Re -Invitation for Pre-Qualification/ Expression of Interest for Consultancy Services for Flood and Gully Erosion Control Works at Ecological Fund Office

Ecological Fund Office

Office of the Secretary to the Government of the Federation

Shagari Complex Three Arms Zone, Abuja

 

Corrigendum

 

Re -Invitation for Pre-Qualification/ Expression of Interest for Consultancy Services for Flood and Gully Erosion Control Works.

 

Further to our advertisement of Wednesday, March 6, 2013 in the Leadership and Punch Newspapers and the Federal Tenders Journal of Monday March 11, – Sunday March 24, 2013, on the above mentioned subject, all prospective Contractors and Consultants are hereby invited to note:

 

i.        Invitation for the Expression of Interest for Consultancy Services for Flood and Gully Erosion Control Works was done in error and is hereby cancelled.

 

ii.       The deadline for submission of pre-qualification documents for the Flood and Gully Erosion Control Works (Lots I – III) is 25th March, 2013 by 12.00 noon and Not 22nd April, 2013 as erroneously earlier published. The pre-qualification documents shall be opened on 25th March, 2013 by 1.00pm at the Conference Room, Ground floor, Office of the Secretary to the Government of the Federation, Shehu Shagari Complex, Three Arms Zone, Abuja.

 

Permanent Secretary

Ecological Funds Office

Invitation for Bids Nigeria at Road Sector Development Team (RSDT), Federal Ministry of Works

Road Sector Development Team (RSDT)

Federal Ministry of Works

 

Invitation for Bids Nigeria

 

Federal Roads Development Project (FRDP)

Credit Number – IDA 44150

 

Procurement of Vehicles and Equipment for FRSC FRDP/2013/NCB/G/01

 

1.       This invitation for Bids follows the General Procurement Notice (GPN) for the Federal Roads Development Project (FRDP) that appeared in for the Federal Roads Development Project (FRDP) that appeared Development Business dated 11 March 2005

 

2.       The Federal Government of Nigeria has received a credit from the International Development Association (IDA) in the sum of USD 330 million towards the Federal Roads Development Project (FRDP). It is intended that part of the proceeds of this credit will be applied to eligible payments under the contract for the Procurement of Vehicles and Equipment for FRSC FRDP/2013/NCB/G/01.

 

3.       The Road Sector Development Team (RSDT) now invites sealed bids from eligible bidders for the Procurement of Vehicles and Equipment for the supply of under listed items:

 

Lot Description  Quantity (Unit)  Location  Delivery Period Bid Security Nigerian Naira 
1 Patrol Vehicles  21  FRSC Hqtr, Abuja. Nigeria  180 days  2,000,000.00
2 Patrol Motorbikes  21  FRSC Hqtr, Abuja, Nigeria  180 days  2,000,000.00 
3 Single Carrier Ambulances  21 FRSC Hqtr, Abuja. Nigeria  180 days  2,000,000.00 
4 Heavy Duty Tow Trucks  3 FRSC Hqtr, Abuja, Nigeria  180 days  3,000,000.00

 

Bidders may bid for any one or more Lots and discount offered for the award of combined lots will be considered in bid evaluation.

 

4.       Bidding will be conducted through the National Competitive Bidding

(NCB) procedures 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 and inspect the bidding documents at the Office of the Unit Manager, Road Sector Development Team (RSDT) at the address below on working days from 10:00am to 5:00pm.

 

6.       Qualifications requirements include:

 

(a)     Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s): The audited accounts for the last three years 2009, 2010 and 2011 shall be submitted to demonstrate the current soundness of the bidder’s financial position.

 

(b)     Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

 

(i)      A minimum of five years overall experience in the supply of goods and related services,

(ii)     A minimum of three years of specific experience in the supply of

Similar goods and related services

(iii)    The minimum supply value of goods under a single contract in the Last three years in:

 

Lot 1 -NGN 110 million

 

Lot 2 -NGN 80 million

 

Lot 3 -NGN 75million

 

Lot 4 -NGN 125 million

 

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 =N= 15,000 (Fifteen thousand Naira) only. The method of payment will be by bank draft in favour of “Federal Roads Development Project”. Bidding Documents will be available from March 14, 2013.

 

8.       Bids must be delivered to the address below on or before 29th April 2013 by 12noon. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person or on-line at the address below at 12.30pm on April 29th 2013. All bids must be accompanied by a Bid Security as indicated in the Table in column 5 above

 

9.       The address referred to above is:

Road Sector Development Team (RSDT)

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

Maitama, Abuja, Nigeria.

 

Attn: Unit Manager, Engr. Ishaq Mohammed

Tel: +234-7034044403

e-mail: unitmgr.rsdt@yahoo.co.uk

Call for Expression of Interest at Rivers State Government

Rivers State Government

 

Concession for the Re-Development of Eight (8) Rest Houses (Units of Delta Hotels Limited)

 

Call for Expression of Interest

 

The Rivers State Government intends to concession eight (8) Catering Rest Houses (units of Delta Hotels Limited) located in different strategic areas in the State. The Government is seeking to attract a competent private sector investor to undertake the redevelopment, renovation and/or upgrading of these strategic assets to three star facilities (or a minimum of two star facilities) in line with the minimum standards for classification of hotels as prescribed in the schedule to the Nigerian Tourism Development Corporation Act, Cap N137, Laws of the Federation of Nigeria 2004. Each of the facilities will be redeveloped to comprise of 30 bedrooms or more (or a minimum of 20 bedrooms). A suitable private sector investor will be selected to design, finance, redevelop, renovate, upgrade, operate and maintain these assets, as a single unit of interest, for a period of time under a Public-Private Partnerships arrangement.

 

The Catering Rest Houses (Units of Delta Hotels Limited)

 

Catering Rest House, Ahoada- (consists of Executive Lodge, 11 Chalets, 24 Single Rooms, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Generator House and conveniences)

 

Catering Rest House, Bori- (consists of Executive Lodge, 24 Chalets, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Generator House and conveniences)

 

Catering Rest House, Degema – (consists of Executive Lodge, 24 Chalets, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Quarters, Security Post, Generator House and conveniences)

 

Catering Rest House, Elele – (consists of Executive Lodge, 24 Chalets, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Generator House and conveniences)

 

Catering Rest House, Eleme – (consists of Executive Lodge, 24 Chalets, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Generator House and conveniences)

 

Catering Rest House, Isiokpo – (consists of Executive Lodge, 24 Chalets, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Security Post, Generator House and conveniences)

 

Catering Rest House, Okehi – (consists of Executive Lodge, 24 Chalets of double rooms each, 2 Banquet Halls, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Generator House and conveniences)

 

Catering Rest House, Omoku – (consists of Executive Lodge, 20 Double Rooms, 8 Single Rooms, Administrative Offices, Bar, Restaurant, Kitchen, Stores, Generator House and conveniences, on vast area of land).

 

Each Rest House (unit) is located in a preferred environment suitable for a hotel. Each unit consists of a number of buildings for guest accommodation, meetings, leisure, catering and conference purposes. Each unit is secured with perimeter fence. The units are located in strategic Towns that host high numbers of oil/gas and construction companies. Bori and Eleme are strategic to facilities such as Fertilizer Company, Petrochemical Company and Refinery. Omoku, Ahoada and Elele are strategic to gas plants and oil companies.

 

The Rivers State Government intends for the Rest Houses to be managed by an experienced notional and international hotel operator. The concessionaire will pay an upfront fee based on the redevelopment project cost, and then ongoing annual rental.

 

Interested investors who meet the following criteria are invited to submit expression of interest:

i.        National or International Hotel Chain with veritable track record in hospitality industry.

OR

ii.       Nigerian registered companies or subsidiaries with a minimum net worth (shareholders’ fund) of N2 billion as at December, 2012. However, such bidder(s) will be required to be in partnership with a national or international hotel chain operating hotels of three star model in line with the minimum standard for classification of hotels as prescribed in the schedule to the Nigerian Tourism Development Corporation Act, Cap N137, Laws of the Federation of Nigeria 2004.

 

Eligible entities are requested to send Expression of Interest not later than Thursday, 4th April 2013, (Being a period of 21 days from the dale of this publication) to:

 

The Permanent Secretary,

Ministry of Commerce and Industry,

Block B, Room D 34,

5th Floor, State Secretariat Complex,

Port Harcourt,

Rivers State.

 

The Expression of Interest should contain the following information:

1.       Name of entity mot will be bidding for the asset(s)

2.      Background information on board and senior management of the entity

3.       Three years audited financial statement

4.      Letter from hotel chain agreeing to partner with the bidder

5.       Tax clearance certificate.

 

 

Invitation for Pre-Qualification to Tender at Imo State University, Owerri

Imo State University

P.M. B. 2000, Owerri, Imo State, Nigeria

Email: editor@uni.edu.ng    

 

Office of the AG Vice-Chancellor

 

Prof. Ukachukwu A. Awuzie:

B. Arch (Nig): M.LA (U.Mass)

Professor of Landscape Architecture

Phone: 08033400585, 08058810621

Email: ukahawuzle@yahoo.com

 

Tel: 083-231433, 231340

Telegram: Imsu

Fax: 083-232716

 

 

Invitation for Pre-Qualification to Tender

 

The Imo State University, Owerri is to execute her Approved Special Tertiary Education Trust Fund Project 2012.

 

In view of the above, the University wishes to invite applications for Pre-Qualification to Tender from specialized and competent firms/contractors for civil engineering works

 

The contractor is expected to meet the following criteria to qualify for tender:

 

Pre-qualification Requirements:

i.        Evidence of Registration with Corporate Affairs Commission

ii.       Evidence of Registration with Imo State University in the relevant category

iii.      Company Audit Account for 3 years.

iv.      Evidence of Tax clearance for 3 years

v.       Evidence of financial capability and Bank support

vi.      Experience/Technical Qualification and Experience of key personnel

vii.     Evidence of similar projects executed and evidence of knowledge of industry.

viii.   Equipment and Technology capacity

ix.      Annual Turnover

x.       Evidence of past VAT remittances

 

The completed Pre-Qualification document must be spiral bound, sealed in an envelop

and clearly marked Pre-Qualification to Tender and return to the Registrar, Imo State University not later than 28th March 2013.

 

All application will be opened same day in the presence of all the applicants or their representatives who are expected to be present.

 

Only the successful Pre-Qualified applicants will be invited to participate in the competitive Tendering and will be required to submit his pre-qualification with the sum of N50,000.00 (Fifty Thousand Naira). Successful Pre-qualified contractor will be required to Pay Tender Fees of N200,000.00 (Two Thousand Naira) for the collection of contract documents. The University will not take any responsibility for any reason on account of any contractor or person tendering.

 

Signed:

Ifeanyi G. Aniche Esq

Registrar.

 

Call for Tender-Expression of Interest to Manage the Abia Line Network Company at Abia State Government through her Ministry of Transport

Government of Abia State of Nigeria

Ministry of Transport

 

Call for Tender-Expression of Interest to Manage the Abia Line Network Company

 

The Abia State Government through her Ministry of Transport calls for tender from reputable Transport Companies and or Transport experts that will manage the Abia Line Network Company under a concessional arrangement/agreement. Interested corporate applicants must be very knowledgeable and vast in the management of fleet of vehicles and human resource components of the company.

 

Scope of Work

Complete takeover of the management of Abia Line Network to bring it in line with modern Transport Organizations in the country.

 

Requirements:

Interested qualified and Notable Transport out-fits with at least Ten years (10yrs) experience should include in their submissions the following:-

  • A lucid brief on how to actualize these laudable government objectives
  • Evidence of Registration with relevant Government Agencies
  • Resume of the applicant.

 

Purchase of Application Form

Interested applicant are encouraged to purchase application forms with a non refundable fee of One Hundred Thousand Naira (N100, 000) only payable to Abia State Internally Generated Revenue Account, United Bank for Africa Number 1012403173 with SORT CODE 033233174.

 

Submission of Completed Form

Submission of all completed forms should reach the Director of Administration

Ministry of Transport on or before 28th March 2013 in a sealed envelope marked Tender-Abia Transport.

 

Further inquiry could be made from the Department of Administration, Ministry of Transport, Akanu Ibiam Road, Umuahia.

 

Signed:

Chief  Ukpai A. Ukpai,

Hon. Commissioner