corporation of Oyo State

 

State Secretariat, Agodi Ibadan

 

Request for Expression of Interest

 

Eleyele and Asejire Water Supply Schemes were commissioned in 1947 and 1972 respectively, expanded and rehabilitated some few years ago and have respective daily production of capacity of 27,24million litres and 186 million litres of potable water, yet the current operational efficiency of the Scheme is very low.

 

The Water Corporation of Oyo State now invites eligible Engineering Services consultants to indicate their interest in providing the following services:

  • Comprehensive study of the current operational status of both Water works,
  • Identify all problems militating against maximum utilization of both Water works to their respective design capacities.
  • Offer lasting immediate, short-term and long-term solutions to the identified problems
  • Identified other necessary water treatment components which ought to be in existence but is inadvertently not so.
  • Prepare bidding documents for all possible contracts to be awarded and carry out analysis of the same in conjunction with the Corporation and approval of the BPP.
  • Supervise the successful execution of all contracts so awarded.
  • Offer advice on effective Administrative and Technical Management of both Water works in order to ensure sustainability of the Water works.

 

Interested consultants must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff etc. Eligibility criteria and establishment of the shortlist and the selection procedure shall be in accordance with the General Requirements of the Bureau of Public Procurement of Oyo State. Registration with Bureau of Public Procurement of Oyo State is essential.

 

Interested consultants may obtain further information at the address below during office hours (8.00am. to 4.00pm).

 

Expression of interest must be delivered to the address below on or before 29th March, 2013 at 2:00pm and mention “Engineering consultancy Services”.

 

The General Manager,

Water Corporation of Oyo State,

P.M.B. 5339,

Ibadan, Oyo State

 

Attention:

Engr. S.G. Adegboyega,

Director (Mechanical/Electrical)